2491 RFP 22/23-15 Homeowner Occupied Minor Home Repairs LMCC Specialty Contractors0;� CITNY
i
SAFORD
FINANCE DEPARTMENT
Tuesday, June 27, 2023
PURCHASING DEPARTMENT
TRANSMITTAL MEMORANDUM
To: City Clerk/Mayor
RE: RFP 22/23-15 Homeowner Occupied Minor Home Repairs LMCC Specialty
Contractors
The item(s) noted below is/are attached and forwarded to your office for the following action(s):
❑
Development Order
❑
Mayor's signature
❑
Final Plat (original mylars)
❑
Recording
❑
Letter of Credit
❑
Rendering
❑
Maintenance Bond
®
Safe keeping (Vault)
❑
Ordinance
❑
Deputy City Manager
❑
Performance Bond
❑
Payment Bond
❑
Resolution
❑
City Manager Signature
❑
❑
City Clerk Attest/Signature
❑
City Attorney/Signature
Once completed, please:
® Return originals to Purchasing- Department
❑ Return copies
El
Special Instructions: Safe Keeping.
G� Kai4z r 612712023
From Date
TADept_forms\City Clerk Transmittal Memo - 2009.doc
AGREEMENT BETWEEN THE CITY OF SANFORD AND L.M.C.C. SPECIALTY
CONTRACTORS, INC.; RFP 22123-15 HOMEOWNER OCCUPIED MINOR HOME
REPAIRS
THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this
47 day of , 2023, by and between the City of Sanford, Florida, a Florida
municipality, (hereinafter referred to as the "City"), whose mailing address is 300 North
Park Avenue, Sanford, Florida 32771, and L.M.C.C. Specialty Contractors, Inc., a
Florida corporation, whose principal address is 119 South Pinehills Road, Orlando,
Florida 32811 and whose mailing address is Post Office Box 681554, Orlando, Florida
32868-1554, (hereinafter referred to as "L.M.C.C."). The City and L.M.C.C. may be
collectively referenced herein as the "parties".
WITNESSETH:
IN CONSIDERATION of the mutual covenants, promises, and representations
contained herein and other good and valuable consideration, the receipt and sufficiency
of which is hereby acknowledged, the parties hereto agree as follows:
Section 1. Recitals. The above statements are true and form a material
part of this Agreement upon which the parties have relied.
Section 2. Authority. Each party hereto represents to the other that it has
undertaken all necessary actions to execute this Agreement, and that it has the legal
authority to enter into this Agreement and to undertake all obligations imposed on it.
The persons executing this Agreement for each party certify that they are authorized to
bind the party fully to the terms of this Agreement.
11I'a-,e
Section 3. Scope of Agreement; Direction of the Provision of Goods and
Services.
(a). This Agreement is for the provision of goods and services set forth in the
attachments hereto and L.M.C.C. agrees to accomplish the provision of goods and
services specified in the attachments for the compensation set forth in those documents
relating to the provision of the goods and services relating to homeowner occupied
minor home repairs services as may be agreed upon by the parties as set forth in
issued work/purchase orders.
(b). It is recognized that L.M.C.C. shall provide goods and services as directed
by the City.
(c). The City's contact/project manager for all purposes under this Agreement
shall be the following:
Marisol Ordonez
Purchasing Manager
City of Sanford, Purchasing Division
City of Sanford
Post Office Box 1788
Sanford, Florida 32772-1788
Phone: 407.688.5028
Section 4. Effective Date and Term of Agreement. This Agreement
shall take effect on the date that this Agreement is fully executed by the parties hereto.
This Agreement shall be in effect for a term of 1 year with the opportunity for 4
additional 1 -year renewal periods when in the best interest of the City in its sole
discretion. However, the total length of this Agreement, including all renewals, shall not
exceed 5 years. The decision to renew or extend this Agreement shall be at the
discretion of the City. L.M.C.C. shall review the quality and status of the goods and
211 jc
services relating to the provision of the goods and services relating to homeowner
occupied minor home repairs services on an annual basis at which time(s) the City may
terminate this Agreement is its sole and absolute discretion. In any event, this
Agreement shall remain in effect until the goods and services to be provided by
L.M.C.C. to the City under each work order have been fully provided in accordance with
the requirements of the City; provided, however, that, the indemnification provisions and
insurance provisions of the standard contractual terms and conditions referenced herein
shall not terminate and the protections afforded to the City shall continue in effect
subsequent to such goods and services being provided by L.M.C.C.. No goods,
services or actions have been provided prior to the execution of this Agreement that
would entitle L.M.C.C. for any compensation therefor.
Section 5. Compensation. The parties agree to compensation as set forth
in the attachments hereto as implemented by means of work/purchase orders issued by
the City.
Section 6. Standard Contractual Terms and Conditions. All "Standard
Contractual Terms and Conditions", as provided on the City's website, apply to this
Agreement. Such Terms and Conditions may be found on the City's website, which can
be reached at: www.SanfordFL.gov. The parties shall also be bound by the purchasing
policies and procedures of the City as well as the controlling provisions of Florida law.
Work/purchase orders shall be used, in accordance therewith, in the implementation of
this Agreement to the extent deemed necessary by the City in its sole and absolute
discretion. L.M.C.C. shall be deemed to have undertaken its obligation to be fully
informed of, and understand, all such provisions.
31i'11L`
Section 7. L.M.C.C.'s Mandatory Compliance with Chapter 119, Florida
Statutes, and Public Records Requests.
(a). In order to comply with Section 119.070 1, Florida Statutes, public records
laws, L.M.C.C. must:
(1). Keep and maintain public records that ordinarily and necessarily would be
required by the City in order to provide goods or perform services.
(2). Provide the public with access to public records on the same terms and
conditions that the City would provide the records and at a cost that does not exceed
the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law.
(3). Ensure that public records that are exempt or confidential and exempt
from public records disclosure requirements are not disclosed except as authorized by
law.
(4). Meet all requirements for retaining public records and transfer, at no cost,
to the City all public records in possession of L.M.C.C. upon termination of the contract
and destroy any duplicate public records that are exempt or confidential and exempt
from public records disclosure requirements. All records stored electronically must be
provided to the City in a format that is compatible with the information technology
systems of the City.
(b). If L.M.C.C. does not comply with a public records request, the City shall
enforce the contract provisions in accordance with this Agreement.
(c). Failure by L.M.C.C. to grant such public access and comply with public
records requests shall be grounds for immediate unilateral cancellation of this
Agreement by the City. L.M.C.C. shall promptly provide the City with a copy of any
411'a
request to inspect or copy public records in possession of L.M.C.C. and shall promptly
provide the City with a copy of L.M.C.C.'s response to each such request.
(d). IF THE CONTRACTORIVENDOR HAS QUESTIONS
REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA
STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT,
CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012,
TRACI HOUCHIN, MMC, FCRM, CITY CLERK, CITY OF SANFORD,
CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771,
TRACI.HOUCHIN@SAN FORDFL.GOV.
Section 8. Time is of the Essence. Time is hereby declared of the essence
as to the lawful performance of all duties and obligations set forth in this Agreement.
Section 9. Entire Agreement/Modification. This Agreement, together
with all "Standard Contractual Terms and Conditions", as provided on the City's website
and the attachments hereto (the documents relative to the procurement activity of the
City leading to the award of this Agreement) constitute the entire integrated agreement
between the City and supersedes and controls over any and all prior agreements,
understandings, representations, correspondence and statements whether written or
oral in connection therewith and all the terms and provisions contained herein constitute
the full and complete agreement between the parties hereto to the date hereof. This
Agreement may only be amended, supplemented or modified by a formal written
amendment of equal dignity herewith. In the event that L.M.C.C. issues a purchase
order, memorandum, letter, or any other instrument addressing the goods or services,
work, and materials to be provided and performed pursuant to this Agreement, it is
hereby specifically agreed and understood that any such purchase order,
memorandum, letter, or other instrument shall have no effect on this Agreement unless
51 1)..
agreed to by the City, specifically and in writing in a document of equal dignity herewith,
and any and all terms, provisions, and conditions contained therein, whether printed or
written or referenced on a Web site or otherwise, shall in no way modify the covenants,
terms, and provisions of this Agreement and shall have no force or effect thereon.
Section 10. Severability. If any term, provision or condition contained in
this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of
this Agreement, or the application of such term, provision or condition to persons or
circumstances other than those in respect of which it is invalid or unenforceable, shall
not be affected thereby, and each term, provision and condition of this Agreement shall
be valid and enforceable to the fullest extent permitted by law when consistent with
equity and the public interest.
Section 11. Waiver. The failure of the City to insist in any instance upon
the strict performance of any provision of this Agreement, or to exercise any right or
privilege granted to the City hereunder shall not constitute or be construed as a waiver
of any such provision or right and the same shall continue in force.
Section 12. Captions. The section headings and captions of this Agreement
are for convenience and reference only and in no way define, limit, describe the scope
or intent of this Agreement or any part thereof, or in any way affect this Agreement or
construe any provision of this Agreement.
Section 13. Counterparts. This Agreement may be executed in any
number of counterparts, each of which shall be deemed an original, but all of which,
taken together, shall constitute one and the same document.
61 1)
Section 14. Binding Effect. This Agreement shall be binding upon and
inure to the benefit of the successors in interest, transferees and assigns of the parties.
Each party hereto represents to the other that it has undertaken all necessary actions to
execute this Agreement, and that it has the legal authority to enter into this Agreement
and to undertake all obligations imposed on it. The signatories hereof represent that
they have the requisite and legal authority to execute this Agreement and bind the
respective parties herein.
Section 15. Remedies. The rights and remedies of the parties, provided for
under this Agreement, are in addition to any other rights and remedies provided by law
or otherwise necessary in the public interest.
Section 16. Governing law, Venue and Interpretation. This Agreement is
to be governed by the laws of the State of Florida. Venue for any legal proceeding
related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for
Seminole County, Florida. This Agreement is the result of bona fide arms length
negotiations between the City and L.M.C.C., and all parties have contributed
substantially and materially to the preparation of the Agreement. Accordingly, this
Agreement shall not be construed or interpreted more strictly against any one party.
than against any other party and all provisions shall be applied to fulfill the public
interest.
Section 17. Conditions of Grants or Funding; ARPA Contingency; Pricing.
L.M.C.C. shall afford most favored customer/nation pricing to the City and, to the
extent necessary for the City to comply with controlling law or the conditions of
grants (such as, but not limited to, the Community Development Block Grant
71P�,--
program) or funding from other governmental agencies or entities, agree to contract
terms and conditions required from or by said grants or funding sources. L.M.C.C.
agrees to perform consistent with those provisions of controlling law as if mandatory
contractual provisions of grantor agencies or entities were a part of this Agreement.
This Section shall be deemed to include, but not be limited to, the provisions of the
American Rescue Plan Act to the extent that the provisions of that Federal law may
apply to the provision of goods and services under the provisions of this Agreement.
IN WITNESS WHEREOF, the City and L.M.C.C. have executed this instrument
for the purpose herein expressed and L.M.C.C. represents and affirms that the
signatories below have full and lawful authority to bind L.M.C.C. in every respect.
SIGNATURE BLOCKS FOLLOW:
ATTEST. L.M.C.C. SPECIALTY
CONTRACTORS, INC., a Florida
corporation.
Witn ` s Signature L ndellj. Mims
Printed Name: c�N��� 1'I�I G %- Sole Corporate Officer.
Date:C.�a� 1,n o
ATTEST.•
L V �10ULMW OEM
Traci Houchin, MMC, FCRM (PIR, I�
City Clerk
Approved as to form and legal sufficiency
William L. Colbert
City Attorney
81 I'd
CITY OF SANFORD
0MV0 i,
O Li•• Y.:. , .,
EXHIBIT "B"
INSURANCE REQUIREMENTS
(1) L.M.C.C. shall obtain or possess and continuously maintain the following
insurance coverage, from a company or companies, with a Best Rating of A- or better,
authorized to do business in the State of Florida and in a form acceptable to the City
and with only such terms and conditions as may be acceptable to the City unless the bid
documents exclude or include certain types of insurance coverage or the level of
coverage:
(a) Workers Compensation/Employer Liability: L.M.C.C. shall provide
Worker's Compensation for all employees. The limits will be
statutory limits for Worker's Compensation insurance and
$3,000,000 for Employer's Liability.
(b) Comprehensive General Liability: L.M.C.C. shall provide coverage
for all operations including, but not limited to, contractual, products,
complete operations, and personal injury. Commercial General
Liability is to include premises/operations liability, products and
completed operations coverage, and independent vendor's liability
or owner's and vendor's protective liability. The limits will not be
less than $2,000,000 Combined Single Limit (CDL) or its
equivalent.
(c) Comprehensive Automobile Liability: L.M.C.C. shall provide
complete coverage for owned and non -owned vehicles for limits not
less than $2,000,000 CSL or its equivalent.
(d) Professional Liability: L.M.C.C. shall provide coverage for all
professional services performed. The limits will not be less than
$2,000,000 CSL or its equivalent.
(e) Sex Abuse Liability: L.M.C.C. shall provide coverage with limits not
less than $1,000,000 CDL or its equivalent.
(2) All insurance other than Workers Compensation to be maintained by
L.M.C.C. shall specifically include the City as an additional insured.
(3) For additional insurance requirements reference is made to the
requirements shown in the "Standard Contractual Terms and Conditions," as provided
on the City's website, which website can be reached and accessed, as well as said
terms and conditions reviewed, at: www.SanfordFL.gov.
91i'a_.
4l�t FORA
CITY COMMISSION MEMORANDUM 23.1 1 O.L
JUNE 26, 2023 AGENDA
WS_ RMx
Item No."
To: Honorable Mayor and Members of the City Commission
PREPARED BY: Nicole Osburn, Comm. Relations & Neighborhood Eng
SUBMITTED BY: Norton N. Bonaparte, Jr., ICMA-CM, City a
SUBJECT: RFP 22/23-15 Homeowner Occupied Min Home Repa
STRATEGIC PRIORITIES:
❑ Unify Downtown & the Waterfront
❑ Promote the City's Distinct Culture
❑ Update Regulatory Framework
❑ Redevelop and Revitalize Disadvantaged Communities
SYNOPSIS:
Approve the procurement to LMCC Specialty Contractors dba: Mims Construction and DSW
Homes, LLC under RFP 22/23-15 for Homeowner Occupied Minor Home Repairs is requested.
FISCAL/STAFFING STATEMENT:
Funding for the procurement of the contractor, LMCC Specialty Contractors dba: Mims
Construction and DSW Homes, LLC will come from The U.S. Department of Housing and Urban
Development (HUD) for Program Years 2017 — 2020 (accrued balance of unspent funds for
housing programs). To be more specific the funding breakdown as follows from PY 2017 $6,296;
PY 2018 $11,539; PY 2019 $4,324 and from PY 2020 $237,598.
BACKGROUND:
The City processed a new solicitation RFP 22/23-15, Homeowner Occupied Minor Home Repairs
and received five solicitations. After reviewing the vendors documentation only two were selected.
LMCC Specialty Contractors dba: Mims Construction and DSW Homes, LLC., were the most
responsive and quality bidders to complete the project. The purpose of the solicitation is to have
multiple vendors to compete against each other for the projects.
LEGAL REVIEW:
The Assistant City Attorney has reviewed and has no legal objection with the procurement being
implemented as proposed. The appropriate contracts will be processed upon action by the City
Commission.
RECOMMENDATION:
City staff recommends that the City Commission approve the procurement to LMCC Specialty
Contractors dba: Mims Construction and DSW Homes, LLC. under solicitation RFP 22/23-15
Homeowner Occupied Minor Home Repairs.
SUGGESTED MOTION:
"I move to approve the procurement to LMCC Specialty Contractors dba: Mims Construction and
DSW Homes, LLC. under solicitation RFP 22/23-15 Homeowner Occupied Minor Home
Repairs".
Attachments: (1). RFP 22/23-15 Agreements.
(2). Bid opening certification minutes, etc.
(3). Solicitation Tabulation Sheet
(4) LMCC Specialty Contractors dba: Mims Construction and DSW Homes,
LLC. Solicitation is available in the City Clerk's Office.
June 8, 2023
o4�ANFO� ��O
•
BID TABULATION SHEET
Solicitation: RFP 22/23-15 Homeowner Occupied Minor Home Repairs
Due Date: Thursday, June 1, 2023 at 2:00PM Local Time
Bid Opening: City Commission Chambers
The following bids were received:
1. DSW Homes, LLC
2. MGM Contracting Inc.,
a. (Non -Responsive) Incorrect Notarization
3. LMCC Specialty Contractors dba: Mims Construction
4. Orange Avenue
a. (Non -Responsive) Incomplete Attachment F, N, and K.
5. Patriot Response Group, LLC
(Non- Responsive) Incomplete Attachment "K"
Upon award recommendation or 30 days after opening, it is understood that all submittals shall become
"public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes, and
Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the
"Public Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to a competitive
solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from
disclosure until the City provides a notice of intent to award or withdraws the reissued solicitation. If no
award is made, responses are not exempt for longer than 12 months after the initial notice rejecting all
responses.
Finance Department I Purchasing Division -300 N. Park Ave Sanford, FL 32771
Tel: 407.688.5000 Fax: 407.688.5021 Email: purchasimg(rt sanfortill.gov
Jeff Triplett Art Woodruff Velma H. Williams Patrick Austin Patty Mahany Norton N. Bonaparte, Jr.
Mayor District 1 District 2 District 3 District 4 City Manager
City Hall, 2nd Floor • 300 North Park Avenue • Sanford, FL 32771-12.44 • PO Box 1788 • Sanford, FL 32772-1788
p. 407.688.5020 • f. 407.688.5021 • sanfordfl,gov
Fonv
oQ5 lot,
�o �
Jeff Triplett Art Woodruff Velma H. Williams Patrick Austin Patty Mahany Norton N. Bonaparte, Jr.
Mayor District 1 District 2 District 3 District 4 City Manager
City Hall, 2nd Floor • 300 North Park Avenue • Sanford, FL 32771-1244 • PO Box 1788 • Sanford, FL 32772-1788
p. 407.688.5020 • f. 407.688.5021 • sanfordfl.gov
CITY OF SANFORD, FLORIDA - PURCHASING DIVISION
SOLICITATION OPENING CERTIFICATION AND MINUTES (Section 255.0518, Florida Statutes)
A. Solicitation Title Homeowner Occupied Minor Home Repairs
Number RFP 22/23-15 Opening Date June 1, 2023 Time 2:OOPM Solicitation Documents Including
Announcement of This Opening Are Available for Viewing or Downloading at www.mvvendorlink.cof
Location of Opening: City Commission Chambers
1. On this date the opening of the solicitation response identified above is hereby verified and the public
announcements recorded below regarding the solicitations received were duly made. It is noted that no other
business was conducted, there were no discussions and no input was received from anyone in attending. There
was no attendance record made.
❑ IFB- Announced the name of each bidder and the amount of their bid.
❑� RFP- Announced the name of each respondent.
❑ RFQ- Announced the name of each respondent.
❑If any submission was not opened and/or announced: check this item and indicate on tabulation below
specific information as to why the submission was not opened or announced.
❑ All submissions were opened and read. The tabulation below reflects the information read.
2. Name of City
Certification (1 x By;
Certification (2) By:
the bids: Marisol Ordonez, Purchasing Manager
June 1, 2023 Marisol Ordonez, Purchasing Manager
date printed name and title
printed name and title
3. The public notice Ind`cat6d by § 286.0105 and 286.011 Florida Statutes is not required because no rule, resolution,
or formal action has taken place or considered at this opening. Therefore, a verbatim record of the solicitation
specifically identified above is not required if a person, in accordance with City of Sanford Policy Number 15., elects
to file a protest or appeal an action associated with the identified solicitation.
4. Florida Statute 119.071: Sealed bids, proposals, or replies received by an agency pursuant to a competitive
solicitation are exempt from s. 119.07(1) and s. 24(a), Art. I of the State Constitution until such time as the agency
provides notice of an intended decision or until 30 days after opening the bids, proposals, or final replies, whichever
is earlier. Note -Cit), of Samford Procurement Procedure 6-500 mandates that as applicable to an IFB: the nnune of each
bidder and the specific amount of the hid will be shared at the opening; for an RFP or RFQ the nranre of each person or
firm will be shared at the opening. (Florida Statures may he found at: http:lAvww.leg.shte fl.us/stutute�O
Fa I WN MATAK,
at.� . ----
Initial here if tabulation is attached in lieu of using the above tabulation or if additional pages are
attached. It is noted that this is page one of _ pages.'
' Page 1 of 1 City Of Sanford Doc
LMCC SPECIALTY CONTRACTORS DBA
MEMS CONSTRUCTION
REQUEST FOR PROPOSAL (RFP)
HOMEOWNER OCCUPIED MINOR HOME REPAIRS
TERM CONTRACT
SOLICITATION NUMBER: RFP 22/23-15
"M1MS
05 -Z -,-2'3A10:38 RCVD
FIRM QUALIFICATIONS AND EXPERIENCE
IM s May 18, 2023
Letter of Transmittal
City of Sanford
300 N. Park Avenue - #243
Sanford, Florida 32771
RE: RFP — HomeOwner Occupied Minor Home Repairs
Minis Construction Company is a local Florida General Contractor and a certified M/WBE firm and has
over 35 years of experience in residential and commercial construction projects.
Working throughout Central Florida, Mims Construction brings a wealth of knowledge pertaining to our
local and state building code requirements. Our utilization of qualified subcontractor and vendor base is
local to the area and understands the need of best pricing, quality, and timing for a successful project.
Mims Construction has Project Managers, Superintendents, and additional staff to complete multiple
projects at the same time and has an on-call staff to support a variety of customer needs.
Mims Construction has an outstanding EMR record for SAFETY including noise/ dust control, clean work
sites and working in occupied spaces.
Mims commitment extends beyond just being awarded a contract its about the end user —
The Homeowner and the useful life of the product being installed.
Mims Construction would like to thank the City off Sanford for the opportunity to submit a proposal for
your Homeowner Occupied Minor Home Repairs RFP.
Sincerely,
;J
(Lynn Mims
President
Lynn@mimsconstruction.com
C- 407-592-0707
Post Office Box 6815541 Orlando, Florida 32868-1554
Office 407.298.69361 Fax 407.290.1217
www. niimsconstruction.coni
MIMSMay 18, 2023
Individuals and Qualifications along with resumes
rylAN`>'--•fi'''1�N' V City of Sanford
300 N. Park Avenue - #243
Sanford, Florida 32771
nn ;r -.Ii:,,
RE: RFP — HomeOwner Occupied Minor Home Repairs
1. Lynn Mims- President—Contact for P.O., Administration
2. Andre Collins — Project Manager — Inspection — Scheduling, Safety
3. Tim Mixon — Project Foreman — day to day operation of project
4. John Mcgee — Superintendent , Safety
5. Other Staff — Carpenters, Tile, Painting, Drywall, Millwork, etc
Note: All calls will be directed to the main office number (407) 298-6936.
Then will be forwarded to the appropriate individual
Sincerely,
nn -Mims
t/ president
Lynn@niirnsconstruction.com
C-407-592-0707
Post Office Box 6815541 Orlando, Florida 32868-1554
Office 407.298.69361 Fax 407.290.1217
www.minisconstruction.com
on owns 1VN%_P
C r.14Si lr,TI..'f4 LYNN MIM5
................................................_.........................................................._......._.............I.....................................
..
• 30 ears — President Mims Construction Company
C
• Project Executive
r-
• M/WBE Coordinator
• OSHA 30 -1 -four Certification
_ Primavera p6 Certification
Florida Licensed General Contractor: CGC 1525780
Executive Profile: Lynn has over 37 years of experience in the construction industry and 30 years as president and
Owner of Mims Construction Company, a local SBE and M/WBE firm specializing in Construction Management,
Concrete, Masonry and related construction services. Mims Construction success comes through developing strong
relationships and building rapports with clients, architects, engineers, vendors and members of the project team.
Mims Construction Company is supported by a staff of construction experts in various building systems including
design -build, foundations, structural elevated slabs, mechanical, electrical, building envelope, site logistic and
LEED certification. Mims Construction was named (2) times by the Palm Beach County School Board as
Construction Manager of the year. As project director, Ms. Mims will work with the team on GMP development,
manage bid packages / review, schedule development, value engineering and design / constructability reviews.
During construction phase she will oversee weekly project meetings and will be responsible for cost and schedule
control, subcontractor coordination and contract negotiation, timely RFI and shop drawing processing, safety,
quality control, final closeout and the warranty program.
PROJECT EXPERIENCE
�/'�--' l i,.. ;!t'%!.'i' ,'+•!i"i't1tli7(' j;�t.'I'11�'lltt7l'l' .ic'�ll.li/
Palin Springs, Florida
Owner: The School District of Palm Beach County
$35,149,153.00
t• • '; 176,000 SF
LEED Silver Certified
C'Ai-d O T..11- K141,-. Ei-+.+onr•in •.. r. .i
m
'ge1ilai ;'
Palm Beach, Florida
Owner: The School District of Palm Beach County
CM @ Risk
$21,757,526
�j 90,000 SF
Page I of Z
F-' MIMS
kC: )N,Tif1)C71ON LYNN MIMS
Westward Flcmentar\ School
Clifford O. Ta\ for Kirklanc Flementary School
kh,ewater I ligh School, Orlando, FI.
Pahokee Elementary School, Pahokee, 1:1.
Pahokee Middle School, Pahokee, Fl,
Pahokee I li,_h School IStadium). Pahokee. FI.
I.merald C'oVe Middle School. Wellin"ton. 1.1.
Barton Elementary School. West Palm Beach, Fl
Manatee Flcmentar� School, Palm Beach. FF.
Glades Central Academy, Glades, IT
Manisalco Flementan School, Tampa. IT
Hunter'; G rccn ldemcntar�, School. Fampa, FL
Waldcn Lake Ficinemar� school. Fampa. I L
klarshall j-liddleSchool. Tampa. FL
Boonc I lillh School, Orlando, F'F,
South Chase Hemcntar\ School. Orlando. FI.
Palmetto ldcimentar\ School, Orlando. I:1
I ockhart I lh--h School. Orlando. IT
I ake Siler Eaementary School, Orlando, FL
Jupiter diddle tichool
1l esl l ech
Abor Ridge K-8 School, Orlando, FL
Wheatly Elementary School, Orlando, FL
00.000 til
S21.7i7.5_'(i
176.000 SF
535.149,1 53
438,765 SI
$54,931.825
170.786 SF
$5.223.068
150,1100 SF
$29.287.124
$11.0-52.9431
191.000 SF
S28.932,287
136.000 SF
$26,782,308
62,780 SF
$10.147.570
30,000 SF
$7,219.451
15,200 SF
$2?56.035
17.539 SF
$2,607.096
19.2110 SI
$2.401.045
15 200 SI
$1,972,506
38.000 SF
$30,000.000
15.110(1 Si.$
10.0110.0011
28.000 Si-
$8.01111,000
10.000 SF
'2,0011,000
1 1.000 SI
51,500.000
12.0110 11
$1 . 406.920
98.840 SF $11,200,000
73,992 SF $12,000,000
Daae > of 2
Andre Collins, CGC1515197
Experience:
Project Manager - Aims Construction 2018 -present
Responsibilities: Established communications lines with owner, create and update project
schedule, maintain budgets, buyout and write subcontractor contracts and change orders, monitor
construction techniques, receive and submit submittals, process BFI's, ASI's, and proposal
requests, conflicts resolution and establish and maintain all project logs.
• Pinewood Elementary School
$37,000.00
Orlando, FL
• Wolf Lake Elementary School
$36,000.00
Apopka, FL
• Ridgewood Elementary School
$24,000.00
Orlando, FL
• Lakeville Elementary School
$25,000.00
Apopka, FL
• Piedmont Middle School
$36.000.00
Apopka, Fl.
• Horizon Middle School
$80,000.00
Orlando
• Winderntere Iligh School
$104,000.00
Orlando, FL
• Barton Elementary School $26.000,000.00
West
Palm Beach, Ft.
• West Boynton Eicmentary School—P
$23,000,000.00 Boynton Beach, FL
• Taylor Kirkland Elementary School—P
$23,000,000.00 West
Palm Beach, FL
• Pahokee Stadium — P
$10,000,000.00 Pahokee, FL
• Pahokee Elcmcntary School 91, Bldg.—P
$8,000,000.00
Pahokee, Fl.
• Sally Port — OCPS, Orange County FL
$397,401
Orlando, FL
Camelot Elementary
Three Pointc Elcmcntary
Avalon Elementary
Northlake Park Elementary (K-8)
Dr. Phillips High School (9 Grade Center)
�• Dynamics Group
DG Incorporated Irish Hudnell
.................... I................ _ ... .....................................................................................................................................
• Bachlors of Science Architectural Construction Engineering
C Technology/Minor in Civil Engineering'fechnology
�' • 8 years with Mims Construction Company
• Project Assistant Superintendent
�' • Quality Control and Quality Assurance Coordinator
• OSHA 30 -Hour Certification
7 months with Dynamics Group
Irish will assist the Superintendent in the day to day supervision of trades, ensuring adequate manpower, quality
control assurance, daily logs, material testing, site security, safety, schedule adherence, completion and punch out.
As QAC. Irish will verity approval of all construction materials prior to start of any work activity for quality
compliances. Monitor all test reports. inspect all mock-ups for quality compliance. Review the Quality Control Log
with the Superintendent. Irish will be responsible for the monthly warranty inspection and in addressing all
warranty issues.
PROJECT EXPERIENCE
r
LovEL L ELEME1►TIlRT
Orlando, Florida
Owner: Orange: County Public Schools
Role: Assistant Superintendent
Orlando, Florida
Owner: Orange County Public Schools
Role: Project Engineer
JOHN MC:GFAE
SUPERINTENDENT
4
40 years
1 VA W) 11 l I'll %11 N1`
17 years
11►t `. I MN
Orlando, FI
Army Core of
Engineering Quality
Control
Certifications
OSHA
?sr
1, � 11
MIMS
Mr. McGee posses a wide range of construction experience. Provides strategic
leadership to the construction department of Mims Construction and the
supervision of 20 or more field personnel. Identifies innovative opportunities
and ways that enhances the quality of, decreases the cost of and reduces the time
to complete construction projects. Develop training programs for the
improvement of all field personnel. Conduct weekly safety and tool box meeting.
Has represented Mims Construction in the capacity of Safety Director to oversee
the Safety Program that has resulted in ZERO accident in accordance to the OSHA
400 standard.
Orlando (OIA) Intermodal Bridge
Orlando, Florida
Design Build
Assistant Superintendent
$$25 million New elevated tramway
between the main terminal and New
Airside'l"erminal
Edgewater High School
Orlando Florida
Assistant Superintendent
CM@Risk - $55 million
408,000 Square Feet
Jefferson Street Parking Garages
Orlando Florida
Assistant Superintendent
Design Build - $19.2 nil - 433, Space
Park
7 -Story Cast - In Place Structure
H Staff/Team Fxperien,_e Hotida (:, Bowl Starfitim Rt�nnvat.ion%
JOHN M(1'GEE
SUPERINTENDENT
Review specifications and plans for bid ✓
constructions purposes
Site plan and foundation plan analysis) ✓
structural detail review
Assist with review of shop drawing ✓
Scope of `Mork development ( ✓
Field Operations, inspections, material ✓
procuretnent of concrete components
Assist with scheduling ✓
Layout coordination - basic surveying ✓
Quality Control - Safety ✓
Measurement and computation of ✓
_quantities
F
H. Staff/Turn Experience Florida Citrus Bowl Stadium Renovations
C�f, Fd l�'� Timothy Mixon
f, • Alcorn State - Bachelor of Science Business Administration
• Turner School of Construction — Construction Management;
Business Development; Construction Contracting
• Miami Dade College/Valencia College Dual Program
77 • 11 years of construction experience
• 7 years with Mims Construction Company
• OSHA 30 Certificate
• CPR/First Aid
Tim has assisted in scheduling and daily activities of work and taking necessary actions to assure that the project
objectives of scheduling, quality, pricing, safety, and cleanliness are met and adhered to by subcontractors and vendors
as well as jobsite personnel. Implement incremental project scheduling to ensure upcoming events are on track and
are being proactively attended and met. Experienced in overseeing infrastructure. utility, road and asphalt installation,
site preparation parking amenities, striping and signage as well as new construction of building, site concrete and
masonry. Conducts pre -construction, progress and other project and staff meetings. Responsible for creating and
maintaining Project Documents and Reports per construction activities. Experience in Word, Excel Prolog ('Tremble).
BIM 360, Safety Net. 'Tim has overseen projects ranging from 5000 sq. Ft. to 150,000 sq. Pt. and S I NI to S200NI in
building cost. Current Project Assignment -- Assistant Superintendent
PROJECTEXPERIENCE.
%%Neatly Elementary School - Orlando, FI_ 73,992 sl' $12,000,000
Enterprise BUildOUt Contiuning Contract 150,000 sfand up $25,000.00 and up
Tampa International Airport Design Build 2.6mil sf $730,000,000.00
Lake Cherokee to Lake Davis 3 miles $550,000.00
Berth 2191'ampa Port Authority 60,000 sl' $479,000.00
Jacksonville Port Authority $525,000.00
City of Sanford I Finance Department I Purchasing Division Solicitation Number:
300 N. Park Avenue 2nd Floor Suite 236 Sanford. Florida 32771 Imp 22/23-15Num
SANFORD -- - -- — Phone: 407.688.5028 or 51130 I F. 407.688.5021
REQUEST FOR PROPOSAL Due Date:
7'L101 CONTRACT May 25, 2023
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
SECTION 00440
BIDDER QUALIFICATION AFFIDAVIT
State the true, exact, correct and complete name of the company, partnership, corporation, trade or
fictitious name under which the Bidder does business and the address of the place of business.
., c , m rflfc v 3 dix e -1 n..3l-rl i c n
Name of Bidde
1 I S >- PY I Y -c 910( Y LT %, fin E rm►rn 0 ll✓i-�
Address of Bidder Phone No. of Bidder Bidder E -Mail Address CuG�
Bidder's Contractor's License No(s). 4� 1 S C--
(As issued by the Florida Dept. Of Business and Professional Regulation Construction Industry
Licensing Board)
The Bidder is (check one of the following):
( ) An Individual
( ) A Partnership
(v�-A Corporation
Principal Office Address:
1. If Bidder is a corporation, answer the following:
Date of Incorporation: T� 114 4 -
State of Incorporation:
President's Name: �__, r,� 1. ;t•�t
Vice President's Name: -A
2. If Bidder is an individual or a partnership, answer the following:
Date of Organization:
Name, Address and Ownership Units of all Partners:
Cite of Sanford I finance Department I Purchasint; Division
Solicitation Numbers
300 N. Park Avenue 2"' floor Suite 236 Sanford, Florida 32771 RFP 22/23-X5
Phone: 407.688.51128 or 50301 Fax: 407.688.5021
SANFORll -- - -- ---- -
REQUEST FOR PROPOSAL Due Date:
TERM CONTRACT May 25, 2023
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
State whether general or limited partnership:
3. If Bidder is other than an individual, corporation or partnership, describe the organization and
give the name and address of principals:
4. If Bidder is operation under a fictitious name, submit evidence of compliance with the Florida
Fictitious Name Statute. Information attached: LYes N/A
5. How many years has the Bidder been in business as a Contractor under its present name?
6. Under what other former names has the Bidder operated?
7. How many years' experience in construction work has the Bidder had as a Prime Contractor?
5 _ y 12-.5
8. Please refer to and complete Attachment "J" — References.
9. Has the Bidder ever failed to complete any work awarded to it? If so, state when, where and
why (attach additional sheets as necessary).
10. Has any officer or partner of your organization ever been an officer or partner of some other
organization that failed to complete a construction contract? If so, state name of individual,
name of other organization, and reason therefore (attach additional sheets as necessary).
N(
0 SAN I FORD
i
City of Sanford I Finance Department I Purchasing Division
300 N. Park .Avenue 2"" Floor Suite 236 Sanrord, Florida 32771
Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021
REQU EST FOR PROPOSAL
TERM CONTRACT
Solicitation Nunther:I
RFP 22/23-15
Due Date:
May 25, 2023
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
STATE OF FLORIDA
COUNTY OF
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer
oaths and take acknowledgments, personally appeared { } who is
personally known to me or { . } who produced as identification and
acknowledged before me that s/he executed the same. Sworn and subscribed before me, by
by means of 1,1 physical presence or {
online notarization on the day of 2023, the said person did take an oath and
was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the
foregoing and that the statements and allegations contained herein are true and correct.
WITNESS my hand and official seal in the County and State last aforesaid this day of
2023.
(Notary Public in and for the County and State Aforementioned)
NAKIA KELLY
SEAL My commission expires:
Commission M HH 7653!:5
PLEASE COMPLETE AND SUBMIT N
Failure to submit this form may be grounds for -4itWi'"atib"ir ofj-dGF ubbmittal-w
END OF SECTION
City of Sanford I Finance Department I Purchasing Division Solicitation
300 N. Park Avenue Suite 243 2nd Floor, Sanford Florida 32771 Number:
�� S:\NFtll.fl
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 2203.15
REQUEST FOR PROPOSALS (RFP) Doe Daw.
Term Contract May 25, 2023
TITLE: HOMEOWNER OCCUPIED MINOR HO,1NIE REPAIRS
ATTACHMENT "L"
DISPUTES DISCLOSURE FORM
Answer the following questions by answering "YES" or "NO". If you answer "YES", please explain In (lie
space provided, please add a page(s) if additional space is needed.
1. Has your Linn, or any of its officers, received a reprimand of any nature or been suspended by the
Department of Professional Regulation or any _Qther regulatory agency or prol'essional association
within the last five (5) years:' Ny (Y, IZ%
2. Has you[' Grin, or any member of your firm, been declared in default, terminated or removed front a
contract or job related to the services your firm provides in the regular course of business within the last
live (5) years? 1,e-c-
3.
`eG
3. Has your firm had filed against it or tiled any requests liar equitable adjustment, contract claims or
litigation in the past five (5) years that is related to the services your tiro provides in the regular course
ol'buSiness? N (Y/61)) Note: If yes, the explanation I11ust slate the nature of the request
for equitable adjustment, contract claim or litigation, a brief description of the case, the outcome or
Status of suit and the nlonetary amounts or extended contract time involved.
I hereby certify that all statements made are true and agree and understand that any misstatement or
misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of the
prgject identified.
11"tt-
Firm
Signatlwo
Prin
IS
zed Representative
or Typed Name and "Title ol'Awhorized Representative
END OF SECTION
19
5 ) I I 1- e-1
SIMILAR PROJECTS
City of Sanford ( Finance Department ( Purchasing Division Solicitation
300 N. Park Avenue Suite 243 2i1 Floor, Sanford Florida 32771 Number:
1N['OIZD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/2315
REQUEST FOR PROPOSALS (RFP) Due Date:
Term Contract May 25, 2023
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
Attachment "J"
References
Bidder shall submit as a part of their hid response, a minimum of live (5) of the most significant pro jects similar in size and scope
which were performed within the last three (3) years. The contact person shall be someone who has personal knowicdge of the
Bidder's performance for the specific requirements listed and is aware the City may be contacting thein.
Project #1:
-Project Name: /c A-av64-- =h� z (� u.,�.� �',,e✓.�. fii��
Type of Project/Sen,ice: S . L . 6-7 . l L<<:; i ^t.� .,,�. l�1 1-4 47 --- - --
Address: �L Al . 2!�»�
Contracting A gene /Client:
Contact Name and Phone
Contact Ismail Address and Fax #:
Contract amount: _c ? r.% Start Date: `j 11,
nand Date: %�c 2,0 z 2 -
Project
Project #2:
Project Name: a•S ` e.g /-r C �rrr,S - �� i ✓�. f -e-
Type of Proiect/Servicc: �,'n�i iY !'.�. t /- e. h'11���, , �r' -, I1...G, �� , i•.A-1/ !y<'•,Z. ._.
Address:
f
Contracting Agenc /Clicnt: /�,� j fL"7G
Contact Nantc amd Phone tf: =--I , / //c.�, y �' iG �'�S
Contact Email Address and Fax #: /%'( //D/7 !tip / // -f� c f �r� �_. %.• (' +.�•,
Contract Amount: G 'fZ' //<!• nv Start Date: I,p - G - End Date:
7 lJ�.n
Project #3•
Proieet Name: �'.�/l�i;e %� ,3� �l `.mac./2 - V ,, ,J G'<t.75 CY7J
Type of Project/Service:�jnc '
i
Address: Cry_ A/1.,, 'li Q.ok + l2` iC /lL� . , /1 rt.�� _ �'
Contractin g A gene /Client: f / r -* ,s 1rcaS sz_
Contact Nanic and Phone #: r[
Contact Email Address
Contract Amount: % G St. rt Date: ej 2vz / land Date:
Project A:
Project Name: 6-7 eeirS ;L
Type of Project/Scnicee. :f7d..Yd
Address: p `' %U, i� r 67 (i_, X'r
Contracting Agency/Client: ,1c -S,7,, -
Contact Nante and Phone #: 42r - . C c , j
Contact Email Address and Fax tt: c , rtti r ,'' G- i� /Cc r L't'r • _ _
Contract Amount. (,� • aZ: Stare Daft End Date: L Z v L 3
Project #S•
Project Name: V&14 i1 / S �C ; / / /!, + •//- > .J e' >NL�1� C , 7/ c-, 4� nL
Type of Project/Service- 71, le,
Address: ;S-?17AG t ,,V - e ftch/t. / u P
+ /Z c 4 t
Contracting A +enc /Clien . PS 1�c / r = /i't� J , /r ` .f
Contact Name and Phone #: c !) -2 '�- 3 7-cL .� �� s r
Contact Email Address and Fax #: S, ne r /`/t u - G 91 3 / ;L - 3 -7-:5 _
Contract Amount:, 'Z rvU Ceo Start Date: ?ZC- (,Ti..� End Date: 4;'
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE'
w'Failure to submit this form may be grounds for disqualification of your submittal'°
16
•I •
PROJECT APPROACH
May 15, 2023
Mims
CONSTRUCTION Tab C
MANAGEMENT
CONCRETE
PAASONHY
Project Approach
A. Firms Technical approach to the project:
When notified of the Rfp request, will notify the appropriate subcontractors for site
visit and pricing of the project. Awarding of the project Mims will notify the subs/vendor of
award and schedule a pre -construction meeting to discuss the project and schedule of start
dates and finish dates.
B. Adequacy of resources, personnel, labor, and equipment:
Mims Construction staff includes skilled laborers, carpenters, tile, drywall installers,
concrete or masonry, Project Managers and Superintendents that are available to be on
site and accessible to the site. Data base of vendors and subcontractors that can and
will perform work.
Equipment: Ladders, generators, scaffolding, tile cutters, drills, hand tools, wood saws
and concrete saws, electrical cords, jackhammers, safety equipment, fans, vacuums, and
PPE equipment, Vendors — Plumbing warehouse, Home Depot, White Cap, Lowes, ect.
HVAC distributor, ect.
C. Clear statement of the specific services and task to be performed:
The work to be performed is home repairs to occupied premises. The scope can and will
range from, plumbing, electrical, HVAC, roofing, interior finishes, insulation, interior trim,
framing and drywall, painting, (floor covering) tile, carpet, carpentry. There may be some
exterior repairs to windows, doors, painting, and ADA compliance.
Mims staff has the expertise to perform multiple scopes as listed above. The carpenters -
perform drywall installation, cabinets, tiles, carpet, doors, windows, exterior siding.
Limited painting, concrete finishers, for ADA ramp and Masonry, Our data base of
subcontractors (HVAC, plumbing, electrical, roofers have experience staffing to complete
their scopes as defined in the RFP).
D. Typical response time/or project implementation:
Once awarded the project there will be a schedule meeting with the City to discuss project time
line and with all subcontractors /vendors involved to discuss the schedule from start to finish
and if there are any concerns or obstacles, they foresee that will impact the project from being
completed on the schedule date. Mims understand time is of essence on the project and we
aim to meet all schedule inspections to move the project forward to completion.
Meet with occupied homeowners to discuss the project timeline and responsibility of the
homeowner to have personal items removed from the area and stored out of work. Discuss if
the homeowner will be occupying the home during construction and if there are any health
issues — allergies or allergic reactions to any materials that may be used. If the house is
asbestos/ Lead, mold, water damage this will impact how the removal and remedial action will
take place.
Discuss with homeowner the badging of all workers and subs. The safety and cleanliness of our
work to be performed. Daily working hours of the project.
E. Provide information regarding any proposed innovated concepts:
In purchasing items/products we will utilize sustainability, and LEED products that are
economically priced and suitable for the project. Lightning, Less water and Energy.
Post Office Box 681554 1 Orlando, Florida 32868-1554
Office 407.298.69361 Fax 407,290.1217
�4MV.I111n1scollstl UL.tion.conl
REQUIRED FORMS
City of Sanford I Finance Department I Purchasing Division
Solicitation
300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771
Nurdbee;
h S ANFORD
Phone: 407-688-5028, or 5030 1 Fax: 107-638-5021
. RFP 22/23_15
REQUEST FOR PROPOSALS RFP
Due Date:
Term Contract
May 25, 20x3
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
Contract does
Contract does
Contract Exceeds
not Exceed
not Exceed
$500,000, 180 days
$500,000, 180
$25,000,30
COVER COVERAGE REQUIRED
& unusual hazards
days & no
days & no
exist
unusual hazards
unusual
Level 3
exist- Level 2
hazards exist
Level
Employers Liability
Employers Liability
Employers
$1,000,000
$500,000
Liability
Workers' Compensation
Each Accident
Each Accident
$500.000
'Certificates of exemption are not acceptable in lieu of workers
000
$500,000
Each Accident
compensation insurance.
Disease
Disease
Disease
$500,000
$1.000,000
$500,000
Disease
$500,000
Commercial General Liability shall include- Bodily injury liability.
$1,000,000 Per
$500.000 Per
Property Damage liability: Personal Injury liability and
$2.000,000 Per
Occurrence
Occurrence
Advertising injury liability Coverages shall include: Premisesi
Occurrence
$2,000,000
$500,000
Operations: ProduclsiCompleted Operations: Contractual liability,
$3,000,000 General
General
General
Independent Contractors, Explosion; Collapse: Underground.
Aggregate
Aggregate
Aggregate
Coverage must be provided for sexual harassment, abuse and
molestation.
$500.000
$1,000,000
$1.000,000
Comprehensive Auto Liability. CSL. shall include "any auto or shall
Combined Single
Combined Single
Combined
include all of the following: owned, leased, hired, non -owned autos. and
Lunn
Limit
Single Limit
ch
s eduled autos.
I
Professional Liability (when required)
$1,000,000
$1,000,000
$1,000,000
Minimum
Minimum
Minimum
Builder's Risk (when required) shall include theft, sinkholes, off site
storage, transit, installation and equipment breakdown. Permission to
100% of completed
1001Y" of
100% of
occupy shall be included and the policy shall be endorsed to cover the
value of additions
completed value of
et
completed
interest of all parties, including the City of Sanford, all contractors and
and structures
additions and
value of
subcontractors.
structures
additions and
structures
$3,000,000
$1,000,000
$500,000
Aggregate: No per
Aggregate. No per
Aggregate: No
Garage Keepers (when required)
vehicle maximum
vehicle maximum
per vehicle
preferred
preferred
maximum
S1,000,000
referred
$500,000
$3,000,000
Combined Single
Combined Single
Combined
Garage Liability (when required)
Limit
Limit
Single Limit
$3,000,000 General
$1,000,000
$500,000
Aggregate
General
General
Aggregate
A re ate
Cyber Security -Error and Omission Insurance Coverage (Professional
,000
,000
Liability) is to be included. Minimum of two years Extended Reporting
Minim ,000 Minim$5.00
Minimum Minimum
Minim$5,00
Minimum
Period (ERP or Tail) coverage (when required).
'Umbrella Policy- (Follow form only) can supplement the underlying
general and auto liability to reach the cover the amounts the City
requires.
ATTACHMENT "B" INSURANCE REQUIREMENTS OUTLINED BELOW APPLICABLE TO CONTRACTS FOR
SERVICES WHEN THE CONTRACTOR PERFORMS ON OR OFF CITY PREMISES
City of Sanford I Finance Department I Purchasing Division
3011 N. Park Avenue Suite 243 211" Floor, Sanford Florida 32771
�:� 1 E�C)1.ZD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
-
REQUEST FOR PROPOSALS (RFP)
Term Contract
TITLE: HOMEOWNER OCCUPIED [MINOR HOI\,IE REPAIRS
I. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not
required unless applicable conditions exist. If clarification is needed the CONTRACTOR must
request clarification from the City of Sanford Purchasing Office.
II. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing
any work, a Certificate of Insurance which verifies coverage in compliance with the
requirements outlined below. Any work initiated without completion of this requirement
shall be unauthorized and the City will not be responsible.
III. The City reserves the right, as conditions warrant, to modify or increase insurance
requirements outlined below as may be determined by the project, conditions and exposure.
�- Certification Terms and Conditions
IV. It is noted that the City has a contractual relationship with the named vendor, contractor or
provider (collectively referred hereinafter as Contractor) applicable to a purchase order, work
order, contract or other form of commitment by the City of Sanford, whether in writing or not
and has no such contractual relationship with the Contractor's insurance carrier. Therefore,
the onus is on the Contractor to insure that they have the insurance coverage specified by the
City to meet all contractual obligations and expectations of the City. Further, as the
Contractor's insurance coverage is a matter between the vendor and its insurance carrier, the
City will turn to the Contractor for relief as a result of any damages or alleged damages for
which the Contractor is responsible to indemnify and hold the City harmless. It is understood
that the Contractor may satisfy relief to the City for such damages either directly or through its
insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect
relief from the Contractor.
a. The insurance limits indicated above and otherwise referenced are minimum limits
acceptable to the City. In addition, all contractor policies shall to be considered
primary to City coverage and shall not contain co-insurance provisions.
b. All policies, except for professional liability policies and workers compensation
policies shall name the City of Sanford as Additional Insured.
c. Professional Liability Coverage, when applicable, will be defined on a case by
case basis.
d. Umbrella Policy: In the event, the vendor carries Umbrella Policy the language
shall state "Umbrella to Follow Form" to cover the underlying general and auto
liability.
e. In the event that the insurance coverage expires prior to the completion of the
project, a renewal certificate shall be issued 30 days prior to said, expiration
date.
f. All limits are per occurrence and must include Bodily Injury and Property
Damage.
g. All policies must be written on occurrence form, not on claims made Form,
except for Professional Liability.
h. Self -Insured retentions shall not be allowed on any liability coverage.
I. In the notification of cancellation: The City of Sanford shall be endorsed onto the
policy as a cancellation notice recipient. Should any of the above-described
3
ACORb' CERTIFICATE OF LIABILITY INSURANCE
DATE(MMIODtYYYY)
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED
1/4/2023
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require all endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
CONTACt'
NAM;: CertlfCate Department
SIHLE INSURANCE GROUP, INC.
PHONE —"— FAx^
IAcc, No'EXII; q07-869-5490 [mac, Not: 407-389 3580
P. O. BOX 160398
ALTAMONTE SPRINGS FL 32716
E-MAIL — _
_ADDRESS; Certificates 4QSihle.Com
_ INSURERSAFFORGINGCOVERAGE NAIC0
E X OCCUR
I _ ... ;LA;AIS :41D [_
INSURER A: Brid efield Employers Insurance Company 10701
INSURED MIAISCON'31
INSURERS: CIr1CIMati Companies 10677
L.M.C.C. Specially Contractors Inc.
_ _ _
dba Mims Construction Co.
INSURERC..
P.O. Box 681554
INSURERO:
Orlando FL 32818
PER9DNaL a ADV INaUR r _'
I -
S /,000,000
INSURER E:
$2,000,000
INSURER F.
COVERAGES CERTIFICATE NUMBER: 151.1358495 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED
BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO
ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
—�— ----`-
INSR .. _ -----�-- ----- ADOL SUER �
�—� —
I POLICY EFF POLICY EXP---��—_
LTR TYPE OF INSURANCE I POLICY NUMBER
M OD/YYYY MM fY Y LIMITS
S X COMMERCIAL GENERAL LIABILITY
ENP 0542910
6128/2022 6%2812023
EACHOCCURRENCE _
151,000,000
E X OCCUR
I _ ... ;LA;AIS :41D [_
IUAMAG U N.Eb
PREMISe'_S ;Ep nCCUtiVflCRf—
I ;150.000
I _ _ _ �
XXCu
� h1EC E(P (An xle c•�rson ; S 10,000
PER9DNaL a ADV INaUR r _'
I -
S /,000,000
I •3E.N RAL AGGREGATE—
$2,000,000
3EN'L AGGREGATE 1.0 APPL.EB PFR
,
PF^y
PJLICY I.IE..T _ -i-
I
P ;)gyLrS COMo;OPAGU
52,000.000
B i AUTOMOSILELIABILITY
i
cNpOF.2 I,
22 t
''tt•"91NEDSINGLE'_MI'
LCI: r�;x)gntl_....
}(
l,AA)'Y AU T')
i
BODILY INJURY'Pnrayr;on)
i
—
r
OvvP:EO 3CHEOULED
.AUTOSOIIL' --- AUTOS
—
�9JnILe IN:URY (Per y__ 4�•rrtI
---
i -
X
HIRED X NOH-OVYNED
PROPER IYOAMAG@
... —,
AUTOSO^IL'e .._ AUTOS ONLY
pip
; ]1),000
n X
I UMBRELLA LIAR X i Of:r.UH
ENP 054291'.`
5126/2022 I 6128!2023 i EACH OCCURRENCE
I --"---------
% S 5:000.000
~
EXCESS LIAB (CLAIMS-\1ACE_
I
I i AGGREGATE
I $,000,OCD
_
'
..�
DEO RETEN'ION $
WORKERS COMPENSATION
83056225
111!2023
1111202.3 X I'LI` •
AND EMPLOYERS' LIABILITY YIN-
i'• ilrt!-
-
ANYPROPRIE'OR'PART'.EREXEC4TIVE
EL.EACH .ACCIDENT
; 1,000,000
OFFICER1h1EhIBERE:(CLJDEO'' � i N ' A'..
-
_ —_
(Mandatory In NH)
E L DISEASE - EA S%IPLOYL-
_i i 1.000,000
' If yes, duscnba under
I
"—'
-- - --- - —
DESCRIPTION OF OPEPAT ICNS below
E.L. DISEASE - POLICY -IMIT
i 1,000,000
8 Callydctdrr Equip -v-4 ENP 0542910
6t28t2022
612812023 ' .Asad 3 ..Rene/ Equip
$200,000
I
Onduclll•In
i
5500
DESC RIP TION OF OPERATIONS I LOCATIONS I VEHICLES (ACORO telt. Additional Ro marks Schetfula,
may be anachod If morn =para Is raguned!
" For Bid and/or Informational Purposes Only "
For Information Purposes Only
L;ANCtLLA I IUN
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
/"I U I
1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
Z
T
City of Sanford I Finance Department Purchasing Division tit6licifa�inn
300 N. Park Avenue Suite 243 21" Floor, Sanford Florida 32771 Numlier:
SANFORD Phone: 407-688-5028, or 5030 1 Fax. 407-688-5021
REQUEST FOR PROPOSALS RFP D
Q � � latlC' iltlilj:
Term Contract May 2S. 47021
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
policies of Sanford in accordance with the policy provisions.
j. All insurers must have an A.M. rating of at least A -VII.
k. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors
retained by the Prime CONTRACTOR shall provide coverage as defined here in
before and after and are the responsibility of said Prime CONTRACTOR in all
respects.
I. Any changes to the coverage requirements indicated above shall be approved by
the City of Sanford, Risk Manager.
m. Address of "Certificate Holder" is City of Sanford; 300 N. Park Avenue; Sanford,
Florida 32771.
n. All certificates of insurance, notices etc. must be provided to the above address.
o. In the description of the certificate of insurance inlcude the solicitation number -
and proiect name.
2 :]ter
,)c -(r i/ f- l -,:44s
ad or Printed Name of Affiant
STATE OF FLORIDA
COUNTY OF
_ f J
rifle
Nam2 of Company
J
of
HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and
take acknowledgments, personally appeared (} who is
personally known to
me or { } who produced h! 1i as identification and acknowledged
before me that s/he executed the same. Sworn and subscribed before me, by
by means of { } physical presence or { } online notarization on the day of , 202_, the
said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and
saying that s/he has read the foregoing and that the statements and allegations contained herein are true and
correct.
WITNESS my hand and official seal in the County and State last aforesaid this i day of
202.
NAKIA KELLY
is-Steto of Florida
(Notary Public in and for the County and Sta -• " �a 0 HH 165365
?n„ 4;1 My Com fission Expires
ImW Au tict 22, 2026
SEAL My commission expires:
The City reserves the unilateral right to modify the insurance requirements set forth at any time during the process of solicitation or
subsequent thereto.
'Failure to submit this form may be grounds for disqualification of your submittal- Revised 12/22/2022
4
City of Sanford I Finance Department I Purchasing Division
300 N. Pa►•k Avenue Suite 243 21111 Floor, Sanford Florida 32771
�
SAivr���lzl� Phone: 407-688-5028, or 5030 1 Fax: 107-688-5021
REQUEST FOR PROPOSALS (RFP)
Term Contract
"Solicitation
Nluinbcm
RFP 22123-15
Dui Dow
May 15,10D
TITLE: HOMEOWNER OCCUPIED NIINOR HOME REPAIRS
ATTACHMENT "C"
CONFLICT OF INTEREST STATEMENT
-- �
A. I am the 1 /L/ f -7 e-6"1 of l Ac' L' S1,1 <�; ll(';'L 7i f-i�i l (., r,s with a local
office in
[Insert Title] [Insert Company Name]
and principal office in C�/< 1;:
B. The entity hereby submits an offer to RFP 22/23-15 Homeowner Occupied Minor Home Repairs.
C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its
full knowledge.
D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the
appropriate date and time and that said above stated entity has no financial interest in other entities submitting a
proposal for the work contemplated hereby.
E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement,
participated in any collusion or collusive activity, or otherwise taken any action which in any way restricts or
restraints the competitive nature of this solicitation, including but not limited to the prior discussion of terms,
conditions, pricing, or other offer parameters required by this solicitation.
F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise
prohibited from participation in this solicitation or any contract to follow thereafter by any government entity.
G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest
because and due to any other clients, contracts, or property interests in this solicitation or the resulting project.
H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in
any City Division/Department/Office.
I. 1 certify that no member of the entity's ownership or management is presently applying, actively seeking, or has
been selected for an elected position within City of Sanford government.
J. In the event that a conflict of interest is identified in the provision of services, I, the undersigned will immediately
notify the City in writing.
By the signature(s) below, Itwe, the undersigned, as authorized signatory to commit the firm, certify that the information
as provided in Attachment "C", Conflict of Interest Statement, is truthful and correct at the time of submission.
,AFFIr VST SIGNATURF. -- --
C �!
Name ol" AFFIANT
;- .
_ ► --
"I"itlr
5
-- Cite of Sanford I Finance Department I Purchasing Division I suliel(atiun
300 N. Park Avenue Suite 243 2i° floor, Sanford Florida 32771 ` Nunibet-:
SANl=01ZI) Phone: 407-688-5028. or 5030 1 Fax: 407-688-5021 RFI' 22123-15
REQUEST FOR PROPOSALS (RFP) Dine Date.
Term Contract May 251, 202.3
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
STATE OF FLORIDA
COUNTY OF
1 HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and
take acknowledgments, personally appeared ! ; '; �; �'- , �� i. , , { )- who is personally known to me
or { ) who produced �� i t i _ i as identification and acknowledged -before me that s/he
executed the same. Sworn and subscribed before me, by
by means of { ) physical presence or (} online
notarization on the i day of F, I 2023, the said person did take an oath and was first duly
sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that
the statements and allegations contained herein are true and correct.
WITNESS my hand and official seal in the County and State last aforesaid this 0 day of
2023.
(Notary Public in and for the County and State Aforementioned)
SEAL My commission expires:
otary Public•Stato of Florida
1 = Cummission B HH 165365
=.' My Commission Ex iros
PLEASE COMPLETE AND SUBMIT WI"IIZONvl t
"Failure to submit this form may be grounds for disqualification o your st
6
0— SANI"01 I)
City of Sanford I Finance Department I Purchasing Division
300 N. Park Avenue Suite 243 2 u Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5U30 i Fax: 407-688-55021
REQUEST FOR PROPOSALS (RFP)
Term Contract
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
ATTACHMENT "D"
NON -COLLUSION AFFIDAVIT
The undersigned, by signing this document hereby certifies that the company named below hereby is or does:
States that the entity named below and the individual signing this document has submitted the
attached bid or proposal:
2. He is fully informed respecting the preparation and contents of the attached proposal and of all
pertinent circumstances respecting such proposal;
3. Said bid or proposal is genuine and is not a collusive or sham bid or proposal;
4. Neither the said bidder or proposer nor any of its officers, partners, owners, agents, representatives,
employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or
agreed, directly or indirectly with any other bidder, proposer, firm or person to submit a collusive or
sham bid or proposal in connection with the Contract for which the attached bid or proposal has been
submitted or to refrain from bidding or proposing in connection with such Contract, or has in any
manner, directly or indirectly, sought by agreement or collusion or communications or conference with
any other bidder, proposer, firm or person to fix the price or prices in the attached bid or proposal or of
any other bidder of proposer, or to fix any overhead, profit or cost element of the bid or proposal price
or the bid or proposal price of any other bidder or proposer, or to secure through any collusion,
conspiracy, connivance or unlawful agreement any advantage against the City of Sanford or any
person interested in the proposed Contract.
5. The price or prices quoted in the attached bid or proposal are fair and proper and are not tainted by
any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or proposer or
any of its agents, representatives, owners, employees, or parties in interest, including the individual
signing this document.
/i
h.�,�.fl,� /4L 1 a7 f L:)IA fizi '7�
Bidder Y`
Signature A Authorized Representative (Affiant) T ' Date
Print_Od or Typed Name and Title of Authorized Representative (Affiant)
STATE OF FLORIDA
COUNTY OF L
HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and
take acknowledgments, personally appeared 1 _ I 1 fl , , {•) who is personally known to me
or { } who produced [Qj1 as identification and acknowledged before me that s/he
executed the same. Sworn and subscribed before me, by
7
City of Sanford I Finance Department I Purchasing Division Solicitation
300 N. Nark Avenue Suite 243 2" Floor, Sanford Florida 32771 Number:
�--- SANF-ORI)
Phone: 407-685-5028, or 5030 1 Fax: 407-688-5021 RFP 22123-15
REQUEST FOR PROPOSALS (RFP) Due Date:
Term Contract May 25, 2023 ,.,,
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
by means of {v) physical presence or { } online
notarization on the I I day of 1;�� 2023, the said person did take an oath and was first duly
sworn by me, on oath, said person, furth r, deposing and saying that s/he has read the foregoing and that
the statements and allegations contained herein are true and correct.
WITNESS my hand and
2023.
r
official seal in the County and State last aforesaid this , I day of
(Notary Public in and for the County and State Aforementioned)
SEAL My commission expires: NAKIA KELLY
P.1bl42 ale
_' � i� = Commission tl HH 165365
MY Commission Expires
August 22, 2025
END OF SECTION
fs
Citi' of Sanford Finance Department I Purchasing DivisionS(IIicittl(ion
300 N. Park Avenue Suite 243 2111 Moor, Sanford Florida 32771 Number:
OPSANt ORI) Phone: 407-688-5028. or 5030 Fax: 107-688-5021 itI-C ZZ/23-15 REQUEST TOR PROPOSALS (RFP) plat Datco,
Term Contract May 25t 2023
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
ATTACHMENT "E"
DRUG FREE WORKPLACE CERTIFICATION
When applicable, the drug-free certification form below must be signed and returned with the IFB response.
In order to have a drug-free workplace program, a business shall:
A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or
use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against
employees for violations of such prohibition.
B. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-
free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the
penalties that may be imposed upon employees for drug abuse violations.
C. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of
the statement specified in the first paragraph.
D. In the statement specified in the first paragraph, notify the employees that, as a condition of working on the
commodities or contractual services that are under bid, the employee will abide by the terms of the statement
and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter
893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation
occurring in the workplace no later than five (5) days after such conviction.
E. Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation
program if such is available in the employee's community, by any employee who is so convicted.
F. Make a good faith effort to continue to maintain a drug-free workplace through implementation of the foregoing
provisions.
By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that (fie information
as provided in Attachment E, Drug -Free Workplace Certification, is truthful and correct at the time of submission.
AFFIANT -SIGNATURE
) iLc: GC i t ; .Lf1
xy d-r�dme of AFFIANT
Title
9
Cite of Sanford I Finance Department I Purchasing Division Solicitation
.100 N. Park Avenue Suite 243 2111' Floor, Sanford Florida 32771 Nuinher:
�:� N 1=(-1lZI ) Thune: 407-688-5028, or 5030 1 Fax: 407-688-51121 RFP 22/23.15
��--�
REQUEST FOR PROPOSALS (RFP) Due Date:
Term Contract May 2S, 2023
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
STATE OF FLORIDA
COUNTY OF
HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and
take acknowledgments, personally appeared �i I i ; . 1,; �\ � , , , (L.1 who is personally known to me
or { } who produced k i I as identification and acknowledged before me that s/he
executed the same. Sworn and subscribed before me, by
by means of { ) physical presence or { } online
notarization on the i day of !', 2023, the said person did take an oath and was first duly
sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that
the statements and allegations contained herein are true and correct.
WITNESS my hand and official seal in the County and State last aforesaid this I day of
2023.
(Notary Public in and for the County and State Aforementioned)
SEAL My commission expires:NAKIA KELLY
- � "'•) - Commission N HH 165365
My Commission Expires
August 22, 2025
PLEASE COMPLETE AND SUBMIT Will. licable)
City of Sanford I Finance Department I Purchasing Division Solicitation
300 N. Park Avenue Suite 243 211" Floor, Sanford Florida 32771 Number:
S`\NF'()ltl) Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RPP 22123-15
Vic!
REQUEST FOR PROPOSALS (RFP) Due Date.:
Term Contract May 25, 2023
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
ATTACHMENT "F"
BID PRICE SCHEDULE AND ACCEPTANCE OF BID TERMS AND CONDITIONS
Item
Hourly Price
1.
Electrician Hourly Rate
s .
2.
Roofer Hourly Rate
3
HVAC Technician Hourly
$ vv
Rate
S .
4.
Labor Worker Hourly Rate
$ �Z
5.
Plumbing
$ ) ��
6
Equipment and Materials
$ C
percentage (%) off
liwc. the undersigned, as authorized signatory to aanmit the firm, do hcrebv accept in total all the terms and conditions stipulared
and r•ctcrenccd in this RI=P document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and
condition: presented in the RFP document oras negotiated pursuant thereto. The undersigned. having, Iamiliarized hintiderselt with
the terms ol' the RFP documents. local condition.,, and the cast ol' the work at the place(s) %where the work i, to he done, hereby
proposes and agrees to perliortn within the bane stipulated. all %work required in accordance with the scope of services and other
documents including Addenda, if any, on file at the City of santbrd Purchasing Division f )r the price set turth herein in Attachment
•'F" Bid Price Schedule and Acceptance of Bid Terms and Conditions. The signature(s) below are an acknowledgment of nnylour
full understanding and acceptance of all the terms and conditions set berth in this RFP document or as otherwise agreed to between
the parties in %writing.
Bidder. -Contractor Name:
Mailing Address:
elcphone Number: I Fax Number: 1 i E-mail Address: f' It t i ,
'Autlnur' ed Signatory - Printed Name - - —
TitlerDa C f /,
City of Sanford I Finance Department Purchasing Division 'Solicitation Number:
SAN'F,ORD
300 N. Park Avenue 2"" Floor Suite 236 Sanford, Florida 32771 R P 22/23-15
__ ----Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021
REQUFST FOR PROPOSAL n n t
ue a e.
TERM CONTRACT May 25, 2023
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
�J Il ,7•
Signature of Affiant pal
r i HM►m `' �� �1 t I�C r,ik Ct I�'ccus �lt��
Typed lor Printed Name of Affiant Title Name of Company
STATE OF FLORIDA
COUNTY OF l 1 it
1 HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknowledgments, personally appeared (,) who is personally known to me or { ) who
produced j\_ , i; as identification and acknowledged before me that s/he executed the same.
Sworn and subscribed before me, by by means of ( ) physical presence or { )
online notarization on the day of j . , 2023, the said person did take an oath and was first duly sworn
by me, on oath, said person, further, deposing'and saying that s/he has read the foregoing and that the statements and
allegations contained herein are true and correct.
WITNESS my hand and official seal in the County and State last aforesaid this 1 day of 2023.
(Notary Public in and for the County and State Aforementioned)
SEAL My commission expires:
NAKIA KELLY
Notary Pub is-, tavi of Florula
_ ,�•=
Commission k 111A 165365
tvly l.ommission Ex; ir9s
-,,gust 22 2025
City of Sanford I [',inance Department I Purchasing Division Solicitation
3011 N. Park Avenue Suite 243 211" Floor, Sanford Florida 32771 Number:
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15
REQUEST FOR PROPOSALS (RFP) Due Date;
Term Contract May 25, 2023
TITLE: HOMEOWNER OCCUPIED MINOR HOME RL'PAIRS
STATE OF FLORIDA
COUNTY OF ! , I ,
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and
take acknowledgments, personally appeared i- , 1. l I's !, {;} who is personally known to
me or ( ) who produced I\ , /' I as identification and acknowledged before me that
S/he executed the same. Sworn and subscribed before me, by
by means of ( } physical presence or ( ) online notarization on the day of I I , 2023, the said person
did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read
the foregoing and that the statements and allegations contained herein are true and correct.
WITNESS my hand and official seal in the County and State last aforesaid this i day of 2023.
r
(\ 1
(Notary ublic in and for the County and State Aforementioned)
SEAL My commission expires: NAKIA KELLY
Notary Public -State of Florida
•i �•= Commission 0 HH 166366
My Commission Expires
IXASE Cn111 I.E I•E AND St. 13 71'1' 111'1 II 1 Ol It ItP lfg"XR&SE August 22, 2025
Failure to submit this form may be grounds for disqualification of your submittal -
12
City of Sanford I Finance Department I Purchasing Division Solicitation
300 N. Park Avenue Suite 243 20" Floor, Samford Florida 32771 Number:
0— j Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 Rf P 2.2/2;-j5
REQUEST FOR PROPOSALS (RFP) Duce Date:
Term Contract May 25, 2023
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
Attachment 11G"
Addendum Receipt Acknowledgement Certification
'I'hc undersigned acknowledges receipt of the rollowing addenda to the solicitation documents) (Give number and date ofeach):
Addendum No. i
\ddendum No.
Addendum No.
Addendum No.
Addendum No.
Dated: 5 12 12-% 2 7,
Dated: 5 1 512 C L
Dated:
Dated:
Dated:
By the signaturc(s) below. I we. the undersigned. as authorized signatory to commit the firm. certify that the information as provided
in Attachment "C", Addendum Receipt Acknowledgement Certification. is truthful and correct at the time of submission.
Ridder/Contractor Name: ��{�_�_- cjt','&
I G. �I t �1L ft- ngs
Mailing Address: P, (7. P2 CV-
1L1 CIZ j -'Ire, 4,, dr-,- 4:
I�Sy
Telephone Number: V U_T .} "/S L ci 34Fax Nuntber:L/V 4 36 :4 4 tC I'. -mail Address: Z Baa wt L 1`- s 4n, t hu
�t--Iliorlzed&gnatory
��.z ' t--=� ` a 1 i ( �, -C_ -- FEIN:S 1- - L/ yPrinted Tame
(`IL.'Ca ctj t 3 1t �Zo2-3
Title Date
PLEASE COQ-IPLE'I'E AND SUBMIT WITH YOUR RFP RESPONSE
v'Failure to submit this form may be grounds for disqualification of your submittal"110
13
City of Sanford. I Finance Department I Purchasing Division
300 N. Park :Venue Suite 236. Sanfurd. Florida 32771
SANFORI) Phone: 407.088-5028 or 50311 Fax: 407-688-5021 1 Email: iurchasin ew+nuford0.
HOMEOWNER OCCUPIED MINOR HOME
REPAIR
ADDENDUM
#1
Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the
Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this
Addendum with your submittal. Failure to comply may result in disqualification of your response.
Acknowledgment is hereby made of Addendum #1 to RFP 22/23-15 l lomeowner Occupied Minor l Ionic Repair.
1 N e S 1-4 c���li�, L,� fcfti� s/ 1k-�,cts �,Y��s) - I r,t" C- i\- '"L'�� �c
Narne of l�lrm/Company C-(-)1,? Cc? tact Email
4C
Street Address
Telephone Number
Autho izcd Person Printed Manic
i
-AL1t110r1'. 'll Person Signature --
City, State, Zip Code
`i L, --7---� 3C ----?-s t"�' -
Fax Number
Authorized Person Title
Il
Date ol'Slgnature
City of Santirrd I Finance Department I Purchasing Division
CC 300 N. Park Avenue Suite 236, Son ford, Florida 32771
SA lel FORD Phony 407-688-5028 or 5030 1 Fam 407-688-5021 F moil: ourchusingly sanfordn.wcv
HOMEOWNER OCCUPIED MINOR HOME
REPAIR
ADDENDUM
#2
Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the
Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this
Addendum with your submittal. Failure to comply may result in disqualification of your response.
Acknowledgment is hereby made of Addendum #2 to RFP 22/23-15 1 lomcowner Occupied Minor I Lome Repair.
kIL( (' e- Lfe' tt� �")O- �-� C-f,�V--j
Name of Firm/ omC pang ' (t) 6 f zo)�,
Street Address
�4 X11 �� �it:L1S L- h S I�'-t{(.;� •t. Cr�tii
Conta t Email
1-`4'6/Li e'(et 3 J4 1 1
City, State, Zip Code
Telephone Number Fax Number
44� IT
Authoeized Person Printed Name Authorized Person Title
J
Authorikd Person Signature Date f Signature
City of Sanford I Finance Department I Purchasing Division
n3110 N. Park Avenue Suite 236, Sanford. Florida 32771
Phone: 4117-688
+`�—f! JANF`JRI7 -5028 or 5030 1 Fax: 407-68H-5021 I Email: purchnsingw sanfnrd(1.Ln%
bra® HOMEOWNER OCCUPIED MINOR HOME
REPAIR
ADDENDUM
#3
Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the
Procurement Division prior to the hour and date specified for receipt of bids/proposals or by 111Clllding this
Addendum with V0111- submittal. Failure to comply may result in disqualification oCVour response.
Acknowledgment is hereby made of'Addendunl #3 to RFP 22/23-I5 Homeowner Occupied Minor Horne Repair.
(X L %iCJZY"S ( 41 , ltsL{)�t�'� L 1111 Cr�' l-L�/US L<�i5F�2cG71'r �� .�cyi�
Name o f F' •m/Comps ly Contact Ernail
Street Address City. State, Ap Code
Telephone Number Fax Number
Authorized Person Printed Name Authorized Person Title
Adtho ized Person Signature
'-L) 26.2 3
Date or gignature
State of Florida
Department of State
I certify from the records of this office that L.M.C.C. SPECIALTY
CONTRACTORS, INC. is a corporation organized under the laws of the State
of Florida, filed on April 30, 1997, effective April 25, 1997.
The document number of this corporation is P97000038521.
I further certify that said corporation has paid all fees due this office through
December 31, 2023, that its most recent annual report/uniform business report
was filed on February 7. 2023, and that its status is artier.
I further- certify that said corporation has not tiled Articles of Dissolution.
Given render nty hand and the
Great Seal of the State of rlorida
at Tallahassee, the Capital, this
the Seventh dtg of rebrttat- 2023
Tracking Number: 478814593OCC
SC octal y. Of tate
To authenticate this certificate,visit the folloicing site,enter this number, and then
follow the instructions displayed.
haps://services.sunhiz.org/Filings/('ertificateofStatus/Certific.iteAuthentication
4126123, 2:13 PM
sunbiz.org - Florida Department of State
DIVISION OF CORPORATIONS
rg �, ���� �� �fr f
Previous on List Next on Lis l Return to List Fictitious Name Owner Search
No Filing History 3trMnil
Fictitious Name Detail
Fictitious Name
MIMS CONSTRUCTION COMPANY
Filing Informatlon
Registration Number G19000091188
Status ACTIVE
Filed Date 0812312019
Expiration Date 1213112024
Current Owners 2
County MULTIPLE
Total Pages 1
Events Filed NONE
FEVEIN Number 59-3442318
Mailing Address
P.O. BOX 681554
ORLANDO, FL 32868
Owner Information
MIMS. LYNN
119 SOUTH PINEHILLS ROAD
ORLANDO, FL 32811
FE11EIN Number: NONE
Document Number: NONE
MIMS, LYNN
119 SOUTH PINEHILLS ROAD
ORLANDO, FL 32811
FEVEIN Number: NONE
Document Number- NONE
Document Images
081:':1.1019 - f rbuaus Name Filing View image in PDF format
Previous on List Next on Lis l Return to List Fictmnus Name Owner Search
No Fl ling History t Suilmit
0 SAN FORI)
City of Sanford I Finance Department I Purchasing Division Solicitation Number;
300 N. Park Avenue 21" Floor Suite 236 Sanford, Florida 32771
Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 1 RFP 22/23-15
REQUEST FOR PROPOSAL
TL RM CONTP-NCT
Due Date:
May 25, 2023
TI'T'LE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
11. State the names, addresses and the type of business of all firms that are partially or wholly
owned by the Bidder (attach additional sheets// as necessary):Ie cry, � 4 < I�opP,4, i
t) C-rYC�.�Ii��`�'1 r �c�ST.�L� �L_C� C�v���l tz�_i1.. �.ctc /u._� L 1 (�, `'F? P1.= It
7 'k-t"y-f'Ato PC,► -,t -E• -e L C, joy-✓-e'l-1 Acts �-.nV esT07-x-# G✓bLLC,
12. What is the Bidder's bonding capacity?
C -TU, ►i l; It,tJ�t �v1\cars `'L�c�-�
13. What amount of the Bidder's bonding capacity has been used as of the date of this bid?
Z-C�,(-c=
14. State the name of the Surety Company which will be providing the Performance and Payment
Bond, and name and address of the Agent:
����c-,. �- - 7�-�, , , til L.; 1 l • I>
N e- �Spll ,�I L c u 1 { Z� N L� , « fir`s
1 C i) C-,2_. ,, /J -T - e. , -�IZt. t^-- 2 [z, S► die +���LrYi � � r. �j �L. `
15. Has the Bidder been in disputes or litigations in the last five (5) years over construction
projects which are completed or still pending for completion? If so, describe the nature of the
disputes or litigations and state the Owner's Name, Address, Telephone, and amount of
disputes or litigations (attach additional sheets as necessary). fV
The Bidder acknowledges and understands that the information contained in response to this
qualifications form shall be relied upon by the City in awarding the contract and such information is
warranted by Bidder to be true. The discovery of any omission or misstatement that materially affects
the Bidder's qualifications to perform under the contract shall cause the City to reject the bid or
proposal, and if after the award to cancel and terminate the award and/or contract.
Name of Bidddr
-�/) 2 . -
re of Authorized Representative (Affiant)
Lq4t.r' t
Printe6 or Typed Name and Title of Authorized Representative (Affiant)
Cite of Sanford I Finance Department I Purchasing Division Solicitation
300 N. Park Avenue Suite 243 2°d Floor, Sanford Florida 32771 Number:
Phone: 407-688-5028, or 5030 1 Fax: 107-688-5021 RFP 22/23-15
REQUEST FOR PROPOSALS (RFP) nuc Date;
Term Contract May 2S, 2023
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
Attachment "H"
Organizational Information
The bidder must Include a copy of their State Certificate of Good Standing Articles of incorporation, which lists the corporate
officers. (n addition to the aforementioned documents the Bidder/Bidder Hurst include necessary information to verify the individual
signing this proposal,bid and or any contract document has been authorized to hind the corporation. Examples include:
A. A copy of the Articles of Incorporation listing the approved signatories of the corporation.
B. A copy ol'a resolution listing the members of slaffas authorized signatories liyr the company.
C. A letter t om a corporate officer listing the members of staff that are authorized signatories fur the company.
By the signature(%) below, 1 wc. the undersigned, as authorized signatory to commit the firm, certify that the information a> ince 1dCd
in Attachment "H", Organizational Information, is truthful and correct at the time of submission.
Bidder/Contractor Name: _��Li C L S IZc L"e-) s jr ►-1
Mailing Address: L , t� t �C t 5 itt �> /Z Icc. a , C ► f �.1 �` -3-J S' ( t
Telephone Nuntber:4G� " � �J�' �' f ��'
Au horn ed Signatory
"Title
fax Number:l-to,q ? r LA -mail Address:)-yitf t rz iL( s
L, f tLJ_ct k C r Xt FEIN: _f q - Y f-1 Z y 1
Printed Name
57-// 7t, Z 3
Uate
PLEASE CONIPI.F:TE. AND SUBi\IIT %11 111 YOUR l2FP RF.SPONSF
-Failure to submit this form may he grounds for disqualification of }our submittal'w
14
TYPE OF ORGANIZATION
(Please Mace a check nark (V) itCxt to applicable type)
t,/ Corporation Partnership
Non -Profit
Joint V..nture
State of Incorporation
I- J
Sole Proprietorship
Other (Please specify)
Principal Place of Business
( Enter Address)
! 7 ft &
Federal I.D. or Social Security
Number
By the signature(%) below, 1 wc. the undersigned, as authorized signatory to commit the firm, certify that the information a> ince 1dCd
in Attachment "H", Organizational Information, is truthful and correct at the time of submission.
Bidder/Contractor Name: _��Li C L S IZc L"e-) s jr ►-1
Mailing Address: L , t� t �C t 5 itt �> /Z Icc. a , C ► f �.1 �` -3-J S' ( t
Telephone Nuntber:4G� " � �J�' �' f ��'
Au horn ed Signatory
"Title
fax Number:l-to,q ? r LA -mail Address:)-yitf t rz iL( s
L, f tLJ_ct k C r Xt FEIN: _f q - Y f-1 Z y 1
Printed Name
57-// 7t, Z 3
Uate
PLEASE CONIPI.F:TE. AND SUBi\IIT %11 111 YOUR l2FP RF.SPONSF
-Failure to submit this form may he grounds for disqualification of }our submittal'w
14
Cite of Sanford I Finance Department I Purchasing Division Solicita(loll
.3001N. Park Avenue Suite 243 2°d Floor, Sanford Florida 32771 Number:
SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15
C;
REQUEST FOR PROPOSALS (RFP) ae Date:
Term Contract
May 25, 20.23
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
Attachment "I"
Proposed Schedule of Subcontractor Participation
O No Subcontracting (of any kind) will be utilized on this project.
Solicitation Number: RFI' 22/23-1
l'otal Project Amount: S
Title: Homeowner Occupied (Minor Home Repairs
Subcontractor Minority
Code (if applicable)
Company Name
Address Phone, Fax, Email
"Trade, Services or
Materials portion to be
subcontracted
Percent (%) of
Scope/Contract
Federal ID
Dollar Value
'
S�� ,�►rs !�: 1l_LC.3�I..L`lS-
xle'e I.cL'.`C.!
L
r'
.'tr- - 2 ? 41 - 3 4-14 0
['.S 7 ( CL. ., 'i-, r�rJ. -.3 oft.- 27- (
L to r;� +-; D a- �
-} �L"L;, l'�•••`•i J --- -
-� L, iG -
E,
Z.t t,
CCS
--1t..,
(f y( C �',,, -3Z 1 - 23b -
m' Y J"CCL,rLu��G 12 C 23q
L) I -a5le?-0/te,,.f7c,1"1-
nV4-i,Gz f-1 _3SC.,i
--
I
-
PERCENTAGE TOTALS FOR SUBCONTRACTOR PARTICIPATION
- --
PERCENTAGE TOTALS FOR MINORITY SUBCONTRACTOR PARTICIPATION
When applicable, the Bidder, will enter into a fornnal agrcenient with the subcontractors identified herein for work listed in this
schedule conditioned upon execution of a contract with the City. By the signature(s) below, Uwe, the undersigned, as authorized
signatory to cotntnit the firm, certify that (lie inlortnatiun as provided in Attachment "1", Proposed Schedule of Subcontractor
Participation, is tnitltful and correct at the time of submission_
Bidder/Contractor Name], Ito 4/Qr ,IS (It, IS ►y1.4[-_6r.;L, e -)I'.')
Mailing Address: . (t _ i?k i4' t ��v-�c�.:c�c: C� �/_ S7 5�.. 1 f q-
'refepjione Number: Fax Numbe/r:(4Q 7 _' tea, `7Y61, E-mail Address:
r(ctE FEIN::j ?L,I
Auth i/.ed Signatory IJ Printed Name
'title Date
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
0 -Failure to submit this form may be grounds for disqualification of your submittal'w
15
� � tr1tta,tt
= 0 M
S m m j
rD
N' N
V)
o v, �.
n' D O
M
`
Z
CA pZ o
D C n
O
� �' Z O
om o C -Ti
cu o n Cn
O 0 c
D m O m — cn
-� Z
O m �o (1 = z m
otn
D
rD
ED Ln z Z to° 0- -1 K ODS 1 7 m a c Z O
o nn nom, 1'rl m co N Z7
D X O 00 0 ""�
s� � D� n� � m
T o n ��� RG%1 -n ; r
�O
c
�nZ o= O�_v
s v�N cm m �� m m0
O
a o m z z tin D
N_
3 N o -, Z O
0 3 cu
--1 :3
M.
C: — 0 1'-
rD m �' D
o m
o Z v C
n
C:
.� O t
m Z =�
� j
x �
� r�J?I(t13j''•
k fp
m
LALn'� o
ro
0)
0
n' m m o
�Z
jLA D O m o
m r- '11
r -'` N n
LOS
° o p
LA
Zig i i -i
0 °R� pzo d m
0 Le)n' T
C.Z) L4r) . ri r-
0-0 , , t...
A Z 0
ra, � oo ) �, A m m
CD �_ ' n ��� O Ri m
D ' �' �j Z (ii
v=
I i
�-
Ul N Z
CD 0
oo
2.
oLic z oo
o p r �,
r+ � �
m
-� M
Q
o m C o
I �
0
Z
f CL
Co
fax Collector Scott Randolph Local Business Tax Receipt
2022 EXPIRES 9/30/2023
5000 BUSINESS OFFICE $30.00 6 EMPLOYEES : 1801 CERT GEN CONTRACTO
TOTAL TAX S60.00 L M C C SPECIALTY CONTRACTORS INC
PREVIOUSLY PAID S60.00
TOTAL DUE S0.00
MIMS CONSTRUCTION CO
P O BOX 681554
ORLANDO FL 32868
5303 OLD WINTER GARDEN RD
U - ORLANDO. 32811
•: Orange County, Florida
5000-1200291
$30.00 1 EMPLOYEE
PAID: $60.00 0099-01061624 7/26/2022
fax Collector Scott Randolph Local Business Tax Receipt Orange County, Florida
his local Business Tax Receipt is in addition to and not in lieu of any other tax required by law or municipal ordinance. Businesses are subject to mgulation of zoning, health and other
lawful authorities. This receipt is valid from October t through September 30 of receipt year. Delinquent penalty Is added October 1.
2022 EXPIRES 9/30/2023 5000-1200291
5000 BUSINESS OFFICE S30.00 6 EMPLOYEES : 1801 CERT GEN CONTRACTO $30.00 1 EMPLOYEE
TOTAL TAX S60.00
PREVIOUSLY PAID 560.00
TOTAL DUE 50.00
5303 OLD WINTER GARDEN RD
U -ORLANDO, 32811
PAID: $60.00 0099-01061624 7/2612022
L M C C SPECIALTY CONTRACTORS INC
MIMS CONSTRUCTION CO
P 0 BOX 681554
ORLANDO FL 32868
This receipt is official when validated by the Tax Collector.
Orange County Code requires this local Business Tax Receipt to be displayed conspicuously at the plane of
business in public view. It is subject to inspection by all duly authorized officers of the County.
. k3rs ._ �.
Enter your TIN In the appropriate box. The TIN provided must match the narne given on line 1 to avoid
backup withholding. For individuals, this is generally your social security number (SSN). However, for a
resident alien, sole proprietor, or disregarded entity, see the Instructions for Part I, later. For other
entities, it is your employer identification number (EIN). If you do not have a number, see How to get a
TIN, later.
Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and
Number To Give the Requester for guidelines on whose numbor to enter.
li� Certification
Under penalties of perjury, I certify that -
1 .
hat:
Social security number
-IT
or
I Employer identification number I
1. The number shown on this form Is my correct taxpayer identification number (or I am waiting for a number to be issued to roe); and
2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all Interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. 1 am a U.S. citizen or other U.S, person (defined below); and
4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.
Certification Instructions. You must cross out item 2 above it you have been notified by the IRS that you are currently subject to backup withholding because
you have failed to report all interest and dividends an your tax return. For real estate transactions, itern 2 does not apply. For mortgage interest paid,
acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments
other than interest and dividends, you are riot required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later.
Sign Signature of
Here I U.S. person b- / / ]t-n�'.� _/ Date► 5/11/2023
General Ins'uetions
W.9
Request for Taxpayer
funds)
Give Form
Form
(Rev. October 2018)
Identification Number and Certification
proceeds)
to the
requester. Do not
Department of the Treasury
related to Form W-9 and its instructions, such as legislation enacted
transactions by brokers)
Send to the IRS.
rnal Rev
Internal Ser. Ice
► Go to www.irs.gov/FormW9 for instructions and the latest information.
• Form 1099-S (proceeds from real estate transactions)
Purpose of Form
• Form 1099-K (merchant card and third party network transactions)
1 Name (as shown on your income tax rc!urn). Name is required on this line: do not leave this line blank.
• Form 1098 (home mortgage interest), 1098-E (student loan interest),
information return with the IRS roust obtain your correct taxpayer
LMCC Specialty Contractors
identification number (TIN) which may be your social security number
• Form 1099-C (canceled debt)
2 Business name/disregardod entity name. if different from above
•Form 1099-A (acquisition or abandonment of secured property)
(EIN), to report on an information return the amount paid to you, or other
Mims Construction Company
amount reportable on an information return. Examples of information
H
3 Check appropriate box for federal tax classification of the person whose name is entered on One t. Check only one of the
4 Exemptions (codes apply only to
cn
rd
following seven boxes.
certain entities. not individuals; see
°L
p
❑ Individual/sole proprietor or 0 C Corporation ❑ S Corporacion ❑ Partnership ❑ TfUSVeSIata
instructions on page 3):
single -member LLC
Exempt noyee code (if any)
❑ Limited liability company. Enter the tax classification (C -C corporation, S -S corporation, P=Partnership) ► FL
o
Note: Check the appropriate box in the line above for the tax classification of the single member owner. Do not check
Exemption from FATCA reporting
E in c
LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is
calla (rt any)
a
another LLC that is not disregarded from the owner for U,S, federal tax purposes. Otherwise, a single -member LLC that
is disregarded trot" the owner should check the appropriate box for the tax classification of its owner.
dOther
(see instructions) ►
nr ori r. maa,rwn.J _ w V. VAS,
tCL
5 Address (numtxr, street, and apt. or suite no,) Sao Instructions.
Requocter's name and address (optional)
P.O. Box 681554
6 City, state, and ZIP code
Orlando, Florida 32868-1554
7 List account number(s) here (optional)
MOM
Taxpayer Identification Number IN
Enter your TIN In the appropriate box. The TIN provided must match the narne given on line 1 to avoid
backup withholding. For individuals, this is generally your social security number (SSN). However, for a
resident alien, sole proprietor, or disregarded entity, see the Instructions for Part I, later. For other
entities, it is your employer identification number (EIN). If you do not have a number, see How to get a
TIN, later.
Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and
Number To Give the Requester for guidelines on whose numbor to enter.
li� Certification
Under penalties of perjury, I certify that -
1 .
hat:
Social security number
-IT
or
I Employer identification number I
1. The number shown on this form Is my correct taxpayer identification number (or I am waiting for a number to be issued to roe); and
2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all Interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. 1 am a U.S. citizen or other U.S, person (defined below); and
4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.
Certification Instructions. You must cross out item 2 above it you have been notified by the IRS that you are currently subject to backup withholding because
you have failed to report all interest and dividends an your tax return. For real estate transactions, itern 2 does not apply. For mortgage interest paid,
acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments
other than interest and dividends, you are riot required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later.
Sign Signature of
Here I U.S. person b- / / ]t-n�'.� _/ Date► 5/11/2023
General Ins'uetions
• Form 1099 -DN (dividends, including those front stocks or mutual
funds)
Section references are to the Internal Revenue Code unless otherwise
noted.
. Form 1099-MISC (various types of income, prizes, awards. or gross
proceeds)
Future developments. For the latest information about developments
• Form 1099-B (stock or mutual fund sales and certain other
related to Form W-9 and its instructions, such as legislation enacted
transactions by brokers)
after they were published, go to www.irs.gov/FormW9.
• Form 1099-S (proceeds from real estate transactions)
Purpose of Form
• Form 1099-K (merchant card and third party network transactions)
An individual or entity (Form W-9 requester) who is required to file an
• Form 1098 (home mortgage interest), 1098-E (student loan interest),
information return with the IRS roust obtain your correct taxpayer
1098-T (tuition)
identification number (TIN) which may be your social security number
• Form 1099-C (canceled debt)
(SSN), individual taxpayer identification number (ITIN), adoption
taxpayer identification number (ATIN), or employer identification number
•Form 1099-A (acquisition or abandonment of secured property)
(EIN), to report on an information return the amount paid to you, or other
Use Form W-9 only if you are a U.S, person (including a resident
amount reportable on an information return. Examples of information
alien), to provide your correct TIN.
returns include, but are not limited to, the following.
It you do not return Form W-9 to the requester with a TIN, you might
• Form 1099 -INT (interest earned or paid)
be subject to backup withholding. See What is backup withholding,
later.
Cal. No. 10231X Form W-9 (Rev. 10-2019)
City of Sanford I Finance Department I Purchasing Division 5ttlieilation
300 N. Park Avenue Suite 243 21d Floor, Sanford Florida 32771 Number:
SA
'Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22123-15 N U-0111)
•� REQUEST FOR PROPOSALS (RFP) Due Aatc:
Term Contract 'Nfay 25, 2023
TITLE: HOMEOWNER OCCUPIED MINOR HOINIE REPAIRS
ATTACHMENT "M"
CERTIFICATION OF NON -SEGREGATED FACILITIES FORM
The Bidder certifies that no segregated facilities are maintained and will not be maintained during the
execution of this contract at any of its establishments.
The Bidder further certifies that none of its employees are permitted to perfonn their services at any location
under the Bidder's control during the life ofthis contract where segregated facilities are maintained.
The Bidder certifies further that it will not maintain or provide for its employees any segregated facilities at
any of its establishments, and that he will not permit his employees to perform their services at any location,
under his control, where segregated facilities are maintained.
As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms
and wash rooms, restaurants and other eating areas, lime clocks, locker rooms and other storage or dressing
areas. parking lots, drinking fountains. recreation or entertainment areas, transportation, and housing facilities
provided for employees which are segregated by explicit directive or :u -e in tact segregated on the basis of race,
creed, color or national origin, because of habit. local custom, or otherwise.
The Bidder agrees that (except where it has obtained identical certification from proposed subcontractors for
specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of
subcontract exceeding 510,000 and that it will retain such certifications in its files.
L�tl t 5ifuC!w(bi (I!, , etc iUxs /�-(t.43 e(IL4e{il
Name of Bidd
c c "li
Si;,mattire of Authorized
ve
51 it be
Printetl or Typed Name and Title of Authorized Representative
END OF SECTION
20
City of Sanford I Finance Department I Purchasing Division
300 N. Park Avenue Suite 243 2111" Floor, Sanford Florida 32771
0- S:�NFt_ltttl 111onc: 407-688-5028. or 50301 Fax: 407-638-5021
REQUEST FOR PROPOSALS (R11P)
Term Contract
Suliclitation
Number:
Due A 't
May 2S; 023
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
ATTACHMENT "N"
COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT
I. If and when the City of Sanford transmits records to the ContractorNendor which are exempt
from public disclosure, the ContractorNendor shall execute an "Acknowledgement of Receipt of
Exempt Public Records and Agreement to Safeguard"
which will be provided with the exempt records. A sample form is attached for the bidder/proposer's
information.
II. Upon award recommendation or 30 days after opening, it is understood that all submittals
shall become "public records" and shall be subject to public disclosure consistent with Chapter 119,
Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other
controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects all replies
submitted in response to a competitive solicitation and provides notice of its intent to reissue the
solicitation, the replies remain exempt from disclosure until the City provides a notice of intent to
award or withdraws the reissued solicitation. If no award is made, responses are not exempt for
longer than 12 months after the initial notice rejecting all responses.
Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the
response to the solicitation, must identify the data or other materials to be protected, and must state
the reasons why such exclusion from public disclosure is necessary. The submission of a proposal
authorizes release of your firm's credit data to the City.
If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must
specifically and in detail identify with specificity which pages/paragraphs of their bid/proposal
package are exempt from the Public Records Laws. identifying the specific exemption under the
Public Records Laws that applies to each. The protected information must be submitted to the City in
a separate envelope marked accordingly.
By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and
hold the City harmless in the event the City litigates the public records status of the
Proposer's/Bidder's documents this provision including the obligation to pay the full legal costs of the
City including, but not limited to, attorney's fees, court costs, and any and all other charges,
regardless of what level of trial or appeal.
City of Sanford finance Department I Purchasing Division Solicillatiau
300 N. Park A%euue Suite 243 2"" Floor, Sanford Florida 32771 Number:
Phone: 0X107-688-5028;- SANFORD, or 5(!30 � Fax: -107-688-5021 Itl' P 22/23y1$
REQUEST FOR PROPOSALS (RFP) Due Date:
Term Contract May 25.2023
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
f
�t C i ' (S5 Abo, mims CO3) u4t cln
Proposer/Bidder
Signa
thorized Representative (Affiant)
Da
I. \JM-01 -01 tA 1, .n s
Printed or Typed Name and Title of Authorized Representative (Affiant)
STATE OF FLORIDA
COUNTY OF
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and
take acknowledgments, personally appeared 1 l {t.} who is personally known to me
or ( ) who produced I` I as identification and acknowledged before me that s/he
executed i the same. Sworn and subscribed before me, by
1 i by means of {.t} physical presence or { } online
notarization bn the day of 2023, the said person did take an oath and was first duly
sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that
the statements and allegations contained herein are true and correct.
WITNESS my hand and official seal in the County and State last aforesaid this 1,. day of
i 2023.
(Notary Public in and for the County and Sta
22
NAKIA KELLY
L'ublic,State of Florida
�6prp�dy�n p HH 165365
My Com ission Expires
August 22, 2025
TAB E
FEE SCHEDULE
City of Sanford I Finance Department I Purchasing Division Solicitation
300 N. Park Avenue Suite 243 2'"' Floor, Sanford Florida 32771 N U nibe t':
y y � Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 j��'p 22/73_1 j
�ANFOLI)
REQUEST FOR PROPOSALS (RFP) Due Date:
Term Contract Hoy 25,12023
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
ATTACHMENT "K"
Florida Public Entity Crimes Statement
SWORN STATEMENT UNDER SECTION 287.133(3) (a), FLORIDA STATUTES: THIS FORM MUST BE SIGNED IN
THE PRESENCE OFA NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATIIS.
A. This sworn statement is submitted with Ifid, or Contract Number RFP 22/23-15 Homeowner Oc-upied Minor home
Repairs.
lis 'I
whose business address is
'r• Iq I(5 h rl01C"'C" , t't e- :PT tl and (il•applicahle) it's Federal
Employer identification Number (FEIN) is (Ifthe entity has no FEIN, include the Social Security
Number of the individual signing this sworn statement:
C. My name ictZell LL, et and nth relationship to the above is fILj)�cCo,J
Pleme print name ol'inilkidual signtingI
D. I understand that a "public entity crime" as defined in section 287.133111(0, Florida Statutes, means a violation of any state
or federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida
or xvith an agency or political subdivision of any other ,talc or with the United States, including, but not limited to, any bid
or contract fur goods or services to be provided to any public entity or an agency or political subdivision and involving
antitrust. fraud. ►heli, bribery. collusion. racketeering,. conspiracy. or material misrepresentation.
h. 1 understand that "convicted" or "conviction" as defined in section 287.133(1) (b). Florida Statutes, means a linding ol'guilt
or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court ()free lid
relating to charges brought by indictment or information after July 1. 1989, as it result of a jury verdict, non jury trial, or
entry (.)fit plea of guilty or nolo contender;.
F. I understand that "affiliate" as defined in section 287.133(1) (a). Florida Statutes, means:
A predecessor or successor of a person convicted of public entity crime; or
An entity under the control of any natural person %vho is active in the management of the entity and who has been
convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners,
shareholders, employees, member;, and agent.s who are active in the management ofan affiliate. The ownership by
one person of shares constituting a controlling interest in another person, or a pooling of equipment or income
among persons when not for lair market value under an inn's length agreement, shall be a prima Iacie case that one
Pei -soil controls another person. A person who knowingly enters into a joint venture with a person who has been
convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an
affiliate.
G. I understand that it "person" as defined in section 287.13301 (e). Florida Statutes, means any natural person or entity
organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which
bids or apl:lies to bid on contracts for the provision of Roods or services let by a public entity, or which otherwise transacts
or applies to transact business with a public entity. The term "person" includes those officers, directors, executives,
partners, shareholders, employees, numbers, and agents who are active in management ofan entity.
11. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this
sworn statement. IPlease indicate with a check mark (✓) which statement applics1.
17
City of Sanford ( Finance Department Purchasing Division
3011 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5030 1 Fax: 407-688-51121
0- REQUEST FOR PROPOSALS (RFP)
Term Contract
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
X Neither the entity submitting this sworn slatentent, nor any officers, directors, executives, partners, shareholders,
employees, members, or agents who is active in the management of the entity. nor any affiliate of the entity have been convicted
of a public cntity crime subsequent to .duly 1. 1980.
__ .Hie entity submitting this sworn statement, or one or nwre of the officers, directors, l'\CCutiVeS. palmers, shareholders,
employees, members, or agents who are active in the management of the entity. or an affiliate of the entity has been charged with
and convicted ofa public entity crime subsequent to .1111y 1. 1959. AND [[lease indicate which additional statement applies].
There has been a proceeding concerning the conviction before a judge or hearing officer of lite State of Florida. Division of
:'Administrative I Icarings, or it court of low having) proper jurisdiction. The final order entered by the hearing officer or judge did
not place the person or affiliate on the convicted contractor list. [Please attach it copy of the final order.]
The person or ,affiliate was placed on the convicted contractor list. 'There has been a subsequent proceeding hCf rrC a court
of law having proper jurisdiction or a judge or hearing officer of the State of Florida, Division of Administative Hearings. The
final order entered by the judge or hearing officer determined that is was in the public interest to remove the person or affiliate
from lite convicted contractor list. IPlea,e attach a copy ofthe final order.I
I'he person or affiliate has not been placed on any cumicted vendor list. [Please describe any action taken by or pending
with the State of Florida. Department of Management Set? ices.]
Liv lite signaturclsl hclou. file undersigned. as tunthorizcd signatory to commit the firm, certify that lite information as providctl
in :Attachment "K". Public EntitN Crimes Statement. is truthful Lund correct at the time ofsubntission.
� f;hf NT SIGN,ATt IRF
• �, L'S
I'epc' NLune of:1FI"IANT
Talc
STATE OF FLORIDA
COUNTY OF
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknowledgments, personally appeared L j '- 1`" � , .. (,) who is personally known to me or ( ) who
produced as idehtification and acknowledged before me that s/he executed the same.
Sworn and subscribed before me, by t , ! ! !. ('s I ., , by means of Q physical
presence or ( ) online notarization on the t day of f' i - 2023, the said person did take an oath and was
first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the
statements and allegations contained herein are true and correct.
WITNESS my hand and official seal in the County and State last aforesaid this 1, day of I`, , 2023.
A )" ,.
(Notary Public in and for the Counf� and State Afore
PLEASF C0NIPLFTE AND SIt1Itl411'I' NN I I•II YOUIt RFP REST' .
°'Failure to submit this form may he grounds for disqualification of your submittal'°
lR
City of Sanford I Finance Department Purchasing Division .Solieitatinn
300 N. Park Avenue Suite 243 211" floor, Sanford Florida 32771 Number:
502
688
407
Phone: --8, or 5030 i Fax: 407-688-5021
AA Sr>>iT�ORI) 0P 22/23-115
REQUEST FOR PROPOSALS (RFP) PpeDate;
Term Contract 25, 2073
TITLE: HOMEOWNER OCCUPIED MINOR HOTNIE REPAIRS
ATTACHMENT "O"
E -VERIFY COMPLIANCE AFFIDAVIT
The Affiant identified below attests and agrees to the following:
That the Contractor is currently in compliance with and throughout the term of the above identified
project and will remain in compliance with all controlling law requiring the use of the Department of
Homeland Security's Status Verification ("E -Verify") System to ensure that all employees of the
Contractor and the Contractor's subcontractors performing work under the above -listed Contract are
legally permitted to work in the United States.
2. Each Contractor that performs work under the Project referenced above shall provide the City of
Sanford, Florida, a copy of the "Edit Company Profile" screen and any other information required by
the City proving, to the satisfaction of the City, enrollment in the E -Verify Program and compliance with
controlling law.
3. The Contractor will register and participate in the work status verification for all newly hired employees
of the Contractor and for all subcontractors performing work on the above-named Contract.
The Contractor agrees to maintain records of its compliance with the verification requirements as
outlined in this Affidavit and, upon request of the any authority having jurisdiction over the Project,
including, but not limited to, the United States government and the State of Florida, as well as any and
all law enforcement agencies of whatever jurisdiction, type of nature, and to provide a copy of each
such verification to that authority as well as the City.
5. That all persons assigned by the Contractor or its subcontractors to perform work under the above
identified Project will meet the employment eligibility requirements as established by the Federal
Government and the government of the State of Florida.
That the Contractor understands and agrees that its failure to comply with the verification requirements
as set forth herein or its failure to ensure that all employees and subcontracts performing work under
the above -identified Project are legally authorized to work in the United States and the State of Florida
constitute a breach of contract for which the City may immediately terminate the Contract with the City
without notice and without penalty. The Contractor further understands and agrees that in the event of
such termination, the Contractor shall be liable to the City for any and all costs incurred by the City, in
any context whatsoever, as a result of the Contractor's breach.
7. The Contractor shall obtain and maintain current affidavits providing proof, to the satisfaction of the
City, that each subcontractor has complied with the requirements set forth herein and all controlling
law.
Specifically, with regard to employment eligibility, the Contractor recognizes and agrees that, upon
entering a Contract with the City (to include, but not be limited to, the provision of goods or services
under a City purchase order or work order), that the Contractor is obligated to comply with the
provisions of Section 448.095, Florida Statutes, entitled "Employment Eligibility", which obligation
includes, but is not limited to, utilization of the E -Verify System to verify the work authorization status
of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the
City of Sanford I Finance Department I Purchasing Division
300 N. Park Avenue Suite 243 2" Floor, Sanford Florida 32771
SAiVI--()IlD Phone: 407-6811-5028, or 5030 1 Fax: 407-688-5021
REQUEST FOR PROPOSALS (RFP)
Term Contract
TITLE: HOMEOWNER OCCUPIED MINOR HONIE REPAIRS
subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. Failure of the
Contractor to comply will lead to termination of the Contract with the City, or if a subcontractor
knowingly violates the statute, the Contractor must immediately terminate their subcontract with the
subcontractor. Any challenge to termination under this provision must be filed in the Circuit Court no
later than 20 calendar days after the date of termination. If the Contract with the City is terminated for
a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a
period of 1 year after the date of termination and the City will advise any person desiring to be advised
of such termination and make such termination a public record available under controlling law for
inspection and copying and otherwise available as the City determines in its sole discretion.
9. That for the purposes of this Affidavit, the following definitions apply:
"Employee" —Any person who is hired to perform work in the State of Florida.
"Status Verification System" — The procedures developed under the Illegal Immigration Reform and
Immigration Responsibility Act of 1996, as amended, implemented by the United Stated Department of
Homeland Security, or its successor or associated agency, and known as the "E -Verify Program", or
any successor electronic verification system that may replace the E -Verify Program.
"Subcontractor" — Any person or entity, whether a subvendor/subcontractor/subconsultant, by
whatever name or type or description, assisting the Contractor in the performance of the Contract with
the City.
10. The obligations set forth herein are continuing in nature, type, effect and scope.
The undersigned signatory, under penalty of perjury, affirms that she/he has the plenary authority to
bind the Contractor to the provisions hereof.
L S
Contractor Printed Na
1'.-5 d I)c,, 6-1- hnctafion
r
Signature 4f/Authorized Representative (Affiant) DAte
I \1 (1 I'► I N� ► A`1'�
Printed or Tvbed Name
0tv of Sanford Finance Department I Purchasing Di�lision So]ieitatiou
300 N. Park Avenue Suite 243 2"" Floor, Sanford Florida 32771 Number:
SA N F'ORD Phone: 407-688-5028, or 50301 Fax: 407-688-5021 RFP 22123.,15
REQUEST FOR PROPOSALS (RFP)) Due Dart~:
Term Contract Hav 25.2023
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
STATE OF FLORIDA
i
COUNTY OF 1 I
HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and
take acknowledgments, personally appeared -who is personally known to me
or { }who produced I*; j A, a' identification and swore and acknowledged before me,
under oathff that s/he executed the same. Sworn and subscribed before me, by
L._V f I( I 1,0 j\, I � I + i by means of { j physical presence or { } online
notarization on the ; 1 day of i . '. 2023, the said person did take an oath and was first duly
sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the
statements contained herein all of which are true and correct.
WITNESS my hand and official seal in the County and State last aforesaid this I ; day of
2023.
NAKIA KELLY
Notary Pubiic-State of Florid
(Notary Public in and for the County and St ` `tel (���p{� a HH 16636b
L`tlhtrttiGsion Expires
SEAL August 22, 2025
My commission expi
°-Failure to submit this form may be grounds for disqualification of your submittal'o
END OF SECTION
25
City of Sanford I finance Department I Purchasing Division solicitation
301) N. Park Avenue Suile 233 2"" Floor, Sanford Florida 32771 Number:
Phone: 407-688-51128 or 5030 1 lax: 407-688-5021 RFP 22/23-15
REQUEST FOR PROPOSALS (RFP) Due Datta:
Term Contract May 25, 2023
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
ATTACHMENT "P"
Americans With Disabilities Act Affidavit
By executing this Certification, the undersigned CONTRACTOR certifies that the information herein contained
is true and correct and that none of the information supplied was for the purpose of defrauding the City of
Sanford (CITY).
The CONTRACTOR will not discriminate against any employee or applicant for employment because of
physical or mental handicap in regard to any position for which the employee or applicant for employment is
qualified. The CONTRACTOR agrees to comply with the rules, regulations and relevant orders issued
pursuant to the Americans with Disabilities Act (AFA), 42 USC s. 12101 et seq. It is understood that in no
event shall the CITY be held liable for the actions or omissions of the CONTRACTOR or any other party or
parties to the Agreement for failure to comply with the ADA. The CONTRACTOR agrees to hold harmless
and indemnify the CITY, its agents, officers or employees from any and all claims, demands, debts, liabilities
or causes of action of every kind or character, whether in law or equity, resulting from the CONTRACTOR's
acts or omissions in connection with the ADA.
LM(T �,00lcdu �01)14YIGJUC5 dk.( MOO L)A)ar
Contractor
of Authorized Representative (Affiant) Date
W,)dd MkmS
Printed or typed Narne and Title of Authorized Representative (Affiant)
26
Cite of Sanford I Finance Department I Purchasing Division -- ,lolicitution - -
3011 N. Park Avenue Suite 243 21" Floor, Sanford Florida 32771 Number.,
Phone: 407-688-5028, or 5030 1 Fax: 4117-688-5021 RFP 22/23-15
�)_SANFOIti)
REQUEST FOR PROPOSALS (RFP) Due Date:
Term Contract May 25, 2023
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
STATE OF FLORIDA
COUNTY OF i
HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer
oaths and take acknowledgments, personally appeared
who is personally known to me or { } who
produced i as identification and acknowledged before
me that s/he executed the same. Sworn and subscribed before me, by
I by means of {.} physical presence or
{ } online notarization on the day of 1 2023, the said person did take an oath
and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has
read the foregoing and that the statements and allegations contained herein are true and correct.
WITNESS my hand and official seal in the County and State last aforesaid this day of
2023.
(Notary Public in and for the County and State Aforementioned)
,4, NAKIA KELLY
SEAL My commission expires: �,tNotary Public -State of Florida
=u = fissionHH 165365
My Commission Expires
August 22, 2025
PLEASE COMPUTE AND SUBMIT WITH YOUR RFP RESPONSE
Failure to submit this form may be grounds for disqualification of your submittal"O
END OF SECTION
27
0 SANI;OItI:)
City of Sanford I Finance Department I Purchasing Division
300 N. Park A%,enue Suite 243 2" `' Floor, Sanford Florida 32771
Phone: 307-688-5028, or 5030 1 Fax: 407-688-55021
REQUEST FOR PROPOSALS (RFP)
Term Contract
TITLE: HOMEOWNER OCCUPIED MINOR HONIE REPAIRS
ATTACHMENT "Q"
PRIME CONTRACTOR CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
INELIGIBILITY AND VOLUNTARY EXCLUSION
Lower Tier Covered Transactions
(1) The prospective lower tier participant is certified by the local government, by submission of this
document, that neither the prospective nor its principals is presently debarred, suspended, proposed
for debarment, declared ineligible, or voluntarily excluded from participation in the transaction by any
Federal Department or Agency.
(2) Have not within a three-year period preceding this certification been convicted of or had a civil
judgment rendered against them for commission of fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (Federal , State or local) transaction or contract
under a public transaction; violation or Federal or State anti-trust statutes or commission of
embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements,
or receiving stolen property.
(3) Have not within a three-year period preceding this certification had one or more public transaction
(Federal, State or local) terminated for cause or default.
(4) The local Government hereby certifies they have search the Excluded Party System List (EPSL) at
https://www.epis.gov/epls/search.do to verify the named contractor is not on the (EPSL).
LtOdd� Kuln5
Printed Name of Authorized Representative
f
Signa ur� e of Authorized Representative
Sca I'
Local Government (City/Town)
Title
LW'� Co)k4cr; ►I
Name of Contractor , UC( 'I�I�ty15 Vf1j{_r( 4l6n Date
kyp hIMUM10±� ULLUO'e-A Koo(-
Project Number Project Name 1 N t'p t o
END OF SECTION
28
01 S:A i\T FORI)
C itv of Sanford ( Finance Department I Purchasing Division St)lieittttion —
300 N. Park Avenue Suite 243 211" Floor, Sanford Florida 32771 Number:
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFT 22/Ll-15
REQUEST FOR PROPOSALS (RFP) 0110 Ditte.
Term Contract MISy 25, 2023
TITLE: HOMEOWNER OCCUPIED MINOR HOTME REPAIRS
ATTACHMENT "R"
SUB CONTRACTOR CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
INELIGIBILITY AND VOLUNTARY EXCLUSION
Lower Tier Covered Transactions
(1) The prospective lower tier participant is certified by the local government, by submission of this
document, that neither the prospective nor its principals is presently debarred, suspended, proposed
for debarment, declared ineligible, or voluntarily excluded from participation in the transaction by any
Federal Department or Agency.
(2) Have not within a three-year period preceding this certification been convicted of or had a civil
judgment rendered against them for commission of fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (Federal , State or local) transaction or contract
under a public transaction; violation or Federal or State anti-trust statutes or commission of
embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements,
or receiving stolen property.
(3) Have not within a three-year period preceding this certification had one or rnore public transaction
(Federal, State or local) terminated for cause or default.
(4) The local Government hereby certifies they have search the Excluded Party System List (EPSL) at
https://www.epls.gov/epls/search.do to verify the named contractor is not on the (EPSL).
I 11A I n
Printed kame of Authorized Representative
IA
Signature of/Authorized Representative
Isa, OPLI, d
Local Government (Cit}/town)
�ff_51d f of -
Title
CSC}Gr.S �
Name of ContractorobC� M1rY)� C1S�r UL�lCk� Date
qA H 2 0 l J
Project Number
k11)t_UWVtC I✓� Cis CI M ��
Project Name
END OF SECTION
29
Cite of Sanford Finance Department Purchasing Division x
300 N. Park Avenue Suile 243 211" 1 lour, Sanford Florida 32771
Phone: 407-688-51128, or 5030 1 1 -ax: 407-688-5021 {
REQUEST FOR PROPOSALS (RFP)
Term Contract
TITLE: HOMEOWNER OCCUPIED fMINOR HOME REPAIRS
ATTACHMENT "S"
UNAUTHORIZED (ILLEGAL) ALIEN WORKERS AFFIDAVIT
The City of Sanford will not intentionally award publicly -funded contracts to any Contractor who knowingly
employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8
U.S.C. Section 1324a(e) Section 274A (e) of the Immigration and Nationally Act (INA). The City of Sanford
shall consider the employment by the Contractor of unauthorized aliens, a violation of Section 274A (e) of the
INA. Such violation by the Contractor of the employment provisions contained in Section 274A (e) of the INA
shall be grounds for immediate termination of this Agreement by the City of Sanford.
The Affiant identified below deposes and states that:
The below identified Contractor does not and will not during the performance of any contract resulting
from the solicitation identified below employ illegal alien workers or otherwise violate the provisions of
the federal Immigration Reform and Control Act of 1986.
2. Upon request of the City, it will provide copies of Immigration Form 1-9 for each person associated with
the above named company who has been or is present at the designated jobsite associated with any
work or project resulting from this solicitation.
L M C &C,
Contractor
f
of Authorized Representative (Affiant)
11 T1't4'o
Printed br Typed Name and Title of Authorized Representative (Affiant)
STATE OF FLORIDA
COUNTY OF '
11
HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknowledgments, personally appeared I`, , {-3 who is personally known to me or { } who
produced I\ as. identification and acknowledged before me that s/he executed the same.
Sworn and subscribed before me, by ` h [', 0 . by means of (,-p physical
presence or { } online notarization on the day of i ,' , , 2023, the said person did take an oath and was
first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the
statements and allegations contained herein are true and correct.
WITNESS my hand and official seal in the County and State last aforesaid this day of (`\ ,,' 2023,
(Notary Public in and for the County and State
NAKIA KELLY
Notary Public•StatO of Florida
HH 165365
e y Commission Expires
August 22, 2025
PLEASE CONIPLETE AND SLIB117' WIT11 VOUR 111;11
Failure to submit this form may he grounds for disqualification of %our submittal
i0
C'i(y of Sanford I Finance Department Purchasing Division :5i� stc Ai �t
300 N. Park Avenue Suite 243 2"" Floor, Sanford Florida 32771 �
SAWN-,"]) Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
RE QUEST FOR PROPOSALS (RFP)
)
Term Contract
TITLE: HOMEOWNER OCCUPIED MINOR HOME R.L+'PAIRS
ATTACHMENT "T"
EQUAL EMPLOYMENT OPPORTUNITY 41 CODE OF FEDERAL REGULATIONS SECTION 60-1.4(b)
FEDERALLY ASSISTED CONTRUCTION CONTRACTS
(PRIME CONTRACTORS AND SUBCONTRACTORS)
[Note: This certification is required by 41 Code of Federal Regulations Section 60-1.7(b) and is applicable to
all federal or state assisted construction contracts and subcontracts with a price exceeding $10,000: this
certification is to be included in all federal assisted construction contracts and subcontracts with a price
exceeding $10,000 and in all solicitations for such contracts and subcontracts.] See 2 Code of Federal
Regulations. Part 200, Appendix II(C). The use of the term "Contractor" herein shall mean the Prime
Contractors or Subcontractor executing this document.
The Contractor hereby agrees that it will incorporate or cause to be incorporate into any contract for
construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 Code
of Federal Regulations Chapter 60, which is paid for in whole or in part with funds obtained from the Federal
Government or borrow on the credit of the federal government pursuant to a grant, contract, loan, insurance,
or guarantee, or undertaken pursuant to any federal program involving such grant, contract, loan. insurance or
guarantee, or any application or modification thereof approved by the Federal Government for a grant,
contract, loan, insurance, or guarantee under which the Contractor itself participates in the construction work.
During the performance of this contract, the contract agrees as follows:
(1). The Contractor will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, or national origin, The Contractor will take affirmative
action to ensure the applicants are employed, and that employees are treated during
employment without regard to their race, color, religion, sex, or national origin. Such action
shall include, but not limited to the following: employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising: layoff or termination: rates of pay or other forms of
compensation; and selection for training, including apprenticeship. The Contractor agrees to
post in conspicuous places, available to employees and applicants for employment, notices to
be provided setting forth the provisions of this nondiscrimination clause.
(2). The Contractor will, in all solicitation or advertisement for employees placed by or on
behalf of the Contractor, state that all qualified applicants will receive consideration for
employment without regard to race, color, religion, sex, or national origin.
(3). The Contractor will not discharge or in any other manner discriminate against any
employee or applicant for employment because such employee or applicant has inquired
about, discussed, or disclosed the compensation of the employee or applicant or another
employee or applicant. This provision shall not apply to instances in which an employee who
has access to the compensation information of other employees or applicants as a part of such
employee's essential job functions discloses the compensation of such other employees or
applicants to individuals who do not otherwise have access to such information, unless such
disclosure is in response to a formal complaint or charge, in furtherance of an investigation,
proceeding, hearing, or action, including an investigation conducted by the employer, or is
consistent with the Contractor's legal duty to furnish information,
31
Cite of Sanford Finance Department I Purchasing Division
300 N. Park Avenue Suite 213 2"' Floor, Sanford Florida 32771
SANFORD Phone: 107-688-5028, or 5030 1 Pax: 07-688-5021
REQUEST FOR PROPOSALS (RFP)
Term Contract
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
(4). The Contractor will send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding, a notice to be
provided advising the said labor union or workers' representatives of the Contractor's
commitments under this section, and shall post copies of the notice in conspicuous places
available to employees and applicants for employment.
(5). The Contractor will comply with all provisions of Executive Order Numbers 11246 of
September 24, 1965, and of the rules, regulations and relevant orders of the Secretary of
Labor.
(6). The Contractor will furnish all information and reports required by the Executive Order
Number 11246 of September 24, 1965, and by rules, regulations and orders of the Secretary of
Labor, or pursuant thereto, and will permit access to his books, records, and accounts by
representative of the City of Sanford and the Secretary of Labor for purposes of investigation to
ascertain compliance with such rules, regulations, and orders.
(7). In the event of the Contractor's noncompliance with the nondiscrimination clauses of
the contract or with any of the said rules, regulations, or orders, this contract may be canceled,
terminated, or suspended in whole or in part and the Contractor may be declared ineligible for
further Government contract or federally assisted construction contracts in accordance with
procedures authorized in Executive Order Numbers 11246 of September 24, 1965, and such
other sanctions may imposed and remedies invoked as provided in the Executive Order
Numbers 11246 of September 24, 1965, or by rule, regulations or order of the Secretary of
Labor, or as otherwise provided by law.
(8). The Contractor will include the portion of the sentence immediately preceding
paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or
purchase order/work order (by whatever name) unless exempted by rules, regulations, or
orders of the Secretary of Labor issued pursuant to section 204 of Executive Order Number
11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor
or vendor. The Contractor will take such action with respect to any subcontract or purchase
order/work order (by whatever name) as the administering agency may direct as a means of
enforcing such provisions, including sanctions for noncompliance; provided, however, that in
the event the Contractor becomes involved in, or is threatened with, litigation with a
subcontractor or vendor as a result of such direction by the administering agency, the
Contractor may request the United States to enter into such litigation to protect the interests of
the United States. The Contractor further agrees that it will be bound by the above equal
opportunity clause with respect to its own employment practices when it participates in
federally assisted construction work: Provided, That if the Contractor so participating is a State
or local government, the above equal opportunity clause is not applicable to any agency,
instrumentality or subdivision of such government which does not participate in work on or
under the contract. The Contractor agrees that it will assist and cooperate actively with the
administering agency and the Secretary of Labor in obtaining the compliance of contractors
and subcontractors with the equal opportunity clause and the rules, regulations, and relevant
orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary
of Labor such information as they may require for the supervision of such compliance, and that
it will otherwise assist the administering agency in the discharge of the agency's primary
3?
City of Sanford I Finance Department I Purchasing Division
Solicitation
tick N !=O R >
301) N. Park :Avenue Suite 243 2111" Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5030 1 Fax: 407-688-51121
Numbee:
Rt, P 22/23-15
REQUEST FOR PROPOSALS (RFP)
Due Date:
Term Contract
May 25, 202.1
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
responsibility for securing compliance. The Contractor further agrees that it will refrain from
entering into any contract or contract modification subject to Executive Order Number 11246 of
September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility
for, Government contracts and federally assisted construction contracts pursuant to the cited
Executive Orders and will carry out such sanctions and penalties for violation of the equal
opportunity clause as may be imposed upon contractors and subcontractors by the
administering agency or the Secretary of Labor pursuant to Part II, Subpart D of Executive
Order Number 1246 of September 24, 1965.
In addition, the Contractor agrees that if it fails or refuses to comply with these undertakings,
the administering agency may take any or all of the following actions, Cancel, terminate, or
suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from
extending any further assistance to the Contractor under the program with respect to which the
failure or refund occurred until satisfactory assurance of future compliance has been received
from such Contractor; and refer the case to the Department of Justice for appropriate legal
proceedings
��% I I ,1�
(Signature of`Authorized Offibial of Contractor) Date
LV nd
(Name add Title of Authorized Official [Print or Type])
(Name of Prospective Construction Contractor or Subcontractor [Print or Type])
S Cc�QLc�lf
(State of Incorporation or formation and type of entity [Print or Type])
11 � .S Tult � k O E
Number of Prospective Construction Contractor or Subcontractor [Print or Type])
(Address and Telephoffn,,
Ie
(Employer Identification Number of Prospective Construction Contractor or Subcontractor)
-3
TAB F
Cit of Sanford I Finance Department I Purchasing Division olieitatioii
300 N. Park Avenue Suite 243 20d Floor, Sanford Florida 32771 Number;
t� Q SAN FORD Phone: 4117-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15
REQUEST FOR PROPOSALS (RFP) Due Date:
Term Contract May 25, 2023
TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS
ATTACHMENT "V"
STATE%*IF.NT OF INSPECTION
Bidder's signature on this page indicates that the bidder has inspected the facility specified in the Request for Proposal
for City of Sanford CDBG Properties (Various Homes) in Sanford, Florida 32771 and has fully reviewed and
understands all work requirements at said location(s):
],._L . 1'.C(C ,
Prii' W Name of Authorized Person
44mIL
re of Authorized Person
II 7C) -z3
I );II
4Lk1 �/$ Z�G'_i I& [,177 /i��G/L'►i//��/�t<! x,S7•
Name of Firm
I! `/ `-� , �> 'ice. lc,.• l I S �� G �-
Street Address
City, State, Zip Code
REMINDER: THIS FORM IS TO BE INCLUDED WITH YOUR SUBMITTAL. FAILURE TO
SUBMIT ALONG WITH YOUR SUBMITTAL MAY BE CAUSE FOR DISQUALIFICATION.
37