HomeMy WebLinkAboutRoy Jorgensen Associates, Inc. Service Agreement for Facilities Assessment (ITB #12-25-01 LH) - 2026 02 23SERVICE AGREEMENT
Facilities Assessment
THIS AGREEMENT ("Agreement") is made this 23 day of February , 2026,
by and between the CITY OF WINTER SPRINGS, a Florida municipal corporation located at
1126 East State Road 434, Winter Springs, FL 32708 ("City") and ROY JORGENSEN
ASSOCIATES, INC., a foreign corporation duly authorized to conduct business in the state of
Florida with a principal address at 3735 Buciceystown Pike, PO Box 70, Buciceystown, Mm 21717
("Service Provider") (collectively, the "Parties").
RECITALS:
WHEREAS, the City is a municipal corporation existing under the laws of the state of
Florida and, in the conduct of its business, desires to obtain all materials, services, equipment, and
labor necessary for the development and presentation to the City of a five (5) year Capital
Improvement Plan for the City based upon a City -Wide Facilities Assessment; and
WHEREAS, Service Provider is an active for -profit corporation duly licensed and
authorized to conduct business in the State of Florida, experienced in the foregoing, and agrees to
perform these services for the City under the terms and conditions set forth in this Agreement; and
WHEREAS, Service Provider and the City are hereby bound by the terms and conditions
of this Agreement; City and Service Provider are hereby further bound by the terms and conditions
of the City's ITB 12-25-01 LH and Service Provider's response to the same; and
WHEREAS, the City of Winter Springs deems the services being provided by this
Agreement serve a public purpose and are in the best interests of the public health, safety, welfare,
convenience, and morals of the citizens of Winter Springs.
NOW THEREFORE, inconsideration of the mutual promises set forth in this Agreement,
it is agreed by and between City and Service Provider as follows:
SECTION ONE
NATURE OF WORK
Service Provider will provide services related to the development and presentation to the City of a
five (5) year Capital Improvement Plan, based upon aCity-Wide Facilities Assessment conducted
by the Service Provider, as described in Exhibit "A" (City's ITB 12-25-01 LH) and Exhibit "B"
(Service Provider's Response to the City's ITB 12-25-01 LH), each of which are attached hereto
and incorporated herein by this reference, generally referred to as the "Services" herein. Unless
otherwise provided herein, Service Provider shall furnish all tools, equipment, and manpower to
complete the work required by this Agreement. The Service Provider warrants that it holds any
and all necessary licenses required to conduct the work required by this Agreement, and agrees to
maintain said licenses in good standing during the term of this Agreement, including a City of
Services Agreement —Facilities Assessment
City of Winter Springs and Roy Jorgensen Associates, Inc.
Page 1 of 19
Winter Springs Business Tax Receipt (unless Service Provider is otherwise exempt from the
payment of the City's business taxes). Service Provider shall immediately notify City in the event
of a loss, suspension, or termination of any license required to perform the Services set forth in
this Agreement. Service Provider acknowledges that it has performed due diligence investigation
prior to the execution of this Agreement and has satisfied itself as to the conditions affecting the
Services to be provided including but not limited to, the availability of materials and labor, the
cost thereof, the requirements to obtain necessary insurance as set forth herein, and the steps
necessary to complete the Services within the time set forth herein. Service Provider warrants unto
the City that it has the competence and abilities to carefully and faithfully complete the Services
within the time set forth herein. Service Provider will perform its Services with due and reasonable
diligence consistent with sound professional practices. Service Provider shall ensure compliance
with all applicable safety standards and with all applicable federal, state, and local regulations
related to the Services.
SECTION TWO
PLACE OF WORK
Service Provider agrees to come to the City's City Hall building, or such other locations as
reasonably designated by the City, to perform the Services as necessary. The address of 1126 East
State Road 434, Winter Springs, FL, 32708 is designated by the City for a service location
involving presentations to the City Commission, Boards, and the public. Service Provider shall be
responsible for coordinating access to the location where Services will be performed and for
coordinating all necessary meeting, set-up, staging, or workstation space with City's
representative. Service Provider shall additionally follow all security protocols deemed necessary
by the City as determined by the City's sole discretion. As part of the Services, Service Provider
will be responsible for safekeeping all keys, access codes, combinations, access cards, personal
identification numbers, passwords, and similar security codes and identifiers issued to Service
Provider's employees, agents, or subcontractors, as applicable. Service Provider agrees to require
its employees to promptly report a lost or stolen access device or information. City or its affiliates
shall at all times have the right to review or observe the Services performed by Service Provider.
No inspection, review, or observation shall relieve Service Provider of its responsibility under this
Agreement.
SECTION THREE
TIME DEVOTED TO WORK
In the performance of Services, the services and number of hours Service Provider is to work on
any given day will be entirely within Service Provider's control and professional judgment, and
City will rely upon Service Provider to exercise sound professional judgment and to devote such
time, as is reasonably necessary, to fulfill the intent and purpose of this Agreement. All work
furnished by Service Provider hereunder shall conform to all applicable professional standards of
diligence, care, and practice which are in effect at the time the work is performed. Service Provider
shall complete all of said Services in a timely manner in accordance with the schedule included in
Exhibit B, except where expressly modified herein and will keep City apprised of the status of
work as reasonably requested by the City. Should Service Provider fall behind on an established
Services Agreement —Facilities Assessment
City of Winter Springs and Roy Jorgensen Associates, Inc.
Page 2 of 19
schedule, it shall employ such resources as necessary to adhere to the schedule. No extension for
completion of Services shall be granted to Service Provider without City's prior written consent.
Time is of the essence in the performance of this Agreement and any Purchase Order hereunder.
SECTION FOUR
PAYMENT
Service Provider shall be compensated in an amount not to exceed THIRTY THOUSAND FIVE
HUNDRED AND TEN DOLLARS AND 00/100 ($30,510.00), which shall be paid on a
percentage complete basis for each Phase, as described below, based on the key deliverables
identified for each Task as described in Exhibit B. Payment shall be made to Service Provider
following the satisfactory completion of all Tasks identified for a particular Phase.
Phase
Taslcs
Percentage of Total
to be Paid to Service
Provider
Dollar Amount
Phase I
1 throu h 5
40%
$125204000
Phase 11
6
15%
$45576.50
Phase 111
7 through 9
45%
$135729.50
Payments shall be due and payable as provided by the Florida Local Government Prompt Payment
Act s. 218.70 et. seq., Florida Statutes. Payment requests in the form of invoices shall be delivered
to the City following the completion of each Phase. All services provided to the City must be
described upon the Service Provider's invoice with sufficient clarity for the City to easily identify
and confirm the Services having been provided. All invoice entries shall clearly indicate the type
A Service being rendered, identify the Service Provider employee who rendered such service, and
note the appropriate charge and hourly rate if applicable.
The City may make changes in the Services at any time by giving written notice to the Service
Provider. If, upon the request of the City, Service Provider agreed to perform additional Services
hereunder, the City shall pay Service Provider for the performance of such additional Services an
additional amount (in additional to all other amounts payable under this Agreement) based on a
mutually agreed upon Addendum to this Agreement providing for such additional fees and services
executed in writing by the parties to this Agreement and based upon the bid tabulation set forth in
Exhibit B. The City shall not be responsible for the payment of any additional services provided
by Service Provider unless the description of such services has been set forth in the aforementioned
Addendum and the Addendum has been approved by the City Commission or City Manager in
accordance with the City's purchasing policies and procedures.
Service Provider shall not invoice the City or seek any compensation from the City to correct or
revise any errors or deficiencies in Services provided under this Agreement. To the extent Service
Provider owes the City any money under this or any other Agreement with the City, the City shall
have the right to withhold payment and otherwise back charge Service Provider for any money
owed to City by Service Provider.
Services Agreement —Facilities Assessment
City of Winter Springs and Roy Jorgensen Associates, Inc.
Page 3 of 19
The Citys payment of any invoice under this Agreement shall not be construed or operate as a
waiver of any rights under this Agreement or any cause of action arising out of the performance
of this Agreement, and the Service Provider shall remain liable to the City in accordance with
applicable law for all damages to the City caused by the Service Provider's performance of any
Services provided under this Agreement.
SECTION FIVE
TERM
The Term shall commence upon the patties' execution of the Agreement ("Effective Date"). The
term of this Agreement shall be until the Scope of Work as described in Exhibit A and Exhibit B,
and any additional Task Orders, have been completed. Per Exhibit B, the work to be completed by
Service Provider under this Agreement shall be completed no later than 120 days following the
Effective Date,
SECTION SIX
STATUS OF SERVICE PROVIDER
This Agreement calls for the performance of the Services of Service Provider as an independent
contractor. Neither Service Provider, nor its assigns, nor its successors, shall be considered
employees, officers, or agents of the City in any capacity. Service Provider shall not be entitled to
any benefits which would otherwise apply to City employees.
SECTION SEVEN
INDEMNIFICATION
Service Provider shall indemnify and hold harmless, the City, its employees, agents, elected or
appointed officials, from any and all claims, losses, suits, costs, expenses, fines, penalties,
deficiencies, damages, obligations, and liabilities, including all reasonable attorney's fees and
court costs through all appeals, for which City, its employees, agents, elected or appointed officials,
can or may be held liable as a result of injury to persons (including death) or damage to property
to the extent caused by the negligent acts, errors, omissions, or willful misconduct of Service
Provider, its employees, or agents, arising out of or connected with this Agreement; or which arise
out of any inaccurate representation made by the Service Provider, its employees or agents; or any
breach of this Agreement by Service Provider, its employees or agents, except to the extent of
negligence, wrongful acts or omissions of the City or its agents, elected or appointed officials,
employees, or representatives.
For purposes of this indemnification only, Service Provider shall indemnify the City for claims
made by the employees of Service Provider, and Set•vice Provider hereby waives its entitlement,
if any, to immunity under SECTION 440.011, Florida Statutes. This waiver has been specifically
and mutually negotiated by the parties.
Service Provider shall further indemnify and hold harmless, the City, its employees, agents,
elected or appointed officials, and representatives from any and all claims and liabilities, whether
Services Agreement —Facilities Assessment
City of Winter Springs and Roy Jorgensen Associates, Inc.
Page 4 of 19
rightful or otherwise, alleging that the work furnished by the Service Provider hereunder, or any
part thereof, constitutes an infringement of any patent, copyright, trademark or other intellectual
property right of the United States. Service Provider shall pay all damages and costs awarded
against the City in connection with any such infringement, copyright, trademark, or other
intellectual property rights claims.
This indemnification paragraph shall survive the termination of this Agreement.
SECTION EIGHT
TERMINATION
The City may terminate this Agreement for any reason, with or without cause and without penalty,
by giving the Service Provider thirty (30) days advance written notice of the termination of this
Agreement. In the event of any termination without cause pursuant to the preceding sentence, City
shall continue to be responsible for the payment of any outstanding undisputed invoices delivered
to the City prior to the date of termination. In addition, should Service Provider materially breach
this Agreement and such breach is not cured within fifteen (15) days of receiving written notice of
such breach by the City, the City shall be entitled to terminate this Agreement immediately and
Service Provider shall refund the City any pre -paid fees for Services not delivered to the City's
satisfaction by Service Provider.
Upon receipt of a notice for any termination of this Agreement and any Work Order hereunder, the
Parties shall cooperate with each other and use all commercially reasonable efforts to affect a
smooth transition process.
SECTION NINE
PUBLIC RECORDS AND AUDITS
A. Pursuant to Section 119.0701, Florida Statutes, and other applicable public records laws
(collectively, the "Public Records Laws"), Service Provider agrees that any records, documents,
transactions, writings, papers, letters, computerized information and programs, maps, books, audio
or video tapes, films, photographs, data processing software, writings or other material(y),
regardless of the physical form, characteristics, or means of transmission, of Service Provider
related, directly or indirectly, to the services provided to the City under this Agreement and made
or received pursuant to law or ordinance or in connection with the transaction of official business
by the City, may be deemed to be a public record under and pursuant to the Public Records Laws,
whether in the possession or control of the City or the Service Provider. If and to the extent said
records, documents, transactions, writings, papers, letters, computerized information and
programs, maps, books, audio or video tapes, films, photographs, data processing software,
writings or other material(y), regardless of the physical form, characteristics, or means of
transmission of Service Provider are subject to the provisions of Chapter 119, Florida Statutes, or
other Public Records Laws (records subject to the Public Records Laws are herein referred to as
"public records"), they may not be destroyed without the specific written approval of the City's
designated custodian of public records. All books, cards, registers, receipts, documents, and other
papers in connection with this Agreement shall at any and all reasonable times during the normal
Services Agreement —Facilities Assessment
City of Winter Springs and Roy Jorgensen Associates, Inc.
Page 5 of 19
working hours of the Service Provider be open and freely exhibited to the CITY for the purpose of
examination and/or audit. Notwithstanding anything herein to the contrary, the parties agree to
maintain the confidentiality of any and all records or documents from third party disclosure that
are deemed confidential and/or exempt from public records disclosure pursuant to federal or state
law.
IF THE SERVICE PROVIDER HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
SERVICE PROVIDER'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF
PUBLIC RECORDS, THE CITY CLERK, AT (407) 327-59999
cityclerkdepartment@winterspringsfl.org, 1126 East State Road 434, Winter
Springs, Florida, 32708.
Service Provider is required to and agrees to comply with public records laws. Service Provider
shall keep and maintain all public records required by the City to perform the services as agreed
to herein. Service Provider shall provide the City, upon request from the City Clerk, copies of the
requested public records or allow the public records to be inspected or copied within a reasonable
time at a cost that does not exceed the cost provided by law. Service Provider shall ensure that
public records that are exempt or confidential and exempt from public records disclosure
requirements are not disclosed except as authorized by law. Upon completion of the Agreement,
Service Provider shall transfer to the City, at no cost, copies of all public records in possession of
the Service Provider, provided the transfer is requested in writing by the City Clerk. Upon such
transfer, Service Provider shall destroy any duplicate public records that are exempt or confidential
and exempt from public records disclosure requirements. However, if the City Clerk does not
request that copies of the public records be transferred, the Service Provider shall continue to keep
and maintain the public records upon completion of the Agreement and shall meet all applicable
requirements for retaining public records. All public records stored electronically must be
provided to the City, upon request from the City Clerk, in a format that is compatible with the
information technology systems of the City. Should the City not possess public records relating
to this Agreement which are requested to be inspected or copied by the City or any other person,
the City shall immediately notify Service Provider of the request and the Service Provider shall
then provide such public records to the City or allow the records to be inspected or copied within
a reasonable time. If the Service Provider does not comply with a public records request, the City
may enforce this Section to the extent permitted by law. Service Provider acknowledges that if the
Service Provider does not provide the public records to the City within a reasonable time, the
Service Provider may be subject to penalties under Section 119.10, Florida Statutes. The Service
Provider acknowledges that if a civil action is filed against the Service Provider to compel
production of public records relating to this Agreement, the court may assess and award against
Service Provider the reasonable costs of enforcement, including reasonable attorney fees. All
public records in connection with this Agreement shall, at any and all reasonable times during the
normal business hours of the Service Provider, be open and freely exhibited to the City for the
purpose of examination, audit, or otherwise. Failure by Service Provider to grant such public
access, cooperate with the City's examination or audit, and comply with public records laws and/or
Services Agreement — Facilities Assessment
City of Winter Springs and Roy Jorgensen Associates, Inc.
Page G of 19
requests shall be grounds for immediate unilateral cancellation of this Agreement by the City upon
delivery of a written notice of cancellation. Following an audit, all required payment adjustments
shall be made. In the event that the audit reveals an underpayment to the City, the Contractor
agrees to pay to the City the underpaid amount within thirty (30) days of notice of any such
underpayment. Contractor shall maintain all books and records made in connection with this
Agreement for a period of three years following termination of this Agreement, unless the City
authorizes otherwise in writing. If the Service Provider fails to comply with this Section, and the
City must enforce this Section, or the City suffers a third -party award of attorney's fees and/or
damages for violating Chapter 119, Florida Statutes, due to Service Provider's failure to comply
with this Section, the City shall collect from Service Provider prevailing party attorney's fees and
costs, and any damages incurred by the City, for enforcing this Section against Service Provider.
And, if applicable, the City shall also be entitled to reimbursement of all attorneys' fees and
damages which the City had to pay a third party because of the Service Provider's failure to comply
with this Section. The terms and conditions set forth in this Section shall survive the termination
of this Agreement.
B. All documents, including but not limited to, drawings, specifications and data or programs
stored electronically or otherwise, prepared by the Service Provider and its independent contractors
and associates pursuant to this Agreement or related exclusively to the Services described herein
shall be owned by the City and may be reused by the City for any reason or purpose at any time.
However, the City agrees that the aforesaid documents are not intended or represented to be
suitable for reuse by the City or others on any undertaking other than the Work outlined in this
Agreement. Any reuse for an undertaking other than for the Work without verification or
adaptation by the Service Provider, or its independent contractors and associates, if necessary, to
specific purposes intended will be at the City's sole risk and without liability or legal exposure to
the Service Provider,
C. The City and the Service Provider agree that upon payment of fees due to the Service
Provider by the City for a particular design, report, inventory list, compilation, drawing,
specification, model, recommendation, schedule, or otherwise, said design, report, inventory list,
compilation, drawing, specification, technical data, recommendation, model, schedule, and other
instrument produced by the Service Provider, as applicable, in the performance of this Agreement,
or any Work hereunder, shall be the sole property of the City, and the City is vested with all rights
therein. The Service Provider waives all rights of copyright in said design, report, inventory list,
compilation, drawing, specification, technical data, recommendation, model, schedule, and other
instrument produced by the Service Provider in the performance of this Agreement, and hereby
assigns and conveys the same to the City whether in the possession or control of the Service
Provider or not.
D. Notwithstanding any provisions to the contrary contained in this Agreement, the Service
Provider shall retain sole ownership to its preexisting information not produced and paid for by
the City under this Agreement including, but not limited to, computer programs, software, standard
details, figures, templates and specifications.
Services Agreement —Facilities Assessment
City of winter Springs and Roy Jorgensen Associates, Inc.
Page 7 of 19
SECTION TEN
INSURANCE
During the term of this Agreement, Service Provider shall be responsible for providing the types
of insurance and limits of liability as set forth under this Paragraph. The insurance policies
provided hereunder by Service Provider shall also include coverage with respect to services
performed by all agents and independent contractors employed by Service Provider to perform any
Work hereunder.
A. Professional Liability. Proof ofprofessional liability insurance shall be provided to the City
for the minimum amount of $1,000,000.00 per occurrence and $2,000,000 in the aggregate with a
deductible not greater than $50,000.00.
B. The Service Provider shall maintain comprehensive general liability insurance in the
minimum amount of $1,000,000 as the combined single limit for each occurrence and $2,000,000
general aggregate with a deductible not less than $5,000 unless otherwise approved in writing by
the City Manager to protect the Service Provider from claims of property damages which may
arise from any Work performed under this Agreement whether such Work are performed by the
Service Provider or by anyone directly employed by or contracting with the Service Provider.
C. The Service Provider shall maintain comprehensive automobile liability insurance in the
minimum amount of $1,000,000 combined single limit bodily injury and minimum $1,000,000
property damage as the combined single limit for each occurrence to protect the Service Provider
from claims for damages for bodily injury, including wrongful death, as well as from claims from
property damage, which may arise from the ownership, use, or maintenance of owned and non -
owned automobiles, including rented automobiles whether such operations be by the Service
Provider or by anyone directly or indirectly employed by the Service Provider.
D. The Service Provider shall maintain, during the life of this Agreement, adequate Workers'
Compensation Insurance in at least such amounts as are required by law and Employer's Liability
Insurance in the minimum amount of $1,000,000 for all of its employees performing Work for the
Client pursuant to this Agreement.
All required insurance must be from insurance carriers that have a rating of "A-" or better and a
financial size category of "VII" or higher according to the A.M. Best Company (or equivalent
rating and rating service as reasonably determined by the City Manager). Current, valid insurance
policies meeting the requirements herein identified shall be maintained during the term of this
Agreement. A copy of a current Certificate of Insurance shall be provided to the City by Service
Provider upon the Effective Date of this Agreement which satisfied the insurance requirements of
this Section. Renewal certificates shall be sent to the City at the time of any expiration. There shall
also be a 30-day advance written notification to the City in the event of cancellation or material
modification of any stipulated insurance coverage. The City shall be an additional insured on all
stipulated insurance policies as its interest may appear, from time to time, excluding worker's
compensation and professional liability policies.
Services Agreement —Facilities Assessment
City of Winter Springs and Roy Jorgensen Associates, Inc.
Page 8 of 19
SECTION ELEVEN
NOTICE
Any and all notices required or permitted under this Agreement shall be in writing and shall be
sufficient in all respects if (i) delivered personally, (ii) mailed by registered or certified mail, return
receipt requested and postage prepaid, or (iii) sent via a nationally recognized overnight courier
service to the following:
For the City:
City of Winter Springs
C/o: City Manager
1126 East State Road 434
Winter Springs, FL 32708
For the Service Provider:
Roy Jorgensen Associates, Inc.
Attn: Dr. John S. Jorgensen
3735 Buckeystown Pike
P.O. Box 70
Buckeystown, MD, 21717
(240) 674-5388
John@RoyJorgensen.com
Any Notice given as provided herein shall be deemed received as follows: if delivered by personal
service, on the date so delivered; if delivered to an overnight courier service, on the business day
immediately following delivery to such service; and if mailed, on the third business day after
mailing.
SECTION TWELVE
E-VERIFY
A. Pursuant to section 448.095, Florida Statutes, Service Provider shall register with and use
the U.S. Department of Homeland Security's E-Verify system, https://e-verify.uscis.gov/emp, to
verify the work authorization status of all employees hired on and after January 1, 2021.
B. Subcontractors:
(i) Service Provider shall also require all subcontractors performing work under this
Agreement to use the E-Verify system for any employees they may hire during the term of
this Agreement.
(ii) Service Provider shall obtain from all such subcontractors an affidavit stating the
subcontractor does not employ, contract with, or subcontract with an unauthorized alien,
as defined in section 448.095, Florida Statutes.
Services Agreement —Facilities Assessment
City of Winter Springs and Roy Jorgensen Associates, Inc.
Page 9 of 19
(iii) Service Provider shall provide a copy of all subcontractor affidavits to the City upon
receipt and shall maintain a copy for the duration of the Agreement.
C. Service Provider must provide evidence of compliance with section 448.095, Florida
Statutes. Evidence shall consist of an affidavit from the Service Provider stating all employees
hired on and after January 1, 2021 have had their work authorization status verified through the E-
Verify system and a copy of their proof of registration in the &Verify system.
D. Failure to comply with this provision is a material breach of the Agreement, and shall result
in the immediate termination of the Agreement without penalty to the City. To the extent provided
by Florida law, Service Provider shall be liable for any additional costs incurred by the City as a
result of the termination of the Agreement.
SECTION THIRTEEN
ATTORNEY FEES
In the event of any action arising under this Agreement, whether or not a lawsuit or other
proceeding is filed, each party shall bear its own costs and expenses of such action including, but
not limited to, reasonable attorney's fees incurred in any way in connection with the matter,
whether incurred before litigation, during litigation, during appeal, or in connection with
enforcement of a judgment, including, but not limited to, attorneys' and experts' fees. This shall
include fees and costs incurred in litigating entitlement to attorneys' fees and costs, as well as in
determining or quantifying the amount of recoverable attorneys' fees and costs. The reasonable
costs shall include costs that are taxable under any applicable statute, rule or guideline, as well as
non-taxable costs, including but not limited to, costs of investigation, copying costs, electronic
discovery costs, telephone charges, mailing and delivery charges, information technology support
charges, consultant and expert witness fees, travel expenses, court reporter fees, and mediator fees,
regardless of whether such costs are otherwise taxable.
SECTION FOURTEEN
VENUE
This Agreement is made and shall be interpreted, construed, governed, and enforced in accordance
with the laws of the State of Florida. Venue for any state action or litigation shall be Seminole
County, Florida. Venue for any federal action or litigation shall be in the Middle District of Florida,
Orlando Division,
SECTION FIFTEEN
SEVERABILITY
Should any term or provision of this Agreement be held, to any extent, invalid or unenforceable,
as against any person, entity, or circumstance during the term hereof, by force of any statute, law,
or ruling of any forum of competent jurisdiction, such invalidity shall not affect any other term or
provision of this Agreement, to the extent that the Agreement shall remain operable, enforceable,
and in full force and effect to the extent permitted by law.
Services Agreement —Facilities Assessment
City of Winter Springs and Roy Jorgensen Associates, Inc.
Pa0e 10 of 19
SECTION SIXTEEN
ENTIRE AGREEMENT
This Agreement states the entire understanding and agreement between the parties and supersedes
any and all written or oral representations, statements, negotiations, or agreements previously
existing between the parties with respect to the subject matter of this Agreement, save for the
representations which are attached to this Agreement as Exhibits. The Service Provider recognizes
that any representations, statements, or negotiations made by the City staff do not suffice to legally
bind the City in a contractual relationship unless they have been reduced to writing and signed by
an authorized City representative. This Agreement shall inure to the benefit of and shall be binding
upon the patties, their respective assigns, and successors in interest.
SECTION SEVENTEEN
NO ASSIGNMENTS OR SUBCONTRACTS
Service Provider shall not assign or subcontract this Agreement or any rights or any monies due
or to become due hereunder without the prior, written consent of the City. Unless specifically stated
to the contrary in any written consent to any assignment, no assignment will release or discharge
the assignor form any duty or responsibility under this Agreement. Nothing under this Agreement
shall be construed to give any rights or benefits in this Agreement to anyone other than the City
and Service Provider, and all duties and responsibilities under this Agreement will be for the sole
and exclusive benefit of the City and Service Provider and not for the benefit of any other party.
SECTION EIGHTEEN
SOVEREIGN IMMUNITY
The City intends to avail itself of the benefits of Section 769.28, Florida Statutes, and any other
statutes and common law governing sovereign immunity to the fullest extent possible. Neither this
provision nor any other provision of this Agreement shall be construed as a waiver of the City's
right to sovereign immunity under Section 768.28, Florida Statutes, or other limitations imposed
on the City's potential liability under state or federal law, and the cap on the amount and liability
A the City for damages, regardless of the number or nature of claims in tort, equity, or contract,
may not exceed the dollar amount set by the legislature for tort. Service Provider agrees that City
shall not be liable under this Agreement for punitive damages or interest for the period before
judgment. Further, City shall not be liable for any claim or judgment, or portion thereof, to any
one person over two hundred thousand dollars ($200,000.00), or any claim or judgment or portion
thereof, which, when totaled with all other claims or judgments paid by the State or its agencies
and subdivisions arising out of the same incident or occurrence, exceeds three hundred thousand
dollars ($300,000.00). Nothing in this Agreement is intended to inure to the benefit of any third
party for the purpose of allowing any claim which would otherwise be barred under the doctrine
of sovereign immunity or by operation of law. This paragraph shall survive termination of this
Agreement.
SECTION NINETEEN
Services Agreement —Facilities Assessment
City of Winter Springs and Roy Jorgensen Associates, Inc.
Page 11 of 19
APPROPRIATIONS
This Agreement is subject to the annual appropriations of funds by the City Commission. The City
has a right to terminate this Agreement for fiscal non -funding at no additional cost or liability to
the City.
SECTION TWENTY
FORCE MAJEURE
Any delay or failure of either party in the performance of its required obligations hereunder shall
be excused if and to the extent caused by acts of God; fire; flood; windstorm; explosion; riot; war;
sabotage; strike (except involving the Service Provider's labor force); extraordinary breakdown of
or damage to City's affiliates' facilities; court injunction or order; federal and/or state law and/or
regulation; or order by any other regulatory agency, provided that prompt notice of such delay is
given by such party to the other• and each of the parties hereto shall be diligent in attempting to
remove such cause or causes. If any circumstance of Force Majeure remains in effect for sixty (60)
days, either party may terminate this Agreement. Monetary damages will not be awarded in the
event of Force Majeure.
SECTION TWENTY ONE
CITY PREMISES
Service Provider acknowledges that its employees and agents will behave in an appropriate manner
while on City property and while on any residential or commercial private property relating to the
performance of Services in accordance with this Agreement and shall, at all times, conduct
themselves in a safe and professional manner. It is a material breach of this Agreement for any
agent or employee of Service Provider• to behave in a manner which is inconsistent with
appropriate conduct or decorum or to behave in any manner that will disrupt the functioning of the
City or constitute any level of threat to the safety, health, and/or• well-being of any citizen, invitee,
licensee, agent, or employee of the City. Service Provider agrees to immediately remove any agent
or employee if directed to do so by the City Project Manager or designee.
Service Provider acknowledges that the City shall not be responsible for injury (including death)
to Service Provider's employees, agents, officers, or other personnel, nor shall the City be
responsible for damage to Service Provider's property, which occurs on the City's property, unless
the injury is the result of the City's sole gross negligence or willful misconduct. At all times while
on City's premises, Service Provider shall comply with all rules and regulations of City.
SECTION TWENTY-TWO
MOST FAVORED CUSTOMER
Service Provider warrants and represents that all terms, including prices, charges, benefits and
warranties, in this Agreement are at least as or more favorable than any terms that Service Provider
has offered to any other person or entity, for• the types of Services covered by this Agreement. If
at any time during this Agreement Service Provider shall offer any other person or entity, terms
more favorable, Service Provider shall promptly notify City of such more favorable terms, and if
Services Agreement —Facilities Assessment
City of Winter Springs and Roy Jorgensen Associates, Inc.
Page 12 of 19
such more favorable terms were offered by Service Provider to another person or entity City shall
immediately receive the benefit of the more favorable terms for the remainder of this Agreement,
including any renewals thereof. Upon City's request, Service Provider shall advise City in writing,
executed by an officer of Service Provider, that this section has not been contradicted by Service
Provider since the later of (i) the Effective Date of this Agreement or (ii) the date of the most recent
notice provided by Service Provider pursuant to this section.
SECTION TWENTY-THREE
ENTITIES OF FOREIGN COUNTRIES OF CONCERN
Service Provider certifies, affirms, and herein represents that, if the Services involve access to an
individual's personal identifying information, the Service Provider is not: (a) owned by the
government of a foreign country of concern; (b) the government of a foreign country of concern
does not have a controlling interest in the Service Provider's business; and (c) the Service Provider
is not organized under the laws of or have its principal place of business in a foreign country of
concern. The terms "foreign country of concern" and "controlling interest" shall mean as defined
by Section 287.138, Florida Statutes, as may be amended from time to time
SECTION TWENTY FOUR
TRAFFICKING
As a condition of this Agreement, the Contractor shall attest under penalty of perjury that the
Contractor does not use coercion for labor or services as defined in Section 787.06(2), Florida
Statutes. Attestations shall be documented using a Human Trafficking Affidavit as provided by the
City. The Contractor understands and affirms that Section 787.06(2), Florida Statutes, defines
"coercion," "labor," and "services" as follows:
A. "Coercion" means: (1) using or threatening to use physical force against any
person; (2) restraining, isolating, or confining or threatening to restrain, isolate, or
confine any person without lawful authority and against his or her will; (3) using
lending or other credit methods to establish a debt by any person when labor or
services are pledged as a security for the debt, if the value of the labor or services
as reasonably assessed is not applied toward the liquidation of the debt, the length
and nature of the labor or services are not respectively limited and defined; (4)
destroying, concealing, removing, confiscating, withholding, or possessing any
actual or purported passport, visa, or other immigration document, or any actual or
purported government identification document, of any person; (5) causing or
threatening to cause financial harm to any person; (6) enticing or luring any person
by fraud or deceit; or (7) providing a controlled substance as outlined in Schedule
I or Schedule II of Section 893.03, Florida Statutes, to any person for the purpose
of exploitation of that person.
B. "Labor" means that work of economic or financial value.
Services Agreement —Facilities Assessment
City of Winter Springs and Roy Jorgensen Associates, Inc.
Page 13 of 19
C. "Services" means any act committed at the behest of, under the supervision of, or
for the benefit of another. The term includes, but is not limited to, forced marriage,
servitude, or the removal of organs.
Contractor understands and affirms that Section 787.06(13), Florida Statutes, prohibits the City
from executing, renewing, or extending a contract with an entity that uses coercion for labor or
services.
SECTION TWENTY-FIVE
MISCELLANEOUS
A. As an independent contractor, Service Provider shall pay all expenses in connection with
its consulting business and Service Provider will not incur any indebtedness on behalf of City with
this Agreement.
B. This Agreement may be amended, extended, or renewed only with the written approval of
the parties. There shall be no modification of this Agreement without a writing.
C. The City and Service Provider each represent that they have both shared equally in drafting
this Agreement and no party shall be favored or disfavored regarding the interpretation of this
Agreement in the event of a dispute between the parties.
D. The Service Provider warrants that it has not employed or retained any company person,
other than a bona fide employee working solely for the Service Provider, to solicit or secure this
Agreement, and that it has not paid or agreed to pay any City employee or official, person,
company, corporation, individual, or firm, other than a bona fide employee working solely for the
Service Provider, any fee, commission, percentage, gift, or other consideration contingent upon or
resulting form the award of making of this Agreement.
E. Precautions shall be exercised at all times for the protection of all persons (including City's
employees) and property. The safety of all applicable laws, regulations, and codes shall be
observed. Hazards arising from the use of vehicles, machinery, and equipment shall be guided or
eliminated in accordance with the highest accepted standard of safety. Service Provider shall be
solely and absolutely responsible and shall assume all liability for the safety and supervision of its
principles, employees, contractors, and agents when performing the Services provided hereunder.
F. Service Provider shall comply with all requirements of federal, state, and local laws, rules,
regulations, standards, and ordinances applicable to the performance of services under this
Agreement and the incorporated Exhibits. Service Provider shall also secure and maintain any and
aIt permits and licenses required to complete this Agreement.
G. Service Provider shall acquire no rights under this Agreement to, and shall not use, the
name of the City, either alone or in conjunction with or as a part of any other name, word, marls,
Services Agreement —Facilities Assessment
City of Winter Springs and Roy Jorgensen Associates, Inc.
Pa0e 14 of 19
picture, logo, design, and/or trademark ("City Marks") in any of Service Provider's advertising,
publicity, or promotion, to express or imply any endorsement by the City of its Services, or in any
other manner (whether or not similar to the uses hereinabove specifically prohibited) without the
prior review and written approval by the City, except as expressly permitted herein. No
advertisement, publication, or other use of the City Marks shall be published or otherwise
promulgated by Service Provider without City's prior inspection and written approval. This clause
shall survive the expiration or termination of this Agreement.
H. By signing this Agreement, Service Provider certifies that it and its principals:
1. Are not presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from covered transactions by a federal department or
agency.
2. Have not, within the preceding five-year period, 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 public transaction; violation of federal or state antitrust
statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction
of records, making false statements or receiving stolen property.
3. Are not presently indicted or otherwise criminally charged by a government entity
(federal, state or local) with commission of any of the offense enumerated in the preceding
paragraph.
4. Have not within the preceding five years had one or more public transactions
(federal, state or local) terminated for cause or default.
Service Provider agrees to notify City within thirty (30) days after the occurrence of any of the
events, actions, debarments, proposals, declarations, exclusions, convictions, judgment,
indictments, informations, or terminations as described above, with respect to Service Provider or
its principals.
I. In case of any inconsistency in any of the documents bearing on the Agreement between
the City and the Service Provider, the inconsistency shall be resolved by giving precedence in the
following order:
1. Addenda or change orders to this Agreement entered subsequent to the Effective
Date of this Agreement;
2. This Agreement;
3. Exhibits to this Agreement.
4. Purchase Orders entered pursuant to this Agreement.
Any inconsistency in the work description shall be clarified by the City and performed by the
Service Provider.
Services Agreement —Facilities Assessment
City of Winter Springs and Roy Jorgensen Associates, Inc.
Page I5 of 19
J. At its discretion, during the course of the work, should any errors, ambiguities, or
discrepancies be found in the Agreement or specifications, the City at its sole discretion will
interpret the intent of the Agreement and work descriptions and the Service Provider hereby agrees
to abide by the City's interpretation and agrees to carry out the work in accordance with the
decision of the City.
K. The Service Provider warrants and represents that it complies with all Federal and State
requirements concerning fair employment and that Service Provider does not and shall not
discriminate by reason of race, color, religi dion, sex, age, national origin, disability, sexual
orientation, gender identity or expression, genetic information, or any other category of persons
protected pursuant to federal and/or Florida law.
L. No inspection by the City, nor any payment for or acceptance of the whole or part of the
items in this Agreement, nor any extension of time, nor any possession taken by the City of the
product or services hereunder shall operate as a waiver of (1) any provision of this Agreement, (2)
the right to have it fully performed, (3) any power herein reserved by the City or (4) any right to
damages under this Agreement. No waiver of any breach of this Agreement shall be held to be a
waiver of any other breach. Failure of City to insist upon performance within any time period or
upon a proper level or quality of performance shall not act as a waiver of City's right to later claim
a failure to perform by Service Provider.
M. Service Provider guarantees that it is duly licensed and registered to conduct business in
the state of Florida.
[Signatzzres on Following Page)
Services Agreement —Facilities Assessment
City of winter Springs and Roy Jorgensen Associates, Inc.
Page 16 of 19
IN WITNESS WHEREOF, the Parties or their duly authorized representatives hereby execute
this Agreement on the date first written above.
SERVICE PROVIDER
?rAit ohn S. kmefisthrA
Title: Chairman
Date: February 23, 2026
CITY OF WINTER SPRINGS
City Manager
ATTEST:
City Clerk
Gowan
Services Agreement —Facilities Assessment
City of Winter Springs and Roy Jorgensen Associates, Inc.
Page 17 of 19
EXHIBIT A
CITY'S ITB 12-25-01 LH
Services Agreement —Facilities Assessment
City of Winter Springs and Roy Jorgensen Associates, Inc.
Page 18 of 19
City of winter Springs, Florida
1126 East State Road 434
Winter Springs, Florida 32708
INVITATION TO BID
ITB # 12-25-01 LH Date: December 23, 2025
The purpose of this Invitation To Bid (ITB) is to solicit formal written Bids from experienced individuals, corporations,
partnerships and other legal entities (Bidder) to obtain the Services of a qualified vendor to provide services consistent with the
specifications detailed in Appendix B.
Sealed Bids for the provision of service to provide a 5-Year Capital Improvement Plan will be received by the the City of Winter
Springs, FL (CITY) Procurement Department, located at Winter Springs City Hall, 1126 East State Road 434, Winter Springs,
Florida 32708, until:
January 22, 2026
2: )0 p.m., local time
FOR
FACILITIES ASSESSMENT
Bids shall conform to the requirements outlined in the Invitation To Bid. The CITY reserves the right to reject any and all offers
and to waive minor informalities.
The CITY issues this ITB for the project requirements defined herein, in order to select a Bids) for further contract negotiations
and selection by the CITY may not necessarily result in the formation of a contract.
Submission and Receipt of ITB's:
Bidder shall submit their Bids to this ITB by:
Providing one (1) original, marked as such, and one (1) electronic copy of your Proposal to this office by the date and
time indicated above.
The outside of your package must be clearly labeled with the ITB number, title, opening date and time, and the name and
address of the Bidder. The CITY is not responsible for submittals via postal or mail courier services, receipt by the post office or
mail courier prior to the deadline does not constitute meeting the CITY'S receipt deadline stated above.
Offers received after January 22,2026 at 2:00 p.m., will be rejected.
Deadline for questions is January 6, 2026 1:OOpm local time
An Addenda will be issued and posted on Demand Star by 2:OOpm on January 7, 2026 if questions are received and require
clarification for all Bidders.
If you have any questions regarding this Invitation To Bid, please contact:
Procurement Manager, at (407) 327-6557, or via email at procurement@wintersprin�sfl.or�
PROPOSAL DOCUMENTS CAN BE DOWNLOADED FREE OF CHARGE FROM:
www.demandstar.com
or
https://www.winterspringsfl.ore/rfps
ITB # 12-25-01 LH
Facilities Assessment
Invitation to Bid Table of Contents
PART is SCOPE OF SERVICE/EVALUATION CRITERIA...........................................................................................................................4
BACKGROUND............................................................................................................................................................................................4
SCOPEOF WORK. a a 4 a 0 0 0 0 0 4 4 6 6 6 0 6 0 6 a 4 4 4 * 4 v 4 4 a 4 a 4 4 4 0 0 0 v a a a a a a I a a a a 0 a a a a a a a a a 0 0 0 a a a a a a 0 s a 4 s a 0 0 0 0 0 a 0 0 0 0 v a a a a 4 0 v a 0 p a 0 0 0 a 4 0 4 a a a a a 4 a a a 0 a a a a a a a a a a a a 0 a g s k a r a 0 a 0 r I a a a a 0 9 0 0 0 0 * a a 0 r * a a 4 # 4 a a a a a 0 a 0 0 a a a a 0 6 4 4 4 v v 4 0 0 0 q a 4
CONSIDERATIONOF BIDS..............................................................................................................................................................................4
TIMELINEOF EVENTS. a a 0 a a B a a a a a I a a a a a a 4 0 a a a 0 0 a a a 9 a a a 0 a s I a 0 0 0 0 v 4 0 a 4 6 6 0 6 & a a a 0 0 0 a a 6 4 a a 0 4 A a a a a a a a a a a a 0 a a a a 4 9 a 0 a 0 4 0 a 0 a a a a 4 g a a a a 9 0 0 0 a 0 0 0 0 v a 0 * 4 * g 4 a a 4 a 4 a 4 a a a * 4 6 oofififfiffidaa a 4 a a a a a 0 0 0 0 r a 1 6 0 v v 6 0 a a 4 a a a 0 a a 0 a & 4 4 5
PARTII: SPECIFIC BID REQUIREMENTS...............................................................................................................................................6
SECTION A— BIDDER INFORMATION AND ACKNOWLEDGEMENT FORM. 4 * * a a 6 6 a a a a a a a a a a 0 a a a a a a a a a a a a a a a a B a 9 9 9 a 9 0 0 a a a 0 9 a 0 0 s 4 p a a 4 4 4 * A a 4 4 4 4 4 6 6 k 4 6 a a 4 a * 4 4 a s a a a a a a a 0 s a a 9 a a 6 6 a 4 0 A 4 a 0 a 4 a 0 0 a * 66
SECTION B—TABLE OF CONTENTS, a a a 6 a 0 & 4 a a a a 9 a 4 9 a a 0 a a a a a a a t I a a a a a a a 4 1 0 0 6 6 0 9 v 4 0 4 v 0 4 s g * 6 A 4 4 a a a a a 4 a a 4 d & & s 6 a a a a a a a a a a a 4 a a a & a a a a a 0 a a B a a p 9 0 a 0 0 0 a a 0 0 0 a 0 v q g 4 * a 0 0 0 a a a a a a a a a a 0 0 a a a a a a s 9 6 0 0 4 4 0 4 4 s # v 0 a 6
SECTION C—INTRODUCTION LETTER. a v 0 6 0 0 6 A 4 * 0 4 q s 4 a a a a a a a a a 6 a a 0 a 0 a a a a 9 a a a a a 9 9 a a a a a 6 a *00 9 0 0 0 t sea 6 0 gas 6 a 0 0 o***4 0 a v does a a 4 a a a a a a a a a a a a a a a a a a a a a a a 9 a a 0 a ***I * 9 9 9 6 0 a 4 9 4 4 w 4 0 a a 0 sea a 4 a a ads 9 9 9 9 0 0 a 4 9 0 p 9 0 a a 6
SECTION D—QUALIFICATIONS.......................................................................................................................................................................6
SECTION E — OTHER INFORMATION. . 6 v * 4 a 0 4 0 4 0 0 v 4 0 6 6 4 A a a a 4 sea a a 4 a a a a a a a a a 0 a a a a a am 0 0 a 9 0 0 9 9 0 0 0 6 4 444 a 4 6 6 0 0 0 4 a 0 a 44 4 4 A * 6 a 0 4 a a a a a d A & a a A a 0 * 4 a 0 a 4 * d s a 0 a 9 9 0 a a a a 0 0 9 9 a a 4 6 4 0 a 0 0 6 6 * 4 4 & a a a a a a a a a a a s a a B a a a 0 a a a a 4 a a 7
SECTIONF — COST AND TIME........................................................................................................................................................................ 7
SECTION G — MANDATORY BID FORMS. 0 0 6 4 A * 4 * 4 4 A & a a a a a a a a & a a a 0 0 0 a 4 4 a B g a 0 0 a 9 a a a a a a a a 9 0 a 0 0 p v v 044 0 0 a 0 0 a 0 a 14 gas &&&&Adds a a a a a a a a a a ma ME a a see a a a a a a a a a a 0 s 0 9 a a 6 6 6 0 0 4 4 0 a * 4 A 4 4 a 0 A a a a a a 0 0 0 0 a a a a a 0 a 0 a 0 9 a a * a 7
SECTION H — FLORIDA STATE CORPORATE FILING. . v 4 4 4 s a & a a A a a a a a a a d a a & s s a a a 9 a a a a a a a a 0 a a a a a 0 4 t a 0 0 v a 4 w 0 0 a 4 4 a # ft 0 0 0 6 6 4 a 0 0 4 s 4 A & A 4 4 4 0 0 a a a 9 a 6 a a a s 9 B 9 0 9 a a a a a a a a go 9 a 6 6 6 0 0 p 4 4 w 4 0 0 6 a & 4 a a 4 a a a a 0 s a a a a s 0 * 0 S7
PART III: INSTRUCTIONS TO BIDDERS AND GENERAL PROVISIONS....................................................................................................8
PREPARATIONOF INVITATION TO BID..............................................................................................................................................................8
SUBMISSION AND RECEIPT OF BIDS.................................................................................................................................................................8
SELECTIONOF BID(S) ...................................................................................................................................................................................9
ACCEPTANCEOF OFFER...............................................................................................................................................................................99
NOTICEOF AWARD............................................................................................................................................................................9
DISCREPANCIES, ERRORS, AND OMISSIONS......................................................................................................................................................9
CONFLICTOF INTEREST. . 4 4 t 0 a 9 0 0 0 0 a 0 a * a a & * g a a a 4 & a a a a 0 a 0 a 0 0 t 1 0 q a a a 0 9 9 g a * 4 4 0 0 0 a a * 4 * a 4 a a a a a a * * d a 0 4 a a 0 a 4 4 9 9 a 0 a I a t q 0 4 9 6 t 0 a 6 6 0 6 6 a a 6 4 v * * * * 4 6 * * * a 0 0 0 0 0 0 0 a a a a a a a a a a a & a a a g * 0 a a a 0 0 0 0 a a a a * a 6 0 a * a I a 4 a a 0 a 0 a a a 0 a 0 4 a a lu
PUBLICENTITY CRIMES..............................................................................................................................................................................10
MODIFICATIONFOR CHANGES.....................................................................................................................................................................11
ORDEROF PRECEDENCE............................................................................................................................................................................. 11
EXAMINATIONOF RECORDS........................................................................................................................................................................ 11
BIDSRECEIVED. . a 4 a 4 1 4 a a 6 a a 4 4 a v 4 * s 4 0 a 0 4 4 * 0 0 a 0 a a 0 a * 4 0 a a 4 a a g 4 s a a a 1 9 0 a a a a a a a t 1 0 a 0 4 # * # * 4 0 a 0 0 a 0 4 0 0 a a a 4 a * * 4 4 a a s 0 0 a 0 & a I a a a # a a a a a 0 * a a a 0 0 a 0 0 0 0 0 0 4 0 # q 6 v * * a 9 a * a v 6 0 0 0 0 fi 0 a a a a 4 4 4 a a a a a a 0 a B 0 0 a t I a 0 0 0 9 0 a 9 4 4 a a a 6 * 4 * 4 * * a 0 11
QUALIFICATIONS OF BIDDER... a * s a a a a 4 s a 4 a a a 0 * a a 9 0 g & a a a a B t 0 a a 6 a 4 6 6 a * 6 6 g 0 0 0 0 0 # 4 a a 4 a a a & & * a a a t 0 a 9 a 9 a a a 9 a a t t * a 6 t 9 k 0 6 1 a a a a 4 9 0 0 0 * I f 0 6 0 a 0 0 4 0 0 a s a 4 0 4 4 0 * a a a 6 6 * a a a 0 a 1 4 a I a a a a 9 g 0 a I a a a a a a 6 1 a 6 0 a 0 0 0 0 4 s * a 4 4 4 4 a a a 0 12
DISQUALIFICATIONOF BIDDER..................................................................................................................................................................... 12
LOBBYING/CONE OF SILENCE. . a a a a a 9 4 9 6 6 6 6 * 0 0 0 0 6 0 0 pages 4 4 4 a 4 *at a 0 a a 0 0 a a a a a a a a a a a states 0 0 v 0 0 0 0 0 4 0 4 4 64 as 0 a 0 a ad a 0 a a a *&a* at 9 0 0 9 9 a a a a a a a a a a a eased I a 1 9 9 k*s**q* 0 0 0 0 a *4** 0 a 0 at 0 0 a Etta a at a a *4 a sees a 9 t a a a I a 9 0 12
LICENSESAND PERMITS.............................................................................................................................................................................. 12
APPLICABLELAW AND VENUE. . I v 0 0 4 9 6 0 0 * * 0 * # 4 0 a a 0 0 a 4 4 0 a * 4 0 a 0 0 9 a a 9 1 a I I a a a 0 k a I 1 0 6 a 0 0 0 0 a 0 4 4 4 4 6 a a a a B a a d 0 0 a a 0 0 9 * a a a a a 1 9 a a a a a a a a a a a 4 a B 0 t I I I I a a a a a a a a v 0 0 0 0 0 0 a 4 4 4 s 4 6 a 0 a a a a a a a a a a a 9 9 0 a a a 9 a 9 a a 0 9 0 1 a a 9 0 a a 0 0 v 0 12
BID DISCLOSURE; PUBLIC RECORDS RESPONSIBILITIES...................................................................................................................................... 13
E—VERIFY................................................................................................................................................................................................. 14
MODIFICATIONAND WITHDRAW................................................................................................................................................................. 14
PROHIBITION ON GIFTS TO CITY EMPLOYEES AND OFFICIALS..............................................................................................................................14
DISCRIMINATION...................................................................................................................................................................................... 15
ADDITIONALINFORMATION......................................................................................................................................................................... 15
MANDATORY BID FORMS. a a a a a a a a a a a a a a a a 6 0 0 a a a 0 a 6 a 0 a * a * 0 0 0 a * a a 0 0 8 0 s 0 * 0 * 0 # 0 a 4 0 a M a a a a a a a a a a M a a 0 a a a a a a 8 a a a 0 a a a a a a a 6 a 0 a * 16
BIDDER INFORMATION AND ACKNOWLEDGEMENT FORM..............................................................................................................17
REFERENCEINFORMATION FORM...................................................................................................................................................18
INSURANCE REQUIREMENT FORM. 4 6 0 a 0 0 0 0 0 0 a a s a a 0 a a a a a a 6 a 2 6 a a a 9 a 0 a a a 0 0 a 4 0 0 a 4 0 0 0 a a 4 so s a 0 0 a a 0 a a 0 a a a a a 0 a a a a a a a a a a a a a a 0 a a a d 0 a * 0 a 0 6 4 0 0 0 0 4 0 4 0 a 0 4 a 4 0 0 a a a
SCRUTINIZED COMPANY CERTIFICATION........................................................................................................................................020
NON —COLLUSION AFFIDAVIT OF PRIME BIDDER...............................................................................................................................22
DRUGFREE WORKPLACE FORM.......................................................................................................................................................23
PUBLICENTITY CRIMES STATEMENT................................................................................................................................................24
DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS........ mood S6606462166 6606 04 26
ITB # 12-25-01 LH Facilities Assessment
E-VERIFY STATEMENT......................................................................................................................................................................29
CONFLICT OF INTEREST STATEMENT................................................................................................................................................30
AFFIDAVIT OF COMPLIANCE WITH FLORIDA STATUTES § 787.06.....................................................................................................31
BYRD ANTI —LOBBYING AMENDMENT, 31 U.S.C. §1352 (AS AMENDED)............................................................................................32
APPENDIXA: BID TABULATION........................................................................................................................................................33
APPENDIX B: FACILITIES LISTING......................................................................................................................................................34
APPENDIX Co FACILITY EQUIPMENT TO ASSESS................................................................................................................................35
ITB # 12-25-01 LH Facilities Assessment
PART I: SCOPE OF SERVICE/EVALUATION CRITERIA
FOR
Facilities Assessment
Bmo 51 %jund
The City of Winter Springs is located in Seminole County Florida, which is part of the Orlando -Kissimmee -Sanford
Metropolitan Area. The City covers approximately 15 square miles with a population of approximately 39,000.
Scope of Work
The purpose of this ITB is to select an organization that is capable of developing an initial 5 year Capital improvement
plan from a City -Wide Facilities assessment based on the following scope. The Bidder should provide a narrative that
summarize assessment observations and comments in a clear and concise report to management.
All condition assessments will include a bound version and an electronic version deliverable containing:
• Narrative report with description of systems and corresponding conditions for all facilities listed in Appendix
C identifying deficient conditions in terms of deferred maintenance and building conditions.
• Provide a reasonable cost analysis for identified maintenance issues and equipment replacement.
• Digital photos of key components and deficiencies as an Appendix in the narrative for each facility.
• A 5 year Capital Improvement plan and a 20 year Capital Reserve table with systems and component
replacement costs and dates.
• Provide a complete inventory by facility of all major building equipment including quantity, size, asset tag
number, manufacturer, model, and serial number. Appendix C has a suggested list of equipment to include
in the facility condition assessment.
• Report is to include an executive summary of overall conditions and also a list of any emergent or immediate
repair considerations.
Consideration of Bids
Bids will be considered by the CITY, and the chosen Bidder will be selected based its ability to provide the services
required at the lowest possible cost to the CITY. In assessing Bids the CITY shall consider, in addition to the Cost
Proposal, but not limited to, the following capabilities and background in determining if a Bid is considered responsible.
a. The background, and experience of the Bidder in providing similar products elsewhere, including the level of
experience in selling to municipalities and the quality of items supplied.
b. Reasonableness/competitiveness of proposed costs and/or benefits to the City of Winter Springs. The City of
Winter Springs reserves the right to negotiate fees and/or benefits with the selected Bidder.
c. Determination that the selected Bidder has no contractual relationship which would result in a conflict of
interest with the CITY.
D. Whether the Bidder can provide the product in a professional, prompt and timely fashion.
Pursuant to Florida Statutes § 287.05701, the CITY shall not request documentation regarding, consider, or give
preference based upon, a vendor's social, political, or ideological interests when determining the vendor's qualifications.
ITB # 12-25-01 LH Facilities Assessment
Timeline of Events
Release of ITB
12/23/2025
Deadline to receive questions (electronically)—1:OOpm local time
01/06/2026
Addendum Released by 1:OOpm local time
01/07/2026
ITB Submittals are Due by 2:00 pm local time
01/22/2026
Bid Opening and Registration at "2:15 pm local time at Winter Springs City Hall
01/22/2026
City Commission Award Approval
TBD
Notice of Award to Successful Bidder
TBD
Notice to Proceed to Successful Bidder
TBD
ITB # 12-25-01 LH Facilities Assessment
PART II: SPECIFIC BID REQUIREMENTS
FOR
ITB 12-25-01 LH
Facilities Assessment
To assure consistency, Bids must conform to the following format:
A. Bidder Information and Acknowledgement Form
B. Table of Contents
C. Introduction Letter
D. Qualifications
E. Other Information
F. Cost & Time
G. Mandatory Bid Forms
H. Florida State Corporate Filing
Narrative pages are to be 8 % x 11 inches and all materials should be bound into one volume. A clear and concise
presentation of information is encouraged.
Failure of the proposers) to organize the information required by this ITB as outlined may result in the City, at its sole
discretion, disqualifying the Bidder from further consideration.
Section A —Bidder Information and Acknowledgement Form
Use the form provided in the Mandatory Bid Forms titled "BIDDER INFORMATION AND ACKNOWLEDGEMENT FORM."
(See Bid Form 1)
Section B —Table of Contents
Identify Bid material by section and page number.
Section C —Introduction Letter
Summarize the I<ey points of the Bid including an understanding of the scope of work. Must be signed by an authorized
official of the Bidder.
Section D —Qualifications
General —Provide general information about the Bidder, including size, office location(s), and structure of your
company. Identify and explain any significant changes in organizational structure, ownership, or management both
within your company and within your industry/business sector during the past five (5) years.
Bidder Experience —Describe the Bidder's experience with providing the services listed in Appendix B.
References— Use the form provided in the Mandatory Proposal Forms titled "REFERENCE INFORMATION FORM"
Conclusion —Briefly summarize why Bidder should be selected, including Bidder Firm is pursuing the City of Winter
Springs' business. In short, summarize what makes the Bidder different and why the CITY should select your Bid above
all others.
ITB # 12-25-01 LH Facilities Assessment
Section E - Other Information
This section should address any other information necessary for a full understanding of Bidder's services. Please provide
detailed information on any relevent additional services offered by Bidder.
Section F —Cost and Time
This section must clearly you the cost and estimated time to provide the product. Use Appendix A: Bid Tabulation
Worksheet.
Section G — Mandatory Bid Forms
Fill out the forms provided; Bidder Information and Acknowledgement Form, Reference Information Form, Insurance
Requirement Form, Scrutinized Company Certification, Non -Collusion Affidavit of Prime Bidder, Drug Free Workplace
Form, Public Entity Crimes Statement, Debarment, Suspension etc. Certification, E-Verify Statement, Conflict of Interest
Statement, and Byrd Anti -Lobbying Act Certification.
Section H —Florida State Corporate Filing
All Bids must be signed with the Bidder name and by an officer or employee having authority to bind the Bidder by
his/her signature as indicated by the Florida Department of State, Division of Corporations (www.sunbiz.org). Proof of
corporate signer must be included with the submittal with the Bid. Use Sunbiz website screen shot or include a copy of
Corporate Resolution or a Power of Attorney.
ITB # 12-25-01 LH Facilities Assessment
PART III: INSTRUCTIONS TO BIDDERS AND GENERAL PROVISIONS
r�l:1
ITB 12-25-01 LH
Facilities Assessment
Definitions (as used herein)
a. The term "Invitation to Bid" means a solicitation of bids. The acronym "ITB" means Invitation to Bid.
b. The term "Bid" means the price to provide the product requested based on the required minimum criteria.
c. The term "Bidder" means the company/firm making an offer
d. The term "CITY" means the City of Winter Springs, Florida.
e. The term "CITY Commission" means the governing body of the City of Winter Springs.
Preparation of Invitation To Bid
a Bidders are expected to examine the minimum requirements and all special and general conditions. Omission on
the part of the Bidder to make the necessary examinations and investigations, or failure to fulfill every detail the
requirements of the contract document, will not be accepted as a basis for varying the requirements of the CITY
or the compensation to the Bidder. Failure to properly and fully complete the proposal is at the Bidder's risk.
The Bidder shall sign the Invitation To Bid and print or type his/her name, address, and telephone number on
the face page.
b. The apparent silence of any supplemental minimum requirements as to any details, or the omission from it of a
detailed description concerning any point will be regarded as meaning that only the best commercial practices
are to prevail. All workmanship is to be first quality. All interpretations of the minimum requirements shall be
made upon the basis of this statement.
c. Bidders should submit their response to this ITB by:providing one (1) original, marked as such, and one (1)
electronic copy of your Bid to the address noted above and by the date and time indicated. The outside of your
package must be clearly labeled with the ITB number, title, opening date and time and the name and address of
the Bidder. The CITY is not responsible for submittals via postal or mail courier services, receipt by the post office
or mail courier prior to the deadline does not meet the CITY's deadline requirements.
d. The Bidder should retain a copy of all documents for future reference.
e. All Bids must be signed with the Bidder name and by an officer or employee having authority to bind the Bidder
by his/her signature as indicated by the Florida Department of State, Division of Corporations (www.sunbiz.or�).
Proof of corporate signer must be included with the submittal with the Bid. You may use the Sunbiz website
screen shot or include a copy of your Corporate Resolution to prove the authority of the corporate signer.
f. Failure to follow the instructions in the Invitation To Bid is cause for rejection of your offer.
Submission and Receipt of Bids
a. Bids must be received before the specified time as designated in the ITB. A list of Bidders who submitted Bids
will be furnished, upon request, following opening of the Bids.
b. Bids shall be submitted in a sealed envelope. The envelope shall show the opening date and time, the ITB
number, and the name and address of the Bidder.
c. The City of Winter Springs is not responsible for the U.S. Mail or private couriers, in regard to mail being
ITB 1 12-25-01 LH Facilities Assessment
delivered by the specified time so that a Bid can be considered.
d. Email and Facsimile (FAX) Bids will not be considered, however, Bids may be modified by email and FAX notice,
provided such notices are received prior to the hour and date specified.
e. Late Bids will be rejected.
f. Bids having any erasures or corrections must be initialed by the Bidder, in inl<. Bids shall be signed in ink. All
amounts shall be typewritten or completed in ink.
g. All Mandatory Bid Forms must be completed and attached to the Bid.
h. All costs of Bid preparation, inspection of the ITB documents, and presentation of the Bid shall be solely borne
by the Bidder. The CITY shall not be liable for any cost incurred by the Bidder during the preparation and
submission of its Bid in response to this ITB.
Selection of Bid(s1
Only the CITY Commission can select Bids, authorize the CITY Managerto engage in negotiations, and ultimately enter
into a contract.
After the initial Bid review, the CITY may require one or more of the top Bidders to attend a meeting to make an oral
presentation, answer questions, or clarify Bid conditions with the Bidder(s). This meeting will be exempt from the
requirements of the Sunshine Law in accordance with section 286.0113, Florida Statutes. Bidder(s) will be notified of
any further meeting requirements.
Acceptance of Offer
The signed Bid shall be considered an offer on the part of the Bidder; such offer shall be deemed accepted upon
issuance by the CITY of a Purchase Order, Blanket Purchase Order, or other contractual document.
The contract will be awarded to the most responsible and responsive Bidder whose Bid best meets the minimum
requirements, with the lowest proposed cost set forth in this ITB.
The CITY reserves the right to accept or reject any and all Bids or parts of Bids, waive minor informalities, and to
request clarification of information from any Bidder.
The CITY reserves the right to award the contract on asplit-order , lump -sum, or individual -item basis, or such
combination as shall best serve the interest of the CITY unless otherwise specified.
Notice of Awa
Within ten (10) calendar days from the date stipulated in the Notice of Award notifying Bidder that its Bid has been
accepted, the successful Bidder shall execute the Agreement.
Discrepancies, Errors, and Omissions
Any discrepancies, errors, or ambiguities in the Invitation To Bid or Addenda (if any) should be reported in writing to the
CITY's Procurement Manager. Should it be found necessary, a written Addenda will be incorporated in the Invitation To
Bid and will become part of the Service Agreement (contract documents). The CITY will not be responsible for any oral
instructions, clarifications, or other communications.
ITB 4 12-25-01 LH Facilities Assessment
RI9htS of the CITY
This ITB constitutes an invitation for submission of Bids to the CITY. This ITB does not obligate the CITY to procure or
contract for any of the scopes of services set forth in this ITB. The CITY reserves and holds at its sole discretion, various
rights and options under Florida law, including without limitation, the following:
• To prepare and issue Addendums to the ITB that may expand, restrict, or cancel any portion or all work
described in the ITB without obligation to commence a new procurement process or issue a modified or
amended ITB.
• To receive questions from potential Bidders and to provide such answers in writing as it deems appropriate.
• To waive any informalities, technicalities or irregularities in the Bids submitted.
• To reject any and all Bid submissions.
• To change the date for receipt of Bids or any deadlines and dates specified in the ITB.
• To change the procurement and/or selection process prior to receipt of Bids.
• To conduct investigations with respect to the information provided by each Bidder and to request additional
information (either in writing or in presentations and interviews) to support such Bidder's responses and
submittals.
• To visit facilities referenced in the Bidder's submittal at any time or times during the procurement process.
• To seek clarification of Bids from the Bidders either in writing or in presentations and interviews
• To cancel the ITB; with or without the substitution of another ITB.
Conflict of Interest
Bidder acknowledges and certifies that this Bid does not violate any ethics provision found in Chapter 112, Florida
Statutes, or Chapter 2 of the Code of Ordinances of the City of Winter Springs,
The Bidder certifies that, to the best of their Knowledge or belief, no elected/appointed official or employee of the City
of Winter Springs, a spouse thereof or other person residing in the same household, is financially interested, directly or
indirectly, in providing the goods or services specified in this proposal. Financial interest includes ownership of more
than five percent (5%) of the total assets or capital stock or being an officer, director, manager, partner, proprietor, or
agent of the business submitting the proposal or of any subcontractor or supplier thereof providing goods or services in
excess of ten percent (10%) of the total proposal amount.
Additionally, the Bidder, on company letterhead, must divulge at the time of Bid submittal, any relative, other than
those already specified, of an elected /appointed official or employee of the City of Winter Springs who has a financial
interest, as defined herein, in providing the goods or services specified in the proposal. The CITY, at its sole discretion,
will determine whether a conflict exists and whether to accept or reject the proposal.
Public Entity Crimes
A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may
not submit a Bid, Proposal or Quote on a contract to provide any goods or services to a public entity, may not submit a
Bid, Proposal or Quote on a contract with a public entity for the construction or repair of a public building or public
work, may not submit Bid, Proposal or Quote on leases of real property to a public entity, may not be awarded or
perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may
not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for
CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list.
ITB # 12-25-01 LH Facilities Assessment
Modification for Changes
No agreement or understanding to modify this IB and resultant purchase order or contract shall be binding upon the
CITY unless made in writing by the City of Winter Springs.
Order of Precedence
In the event of an inconsistency between provisions of the ITB, the inconsistency shall be resolved by giving precedence
in the following order: (a) Instructions to Bidders and General Provisions; and (b) the minimum requirements.
Examination of Records
The Bidder shall Keep adequate records and supporting documentation applicable to the subject matter of this ITB to
include, but not be limited to: records of costs, time worked, working paper and/or accumulations of data, and criteria
or standards by which findings or data are measured. Said records and documentation shall be retained by the Bidder
for a minimum of one (1) year from the date the contract is completed and accepted by the CITY. If any litigation is
initiated before the expiration of the one-year period, the records shall be retained until all litigation, claims, or audit
findings involving the records have been resolved, unless otherwise instructed by the CITY. Should any questions arise
concerning this contract, the CITY and its authorized agents shall have the right to review, inspect, and copy all such
records and documentation during the record retention period stated above; provided, however, such activity shall be
conducted only during normal business hours and shall be at CITY expense. Bidders shall be authorized to retain
microfilm copies in lieu of original records if they so desire.
Any subcontractors) employed by a Bidder who is subject to these requirements and the Bidder itself are required to so
notify any such subcontractor(s).
Bids Received
All Bids received in response to this ITB become the property of the CITY.
Contacting or Soliciting from City Staff
The Bidder, including its agents and associates, shall refrain from contacting or soliciting any staff member or official of
the CITY regarding this ITB upon the release of the ITB through the time of notification of award. Failure to comply with
the provision may result in disqualification of the Bidder.
Hold Harmless
The parties recognize that the Bidder is an independent contractor. The Bidder agrees to assume liability for and
indemnify, hold harmless, and defend the CITY, its commissioners, mayor, officers, employees, agents, and attorneys
of, from, and against all liability and expense, including reasonable attorney's fees, in connection with any and all
claims, demands, damages, actions, causes of action, and suits in equity of whatever kind or nature, including claims
for personal injury, property damage, equitable relief, or loss of use, arising out of the execution, performance,
nonperformance, or enforcement of the terms and conditions of this Agreement, Invitation for Bid, whether or not
due to or caused by the negligence of the CITY, its commissioners, mayor, officers, employees, agents, and attorneys
excluding only the sole negligence of the CITY, its commissioners, mayor, officers, employees, agents, and attorneys.
The Bidder liability hereunder shall include all attorney's fees and costs incurred by the CITY in the enforcement of this
indemnification provision. This includes claims made by the employees of the Bidder against the CITY and the Bidder
hereby waives its entitlement, if any, to immunity under Section 440.11, Florida Statutes. The obligations contained in
this provision shall survive termination of this Agreement and shall not be limited by the amount of any insurance
ITB # 12-25-01 LH Facilities Assessment
required to be obtained or maintained under this Agreement.
Qualifications of Bidder
A Bidder may be required, before the award of any contract, to show to the complete satisfaction of the CITY that they
have the necessary facilities, equipment, ability and financial resources to perform the work in a satisfactory manner
within the time specified.
Disqualification of Bidder
Any or all Bids will be rejected if there is any reason for believing that collusion exists among the Bidders, and
participants in such collusion will not be considered in future proposals for the same work.
Lobbyin�/Cone of Silence
Lobbying is defined as any action taken by an individual, firm, association, joint venture, partnership, syndicate,
corporation, and/or all other groups who seek to influence the governmental decision of a CITY Commission Member,
the CITY Manager, any requesting or evaluating Department/Division/Office personnel and/or any member of the
Evaluation Committee concerning an active solicitation during the black -out period. A lobbying black -out period
commences upon the issuance of this solicitation document.
If an award item is presented to CITY Commission for approval or for a request to provide authorization to negotiate a
Contract(s) and the CITY Commission refers the item back to the CITY Manager, Procurement Division and/or requesting
Department/Division/Office for further review or otherwise does not act on the item, the Cone of Silence/Lobbying
Black -out Period will be reinstated until such time as the CITY Commission meets to consider the item for action.
Bidders, Proposers, Respondents, potential vendors, service providers, lobbyists, consultants, or vendor representatives
shall not contact any CITY Commission member, the CITY Manager, any requesting or evaluating Division, Department,
Office personnel, and/or any member of the Evaluation Committee concerning an active Invitation To Bid during the
Lobbying/Cone of Silence Black -out period.
Licenses and Permits
The Bidder shall secure all licenses and permits and shall comply with all applicable laws, regulations and codes as
required by the United States, the State of Florida, or by the City of Winter Springs. The Bidder must fully comply with all
Federal and State Laws and County and Municipal Ordinances and Regulations in any manner affecting the performance
of the work.
Applicable Law and Venue
This Agreement shall be governed by, construed and interpreted in accordance with the laws of the State of Florida
without regard to the conflicts or choice of law principals thereof. Each of the parties hereto: (a) irrevocably submits
itself to the exclusive jurisdiction of the State of Florida, and agree that venue shall lie exclusively in the Eighteenth
Judicial Circuit Court in and for Seminole County, Florida for any state court action arising out of this Agreement, and
exclusively in the United States District Court for the Middle District of Florida, Orlando Division, for any federal court
action arising out of this Agreement; (b) waives and agrees not to assert against any party hereto, by way of motion, as a
defense or otherwise, in any suit, action or other proceeding, (i) any claim that it is not personally subject to the
jurisdiction of the above -named courts for any reason whatsoever, and (ii) any claim that such suit, action, or proceeding
by any party hereto is brought in an inconvenient form or that venue of such suit, action, or proceeding is improper or
that this Agreement or the subject matter hereof may not be enforced in or by such courts.
ITB # 12-25-01 LH Facilities Assessment
Bid Disclosure; Public Records Responsibilities
Florida law provides that municipal records shall, at all times, be open for personal inspection by any person.
Section 119.01, Florida Statutes et. seq. (the Public Records Law). Unless otherwise provided by the Public Records Law,
information and materials received by the City in connection with an ITB response and under any awarded contract shall
be deemed to be public records subject to public inspection and/or copying at the end of the statutory exemption time
period pursuant to Section 119,071, Florida Statutes. However, certain exemptions to the Public Records Law are
statutorily provided for under sections 119.07 and 119.071, Florida Statutes, and other applicable laws. If the Bidder
believes any of the information contained in its response is exempt from the Public Records Law, including trade secrets
as defined by Florida law, the Bidder must, in its response, specifically identify the material which is deemed to be
exempt and cite the legal authority for the exemption; otherwise, the CITY will treat all materials received as public
records.
Pursuant to section 119,0701, Florida Statutes, for any tasks performed by Bidder on behalf of the CITY, Bidder shall: (a)
keep and maintain all public records, as that term is defined in chapter 119, Florida Statutes ("Public Records"), required
by the CITY to perform the work contemplated by this Agreement; (b) upon request from the CITY's custodian of public
records, provide the CITY with a copy of the requested Public Records or allow the Public Records to be inspected or
copied within a reasonable time at a cost that does not exceed the costs provided in chapter 119, Florida Statutes, or as
otherwise provided by law; (c) ensure that Public Records that are exempt or confidential and exempt from Public
Records disclosure requirements are not disclosed except as authorized by law for the duration of the term of this
Agreement and following completion or termination of this Agreement, if Bidder does not transfer the records to the
CITY in accordance with (d) below; and (d) upon completion or termination of this Agreement, (i) if the CITY, in its sole
and absolute discretion, requests that all Public Records in possession of Proposer be transferred to the CITY, Bidder
shall transfer, at no cost, to the CITY, all Public Records in possession of Bidder within thirty (30) days of such request or
(ii) if no such request is made by the CITY, Bidder shall keep and maintain the Public Records required by the CITY to
perform the work contemplated by this Agreement. If Bidder transfers all Public Records to the City pursuant to (d)(i)
above Bidder shall destroy any duplicate Public Records that are exempt or confidential and exempt from Public Records
disclosure requirements within thirty (30) days of transferring the Public Records to the CITY and provide the CITY with
written confirmation that such records have been destroyed within thirty (30) days of transferring the Public Records. If
Bidder keeps and maintains Public Records pursuant to (d)(ii) above, Bidder shall meet all applicable requirements for
retaining Public Records. All Public Records stored electronically must be provided to the CITY, upon request from the
CITY's custodian of public records, in a format that is compatible with the information technology of the CITY. If Bidder
does not comply with a Public Records request, or does not comply with a Public Records request within a reasonable
amount of time, the CITY may pursue any and all remedies available in law or equity including, but not limited to,
specific performance. The provisions of this section only apply to those tasks in which Bidder is acting on behalf of the
CITY.
IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE BIDDER'S
DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT:
Telephone number: (407) 327-6560 ext. 7003 E-mail address: cityclerkdepartment@winterspringsfl.org
Attorney Fees
In the event of legal action or other proceeding arising under this ITB, the prevailing party shall be entitled to recover
from the adverse party all its reasonable attorneys' fees and costs incurred by the prevailing party in the prosecution
or defense of such action, or in any post -judgment or collection proceedings and whether incurred before suit, at the
trial level or at the appellate level. This shall include any bankruptcy proceedings. The prevailing party also shall be
entitled to recover any reasonable attorneys' fees and costs incurred in litigating the entitlement to attorneys' fees
and costs, as well as in determining the amount of attorneys' fees and costs due to the prevailing party. The
reasonable costs to which the prevailing party will be entitled include costs that are taxable under any applicable
statute, rule, or guideline, as well as costs of investigation, copying costs, electronic discovery costs, mailing and
delivery charges, costs of conducting legal research, consultant and expert witness fees, travel expenses, court
reporter fees and mediator fees, regardless of whether such costs are taxable under any applicable statue, rule or
ITB # 12-25-01 LH Facilities Assessment
guideline.
E-Veri
Pursuant to section 448.095, Florida Statutes, beginning January 1, 2021, any CITY contractors shall register with and use
the U.S. Department of Homeland Security's E-Verify system, https://e-verify.uscis.gov/emp, to verify the work
authorization status of all employees hired on and after January 1, 2021. Bidders must provide evidence of compliance
with section 448.095, Florida Statutes. Evidence shall consist of an affidavit from the Bidder stating all employees hired
on and after January 1, 2021 have had their work authorization status verified through the E-Verify system and a copy of
their proof of registration in the E-Verify system. Failure to comply with this provision will be a material breach of the
contract, and shall result in the immediate termination of a contract without penalty to the CITY. The Bidder shall be
liable for all costs incurred by the CITY securing a replacement contract, including but not limited to, any increased costs
for the same services, any costs due to delay, and rebidding costs, if applicable. If the Bidder utilizes Subcontractors the
following shall apply:
Bidder shall also require all subcontractors performing work under the Agreement to use the E-Verify system for any
employees they may hire during the term of the Agreement.
Bidder shall obtain from all such subcontractors an affidavit stating the subcontractor does not employ, contract with, or
subcontract with an unauthorized alien, as defined in section 448.095, Florida Statutes. Contractor shall provide a copy
of all subcontractor affidavits to the City upon receipt and shall maintain a copy for the duration of the Agreement.
Modification and Withdraw
Bids may not be modified after submittal.
Bids may be withdrawn at any time prior to the deadline. Withdrawal requests shall be made in writing and must be
received by the CITY's Procurement Manager before the time and date stated or as amended for the Bid Opening.
Properly withdrawn Bids will be returned unopened to the person or Bidder submitting the Bid.
A Bidder who timely withdraws his Bid may submit a new Bid in the same manner as specified herein under "Submission
of Bid." A Bid submitted in place of a withdrawn Bid shall be clearly marked as such on the outside of the envelope and
on the Bid Form.
If a Contract is not awarded within 90 calendar days after opening of Bids, a Bidder may file a written request with the
CITY's Procurement Manager for the withdrawal of his Bid.
Prohibition on Gifts to City Employees and Officials
No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other
item of value to any CITY employee, as set forth in Chapter 112, Part III, Florida Statutes, the current CITY Ethics
Ordinance, and City Administrative Policy.
Violation of this provision may result in one or more of the following consequences:
a. Prohibition by the individual, firm, and/or any employee of the firm from contact with CITY staff for a
specified period of time;
b. Prohibition by the individual and/or firm from doing business with the CITY for a specified period of
time, including but not limited to: submitting Bids/proposals, RFP, and/or quotes; and,
c. Immediate termination of any contract held by the individual and/or firm for cause.
ITB # 12-25-01 LH Facilities Assessment
Discrimination
A Bidder or affiliate who has been placed on the discriminatory vendor list may not submit a Bid, proposal, or reply on a
contract to provide any goods or services to a public entity; may not submit a Bid, proposal, or reply on a contract with a
public entity for the construction or repair of a public building or public work; may not submit Bids, proposals, or replies
on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier,
subcontractor, or consultant under a contract with any public entity; and may not transact business with any public
entity.
Additional Information
Additional information may be obtained from the Procurement Manager, (407) 327-6557, a -mail
procurement@winterspringsfl.org, or from any other CITY employee or agent listed on the ITB cover letter.
Bids received in response to this Invitation to Bid are exempt from disclosure under the Public Records Law until such
time as an award decision has been made known or until thirty days after the Bid opening, whichever occurs earlier.
Each Bidder shall clearly mark each page of its Bid that contains trade secrets or other information which the Bidder
believes is exempt from disclosure pursuant to Article I, Section 24 of the Florida Constitution and Chapters 119 and
286, Florida Statutes (commonly referred to as the "Sunshine Laws"). Disclosure of information marked according to
the requirements of this section in response to a public records request will be determined by the CITY in its sole and
absolute discretion and in accordance with the Florida laws, rules, and regulations. If there is no information marked as
exempt by the Bidder, the CITY will assume that the Bidder does not claim that any portion of its Bid is exempt from
disclosure under the Sunshine Laws.
ITB # 12-25-01 LH Facilities Assessment
MANDATORY BID FORMS
Bid Form 1: Bidder Information and Acknowledgement Form
Bid Form 2: Reference Information Form
Bid Form 3: Insurance Requirements Form
Bid Form 4: Scrutinized Company Certification
Bid Form 5: Non -Collusion Affidavit of Prime Bidder
Bid Form 6: Drug Free Workplace Form
Bid Form 7: Public Entity Crimes Statement
Bid Form 8: Debarment, Suspension etc. Certification
Bid Form 9: E-Verify Statement
Bid Form 10: Conflict of Interest Statement
Bid Form 11: Affidavit of Compliance with Florida Statute 787.06
Bid Form 12: Byrd Anti -Lobbying Act Certification
Appendix A: Bid Tabulation Worksheet
Mandatory forms must be submitted with the proposal.
Failure to submit forms will disqualify the Bidder from the ITB
ITB # 12-25-01 LH Facilities Assessment
BIDDER INFORMATION AND ACKNOWLEDGEMENT FORM
For
ITB # 12-25-01 LH
Facilities Assessment
The undersigned Bidder does hereby agree to furnish the City of Winter Springs, Florida, the items listed in accordance
with the minimum requirements shown by the Invitation To Bid to be delivered to the specified site for the price indicated.
IT IS THE BIDDER'S RESPONSIBILITY TO CHECK www.demandstar.com
FOR FINAL DOCUMENTS AND ADDENDA BEFORE SUBMITTAL
THIS BID MUST BE SIGNED BY THE PRINCIPAL OR DIRECTOR AS INDICATED BY THE FLORIDA DEPARTMENT OF STATE, DIVISION OF
CORPORATIONS (www.sunbiz.org). Proof of corporate signer must be submitted with Bid. If not submitted, Bidder will be
considered non -responsive. Use Sunbiz website screen shot or copy of Corporate Resolution or Power of Attorney.
PROPOSER NAME;
TAX ID# SNN or EIN:
PROPOSER ADDRESS:
PURCHASE ORDER ADDRESS:
PHONE NUMBER:
COMPANY WEBSITE:
COMPANY CONTACT (REP):
CONTACT EMAIL ADDRESS:
SIGNATURE:
THE UNDERSIGNED:
A. Acknowledges receipt of:
1. ITB #-12-25-01 LH Pertaining To: Facilities Assessment
Addenda Number Dated
Addenda Number Dated
Be
Has examined the site and all ITB Documents and understands that in submitting its Bid, they waive all right to plead any
misunderstanding regarding the same.
C. Agrees:
1. To hold this Bid open for 90 calendar days after the bid opening date.
2, To furnish the goods and/or services specified in this Bid at the prices quoted in my responsive proposal and in
compliance with the ITB Documents.
3. To accept the provisions of the Instructions to Bidders.
4. To negotiate a contract with the CITY incorporating the Bid prices, if selected on the basis of this Bid.
5. To accomplish the work in accordance with the contract documents.
D. Certifies:
1. That all information contained in this Bid is truthful to the best of my knowledge and belief.
2, That I am duly authorized to submit this Bid on behalf of the Bidder and that the Bidder is ready, willing, and able
to perform if awarded the Bid.
Stipulated Amount
A. Submit on Cost Proposal Worl<sheet, Appendix A.
ITB # 12-25-0 1 LH Facilities Assessment
REFERENCE INFORMATION FORM
ITB # 12-25-01 LH
Facilities Assessment
Organization:
Contact Person:
Address:
City: State: Zip:
Phone Number:
Project Cost: Date Performed:
Organization:
Contact Person:
Address:
City: State: Zip:
Phone Number:
Project Cost: Date Performed:
Organization:
Contact Person:
Address:
City:
Phone Number:
Project Cost:
Bidder Representative
Typed Name/Title:
Bidder Representative Signature:
Bidder:
State:
Date Performed:
ITB # 12-25-01 LH Facilities Assessment
INSURANCE REQUIREMENT FORM
Insurance Type Required Limits
Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits
Compensation
Employer's Liability $1,000,000 each accident, single limit per occurrence
Commercial General $1,000,000 single limit per occurrence
Liability $3,000,000 aggregate for Bodily Injury Liability & Property Damage Liability.
�/ (Occurrence Form) This shall include Premises and Operations; Independent Contractors; Products &Completed
patterned after the Operations & Contractual Liability.
current ISO form
To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall
indemnify and hold harmless City of Winter Springs, its officers and employees from any and
Vo Indemnification all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'
fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentional
wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the
Contractor/Vendor/Consultant in the performance of the Agreement. This indemnification
obligation shall not be construed to negate, abridge or reduce any other rights or remedies
which otherwise may be available to an indemnified party or person described in this
paragraph. This section does not pertain to any incident arising from the sole negligence of
the City of Winter Springs.
Automobile Liability $1,000,000 each person; Bodily Injury & Property Damage, Owned/Non-owned/Hired;
Automobile Included.
Q Other
Bidder shall ensure that all subcontractors comply with the same insurance requirements that it is required to meet. The same
Bidder shall provide the CITY with certificates of insurance meeting the required insurance provisions.
The City of Winter Springs must be named as "Additional Insured" on the Insurance Certificate for Commercial General Liability
where required.
The Certificate Holder shall be named as City of Winter Springs.
Thirty (30) days cancellation notice required.
The undersigned Bidder agrees to obtain, prior to award, if selected, insurance as stated above.
Bidder
Authorized Signature
Officer Title
Date
ITB # 12-25-01 LH Facilities Assessment
SCRUTINIZED COMPANY CERTIFICATION
Florida Statutes, Sections 287.135 and 215.473
Pursuant to Section 287.135, Florida Statutes (2017), a company is ineligible to, and may not, bid on, submit a proposal for, or
enter into or renew a contract with the CITY for goods or services of:
a. Any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the
Bidder is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a
boycott of Israel; or
b. One million dollars or more if, at the time of bidding on, submitting a proposal for, or entering into or renewing such
contract, the company:
Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran
Terrorism Sectors List, created pursuant to s. 215.473; or
c. Is engaged in business operations in Cuba or Syria.
Subject to limited exceptions provided in state law, the CITY will not contract for the provision of goods or services with any
scrutinized company referred to above. The Bidder must submit this required certification form attesting that it is not a
scrutinized company and is not engaging in prohibited business operations.
The following shall be grounds for termination of the contract at the option of the awarding body:
a. The Bidder is found to have submitted a false certification; been placed on the Scrutinized Companies with Activities in
Sudan List;
b. Been placed on the Scrutinized Companies that Boycott Israel List or
c. Is engaged in a boycott of Israel; or
d. Been engaged in business operations in Cuba or Syria.
e. Has been placed on a list created pursuant to s. 215.473, Florida Statutes, relating to scrutinized active business
operations in Iran.
The CITY shall provide notice, in writing, to the Bidder of any determination concerning a false certification.
a. The Bidder shall have five (5) days from receipt of notice to refute the false certification allegation.
b. If such false certification is discovered during the active contract term, the Bidder shall have ninety (90) days following
receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in
error.
c. If the Bidder does not demonstrate that the CITY's determination of false certification was made in error then the CITY
shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes.
ITB # 12-25-01 LH Facilities Assessment
THIS CERTIFICATION FORM MUST BE COMPLETED AND INCLUDED IN YOUR BID RESPONSE, FAILURE TO SUBMIT THIS FORM
AS INSTRUCTED SHALL RENDER YOUR BID SUBMITTAL NON -RESPONSIVE.
a. The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes; and
b. The Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized
Companies that Boycott Israel List or engaged in a boycott of Israel; and
c. For contracts of one million dollars or more, the Vendor, owners, or principals are eligible to participate in this
solicitation and not listed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with
Activities in the Iran Terrorism Sectors List and, further, are not engaged in business operations in Cuba or Syria; and
d. If awarded the Contract, the Vendor, owners, or principals will immediately notify the CITY in writing if any of its
company, owners, or principals: are placed on the Scrutinized Companies that Boycott Israel List, the Scrutinized
Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List;
engage in a boycott of Israel; or engage in business operations in Cuba or Syria.
(Authorized Signature)
(Printed Name and Title)
(Name of Bidder)
STATE OF
COUNTY OF
The foregoing instrument was acknowledged before me by means of ( )physical presence or ( )online
notarization, this day of , 2025 by
0
produced
the
of
personally known to me or ( )who
as identification.
Notary Public
Print Name:
My Commission Expires:
ITB # I2-25-01 LH Facilities Assessment
STATE OF
COUNTY OF
(1) He/she is
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
being duly sworn, deposes and says that:
of
Title Firm/Company
The Bidder that has submitted the attached response.
(2) He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances
respecting such Bid.
(3) Such Bid is genuine and is not a collusive or sham Bid.
(4) Neither the said Bidder nor any of its officers, partners, owners, agent representatives, employees or parties in interest
including this affiant, has in any way, colluded, conspired, or agreed, directly or indirectly, with any other Bidder, firm or
person, to submit a collusive or sham Bid in connection with the Agreement for which the attached Bid has been submitted or
to refrain from proposing in connection with such Agreement, or has in any manner, directly or indirectly, sought by Agreement
or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid
or of any other Bidder, or to fix any overhead, profit or cost element of the proposed price or the proposed price of any other
Bidder, or to secure through any collusion, conspiracy, connivance or unlawful Agreement any advantage against the City of
Winter Springs, Florida, or any person interested in the proposed Agreement.
(5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, or
unlawful Agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties of interest,
including affiant.
(Signed)
STATE OF
COUNTY OF
The foregoing instrument was acknowledged before me this
who is (_) personally Known to me or (_)who has produced
who (did /did not) take an oath.
(Signature of Notary Public)
m
(Name of Notary Typed, Printed or Stamped)
(Commission Number)
(Title)
as identification and
ITB # 12-25-01 LH Facilities Assessment
DRUG FREE WORKPLACE FORM
The undersigned Bidder, in accordance with Florida Statute 287.08/ hereby certifies that
does:
(Name of Bidder)
1. 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.
2. Inform employees about the dangers of drug abuse in the workplace, the business's 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.
3. Give each employee engaged in providing the commodities or contractual services that are under contract a
copy of the Drug -Free statement.
4. Notify the employees that as a condition of working on the commodities or contractual services that are under
contract, 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 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.
5. 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.
6. Make a good faith effort to continue to maintain adrug-free workplace through implementation of this section.
7. As the person authorized to sign the statement, I certify that this business complies fully with the above
requirements.
(Authorized Signature)
(Print/Type Name as Signed Above
(Date)
ITB # 12-25-01 LH Paci(ities Assessment
PUBLIC ENTITY CRIMES STATEMENT
SWORN STATEMENT
UNDER
F.S. SECTION 287.133(a)
(A), ON
PUBLIC
ENTITY CRIMES
THIS FORM MUST BE
SIGNED
IN THE PRESENCE OF A
NOTARY
PUBLIC
OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted with Bid for ITB # 12-25 01 LH Facilities Assessment.
2. This sworn statement is submitted by (Bidder) whose business address is
applicable) Federal Employer Identification Number (FEIN) is
( If a Sole Proprietor and you have no FEIN, include the last four (4) digits of your Social
Security Number:
3. My name is and my relationship to Bidder named above is
4. 1 understand that a "public entity crime" as defined in Paragraph 287.133(a) (g). 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 or with an
agency or political subdivision of any other state or with the United States, including, but not limited to, any proposal or contract for
goods or services to be provided to any public entity or any agency or political subdivision of any other state or of the United States
and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
5. 1 understand that "convicted" or "conviction" as defined in paragraph 287.133(a) (b), Florida Statutes, means finding of guilt
or a conviction of a public entity crime with or without an adjudication of guilt, in any federal or state trial court of records relating
to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of
guilty or nolo contendere.
6. 1 understand that an "affiliate" as defined in Paragraph 287.133(1) (a), Florida Statutes, means:
• A predecessor or successor of a person convicted of a public entity crime; or
• An entity under the control of any natural person who 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, members, and agents who are active in the management of an affiliate. The City of Fernandina Beach, Florida
ownership by one of shares constituting a controlling income among persons when not for fair interest in another person,
or a pooling of equipment or income among persons when not for fair market value under a length agreement, shall be a
prima facie case that one person controls another person. A person who was knowingly convicted of a public entity crime,
in Florida during the preceding 36 months shall be considered an affiliate.
7. 1 understand that a "person" as defined in Paragraph 287.133(1) (e), Florida Statutes, means any natural person or entity
organized under the laws of the state or of the United States with the legal power to enter into a binding contract for provision of
goods 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, members, and agents who are active in
management of an entity directors, executives, partners, shareholders, employees, members, and agents who are active in
management of an entity.
8. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn
statement. (Please indicate which statement applies)
Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees,
members, or agents who are active in management of the entity, nor affiliate of the entity have been charged with and convicted of
a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders,
employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and
convicted of a public entity crime subsequent to July 1, 1989. (Please attach a copy of the final order.)
The person or affiliate was placed on the convicted FIRM list. There has been a subsequent proceeding before a hearing officer
of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in
public interest to remove the person or affiliate from the convicted FIRM list. (Please attach a copy of the final order.)
The person or affiliate has not been placed on the convicted FIRM list. (Please describe any action taken by, or pending with,
the Department of General Services.)
Signature
Date:
ITB # 12-25-01 LH Facilities Assessment
PUBLIC ENTITY CRIMES STATEMENT cont.
STATE OF
COUNTY OF
PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her
signature at the space provided above on this _day of
has provided
Notary Public
as identification.
My Commission expires:
2026, and is personally known to me, or
ITB # 12-25-01 LH Facilities Assessment
DEBARMENT, SUSPENSION and OTHER RESPONSIBILITY MATTERS
CERTIFICATION A - Primary Covered Transactions
The prospective primary participant certifies to the best of its knowledge and belief that its
principals:
a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any Federal debarment or agency;
b. Have not within a three-year period preceding this proposal, 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 of Federal or State antitrust statutes or commission
of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false
statements, or receiving stolen property;
c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)
(b) of this certification; and
d. Have not within a three-year period preceding this application/proposal had one or more
public transactions (Federal, State, or local) terminated for cause or default.
Where the prospective primary participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation of this proposal.
I nstructions for Certification (A)
By signing and submitting this Bid, the prospective primary participant is providing the certification
set out below;
a. The inability of a person to provide the certification required below will not necessarily
result in denial of participation in this covered transaction. The prospective participant shall submit
an explanation of why it cannot provide the certification set out below. The certification or
explanation will be considered in connection with the department or agency's determination
whether to enter into this transaction. However, failure of the prospective primary participant to
furnish a certification or any explanation shall disqualify such person from participation in this
transaction.
b. The certification in this clause is a material representation of fact upon which reliance was
placed when the department or agency determined to enter into this transaction. If it is later
determined that the prospective primary participant knowingly rendered an erroneous
certification, in addition to other remedies available to the Federal Government, the department or
agency may terminate this transaction for cause or default.
c. The prospective primary participant shall provide immediate written notice to the
department or agency to which this proposal is submitted if at any time the prospective primary
participant learns that its certification was erroneous when submitted or has become erroneous
by reason of changed circumstances.
d. The terms covered transaction, debarred, suspended, ineligible, lower tier covered
transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily
excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections
A the rules implementing Executive Order 12549. You may contact the department or agency to
which this proposal is being submitted for assistance in obtaining a copy of these regulations.
ITB # 12-25-01 LH Facilities Assessment
e. The prospective primary participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily
excluded from participation in this covered transaction, unless authorized by the department or
agency entering into this transaction.
f. The prospective primary participant further agrees by submitting this proposal that it will
include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion — Lower Tier Covered Transaction," provided by the department or agency entering into
this covered transaction, without modification, in all lower tier covered transactions and in all
solicitations for lower tier covered transactions.
g. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it knows that the certification is
erroneous. A participant may decide the method and frequency by which it determines this
eligibility of its principals. Each participant may, but is not required to, check the Non -
procurement List.
h. Nothing contained in the foregoing shall be construed to require establishment of a
system of records in order to render in good faith the certification required by this clause. The
Knowledge and information of a participant is not required to exceed that which is normally
possessed by a prudent person in the ordinary course of business dealings.
i. Except for transactions authorized under paragraph (6) of these instructions, if a participant
in a covered transaction knowingly enters into a lower tier covered transaction with a person who is
suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in
addition to other remedies available to the Federal Government, the department or agency may
terminate this transaction for cause of default.
Certification B -Lower Tier Covered Transactions
a. The prospective lower tier participant certifies, by submission of this proposal, that
neither it nor its principals is presently debarred, suspended, proposed for debarment, declared
ineligible, orvoluntarily excluded from participation in this transaction by any Federal department
or agency.
b. Where the prospective lower tier participant is unable to certify to any of the statements
in this certification, such prospective participant shall attach an explanation to this proposal.
Instructions for Certification (B)
By signing and submitting this proposal, the prospective lower tier participant is providing the
certification set out below.
a. The certification in this clause is a material representation offact upon which reliance was
placed when this transaction was entered into. If it is later determined that the prospective lower
tier participant knowingly rendered an erroneous certification, in addition to other remedies
available to the Federal Government, the department or agency with which this transaction
originated may pursue available remedies, including suspension and/or debarment.
b. The prospective lower tier participant shall provide immediate written notice to the person
ITB # 12-25-01 LH Facilities Assessment
to whom this proposal is submitted if at any time the prospective lower tier participant learns that
its certification was erroneous when submitted or has become erroneous by reason of changed
circumstances.
c. The terms covered transaction, debarred, suspended, ineligible, lower tier covered
transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily
excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections
of rules implementing Executive Order 12549. You may contact the person to which this proposal is
submitted for assistance in obtaining a copy of these regulations.
d. The prospective lower tier participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not Knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily
excluded from participation in this covered transaction, unless authorized by the department or
agency with which this transaction originated.
e. The prospective lower tier participant further agrees by submitting this proposal that it will
include this clause title "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion — Lower Tier Covered Transaction," without modification, in all lower tier covered
transactions and in all solicitation for lower tier covered transactions.
f. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it knows that the certification is
erroneous. A participant may decide the method and frequency by which it determines the
eligibility of its principles. Each participant may but is not required to, check the Non -
procurement List.
g. Nothing contained in the foregoing shall be construed to require establishment of a
system of records in order to render in good faith the certification required by this clause. The
Knowledge and information of a participant is not required to exceed that which is normally
possessed by a prudent person in the ordinary course of business dealings.
h. Except fortransactions authorized under paragraph (5) of these instructions, if a participant
in a lower covered transaction knowingly enters into a lower tier covered transaction with a person
who is suspended, debarred, ineligible, or voluntarily excluded from participation in this
transaction, in addition to other remedies available to the Federal Government, the department or
agency with which this transaction originated may pursue available remedies including suspension
and/or debarment.
Bidder:
Date:
Signature of Authorized Certifying Official:
Title:
ITB # 12-25-01 LH Facilities Assessment
E-VERIFY STATEMENT
Bid Number: ITB # 12-25-01 LH
Project Description: Facilities Assessment
I/FIRM acknowledges and agrees to the following:
I/FIRM shall utilize the U.S. Department of Homeland Security's E-Verify system, in accordance
with the terms governing use of the system, to confirm the employment eligibility of.
1. All persons employed by the Bidder during the term of the Contract to perform
employment duties within Florida; and
1. All persons assigned by the Bidder to perform work pursuant to the contract with the
CITY.
Bidder:
Authorized Signature:
Title:
Date:
ITB # 12-25-01 LN Facilities Assessment
CONFLICT OF INTEREST STATEMENT
This sworn statement is submitted with Bid for ITB # 12-25-01 LH Facilities Assessment.
This sworn statement is submitted by (Bidder)
Security Number:
My name is
whose business address is
and (if applicable) Federal Employer Idencation Number (FEIN) is
If a Sole Proprietor and you have no FEIN, include the last four (4) digits of your Social
and my relationship to the Bidder named above is
1. The above -named Bidder is submitting a Bid for the City of Winter Springs.
2. The Affiant has made diligent inquiry and provides the information contained in the Affidavit based upon his/her
own knowledge.
3. The Affiant states that only one submittal for the above Bid is being submitted and that the above -named
Bidder has no financial interest in other entities submitting Bids for the same project.
4. Neither the Affiant nor the above- named Bidder has directly or indirectly entered into any agreement,
participated in any collusion, or otherwise taken any action in restraints of free competitive pricing in
connection with the Bidder's submittal for the above Bid. This statement restricts the discussion of pricing
data until the completion of negotiations if necessary and execution of the Contract for this project.
5. Neither the Bidder nor its affiliates, nor anyone associated with them, is presently suspended or otherwise
ineligible from participation in contract letting by any local, State, or Federal Agency.
6. Neitherthe Bidder nor its affiliates, nor anyone associated with them have any potential conflict of interest due
to any other clients, contracts, or property interests for this project.
7. 1 certify that no member of the Bidder's ownership or management is presently applying for an employee
position or actively seeking an elected position with the City of Winter Springs.
8. 1 certify that, should the Bidder be awarded a contract after successful negotiation, the execution and approval
of such contract by the City of Winter Springs City Commission shall not create a conflict of interest under
Chapter 112, Florida Statutes, Code of Ethics for Public Officers. I further certify that no member of the Bidder's
ownership or management is a spouse, child or "relative" as defined in Section 112.3142, Florida Statutes, of a
current City Commission member.
9. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above -named
Bidder, will immediately notify the City of Winter Springs.
Signature Date:
STATE OF
COUNTY OF
PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her
signature at the space provided above on this _day of
has provided
as identification.
My Commission expires:
2026, and is personally known to me, or
ITB # 12-25-01 LH Facilities Assessment
AFFIDAVIT OF COMPLIANCE WITH FLORIDA STATUTES § 787.06
Florida Statutes § 787.06(13) provides that:
When a contract is executed, renewed, or extended between a nongovernmental entity and a
governmental entity, the nongovernmental entity must provide the governmental entity with an
affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury
attesting that the nongovernmental entity does not use coercion for labor or services as defined in this
section. For purposes of this subsection, the term "governmental entity" has the same meaning as in s.
287.138(1).
THIS AFFIDAVIT MUST BE COMPLETED AND INCLUDED IN YOUR BID RESPONSE. FAILURE TO SUBMIT THIS FORM AS
INSTRUCTED SHALL RENDER YOUR BID SUBMITTAL NON -RESPONSIVE.
a. The Vendor, owners, or principals are aware of the requirements of Section § 787.06, Florida Statutes; and
b. The Vendor, owners, or principals are eligible to participate in this solicitation and do not use coercionfor the
labor or services contemplated in their Bid response.
(Authorized Signature)
(Printed Name and Title)
STATE OF
COUNTY OF
The foregoing instrument was acknowledged before me by means of ( )physical presence or ( )online
notarization, this day of
produced
Notary Public:
Print Name:
My Commission Expires:
2026 by
h
t
e
of
a ( )who is personally Known to me or ( )who
as identification.
ITB # 12-25-01 LH Facilities Assessment
BYRD ANTI -LOBBYING AMENDMENT, 31 U.S.C. §1352 (as amended)
Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to
the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for
influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee
of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any
other award covered by 31 U.S.C. §1352 (as amended). Each tier shall also disclose any lobbying with non -Federal funds
that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to
the recipient. See below —Certification Regarding Lobbying.
Byrd Anti -Lobbying Certification
Appendix A, 44 C.F.R. Part 18 — Certification Regarding Lobbying
Certification for Contracts, Grants, Loans, and Cooperative Agreements
The undersigned certifies, to the best of his or her Knowledge and belief, that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person
for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal
contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative
agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan,
or cooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing
or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative
agreement, the undersigned shall complete and submit Standard Form-LL, "Disclosure Form to Report Lobbying," in
accordance with its instructions.
3. The undersigned shall require that the language of this certification be included in the award documents for all
subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative
agreements) and that all subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was made or
entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by
section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty
of not less than $10,000 and not more than $100,000 for each such failure.
Byrd Anti -Lobbying Amendment, 31 U.S.C. §1352 (as amended)
The Bidder, ,certifies or affirms the truthfulness and accuracy of each statement of its certification and
disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chapter 38,
Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any.
Signature of Bidder's Authorized Official
Name and Title of Bidder's Authorized Official
Date
ITB # 12-25-01 LH Facilities Assessment
Appendix A: BID TABULATION
FOR
ITB # 12-25-01 LH
Facilities Assessment
The Bidder hereby indicates the following total units and total prices which represent the complete cost for the
product in accordance with the Specifications in Appendix B.
OLLARS
(In Words)
ITB # 12-25-01 LH Facilities Assessment
APPENDIX be FACILITIES LISTING
FOR
Locations:
City Hall
Parks Admin Bldg
Central Winds Park Restrooms (4)
Central Winds Park Concession Stands (2)
Public Works Admin Bldg.
Fleet Maintenance
Public Works Compound
Public Works Warehouses
Urban Beautification Warehouse
Public Safety Building
Torcaso Park Equipment Room
Torcaso Park Restrooms (2)
Trotwood Park Equipment Room
Trotwood Park Restroom
Sam Smith Park Restroom
Public Works Water &Sewer WWP
Public Works WRF
Public Works Water Treatment Plant
Public Works Water Treatment Plant #2
Public Works Water Treatment Plant #3
Senior Center/Civic Center
Sunshine Park Restroom
Parks Central Winds Park Office Tower
Parks CWP Compound
ITB # 09-25-02 LH
5-Year Capital Improvement Plan
Address:
1126 East S.R. 434
1000 Central Winds Drive
1000 Central winds Drive
1000 Central winds Drive
400 Old Sanford Oviedo Rd
380 Old Sanford Oviedo Rd.
150 Hartman Lane
150 Hartman Lane
150 Hartman Lane
300 N. Moss Rd
104 N Moss Rd.
104 N Moss Rd.
701 Northern Way
701 Northern Way
1562 Winter Springs Blvd
1000 West S.R. 434
1560 Winter Springs Blvd
851 Northern Way
700 Sheoah Blvd
110 West Bahama
400 N Edgemon St.
400 N Edgemon St.
1000 Central Winds Dr
1000 Central Winds Dr
ITB # 12-25-01 LH Facilities Assessment
APPENDIX U FACILITY EQUIPMENT TO ASSESS
For
ITB # 12-25-01 LH
Facilities Assessment
HVAC
Hot Water Pumps
Furnaces
Unit Heaters
Exhaust hoods
Fans
Make up Air Units
Energy Recovery Units
Package AC Units
Air Handling Units
Split systems
Heat Pumps
Thermostatic Controls
ELECTRICAL
Main Distribution Panels
Switchgear
Motor Control Centers
Transformers
Emergency Generators
Automatic Transfer Switch
Emergency Lights
Light Fixtures Interior
Light Fixtures Exterior
EQUIPMENT
Trash Compactors
Commercial Laundry (W&D)
PLUMBING
Main Backflow Preventer
Domestic Water Booster Pumps
Sump Pumps
How Water Heater
Valves
Filters
Fixtures
Strainers
Life Safety/Security
Fire Alarm System
Sprinkler System
Fire Panel
Fire Suppression System
Fire Pump
Fire Extinguishers
Lighted Exit Signs
Eyewash / Safety Showers
AED's
ADA Baseline Evaluation Survey
Smoke Detectors, Horn Strobes
Fire Valves, Hydrants
Building Envelope Component Level
Electrical
Exterior doors
Exterior Walls
Exterior Windows
Foundation
HVAC
Interior Finish Ceiling
Interior Finish Floor
Interior Finish Walls
Plumbing
Roofing
ITB # 12-25-01 LH Facilities Assessment
EXHIBIT B
SERVICE PROVIDER'S RESPONSE TO ITB 12-25-01 LH
Services Agreement —Facilities Assessment
City of Winter Springs and Roy Jorgensen Associates, Inc.
Page 19 of 19
.1
Roy Jorgensen Associates, Inc. 3735 Bucl<eystown Pike, Buckeystown, Maryland 21717-0070 www.RoyJorgensen.com
January 22, 2026
Prepared for the
City of Winter Springs, FL
Procurement Department
procurement( Minters r�ingsfl.org
Winter Springs City Hall
1126 East State Road 434
Winter Springs, FL 32708
(407) 327-6557
Prepared by
Roy Jorgensen Associates, Inc.
John S. Jorgensen, Ph.D. I Chairman
lohn@)RoyJorgensen.com
3735 Buckeystown Pike
Post Office Box 70
Buckeystown, MD 21717-0070
Direct (240) 674-5388
Roy Jorgensen Associates, Inc.
3735 Buckeystown Pike
Buckeystown, Maryland 21717-0070
Phone (800) 422-2515
www.RoVJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
� Page 1 of 30
Roy Jorgensen Associates, Inc.
3735 Buckeystown Pile
Buckeystown, Maryland 21717-0070
Phone (800) 422-2515
www.RoVJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
BIDDER INFORMATION AND ACKNOWLEDGEMENT FORM
For
ITB q 12.2501 lH
Faclllties Assessment
The undersigned Bidder does hereby agree
to fumish the City of
Venter Springs,
Fbrida, the items listed
in accordance
with the minimum requirements shown by
the Invitation To Bid
to be delivered
to the specified site for
the price indicated.
IT IS THE BIDDER'S RESPON5181LITY TO CHECK www.demandstar.com
FOR FINAL DOCUMENTS AND ADDENDA BEFORE SUBMITTAL
JORGENSEN
THIS BID h4UST 8E SIGNED BY THE PRINCIPAL OR DIRECTOR AS INDICATED BY THE fLORIDA DEDARTh4ENT OF STATE, DIVISION OF
CORPORATIONS (www.sunbiz.oral. proof of corporate signer must be submitted with Bid. If not submitted, Bidder will be
considered nonresponsive. Use Sunbiz website screen shot or copyof Corporate Resolution or Power of Attorney.
PROPOSER NAME: Roy Jofgensen ASSOCIifteS, ITIC.
TAX IDN SNN or EIN: 52.0$50711
PROPOSERADDRESS: 3735 Buckeystown Pike, Buckeystown, MD 21717.0070
PLIRCNASE ORDER ADDRESS: 3735 Buckeystown Pike, PO BOX 70, Buckeystown, MD 21717-0070
PHONE
NUMBER: (240) 674-5388
tOft4DANYwEBSITE: wWw•RoyJOfgensen.COm
COMDANYCOftTACT(RED): John S. JofQensen, Ph.D,
CONTACTEMAIL ADDRESS: John@RoyJorgensen.com
SIGNATURE:
..
..-•
,...
,,..
THE UNDERSIGNED:
A Acknowledges receipt of:
1. ITB p-12.25•01 lH Pertaining To: iAcanttes Bssctsment
Addenda Number 1 Dated JJ //, LLUULLG
Addenda Number Dated
B. Has examined the site and all ITB Documents and understands that in submitting its Bid, they waive all right to plead any
misunderstanding regaMingthe same.
C. Agrees:
1. To hold this Bid open for 90 calendar days after the bid opening date.
2. To furnish the goods and/or services specified in this Bid at the prices quoted in my responsive proposal and in
compliance with the ITS Documents.
3. To accept the provisions of the Instructions to Bidders.
4. To negotiate a contract with the CITY incorporating the Bid prices, if selected on the basis of this Bid.
S. To accomplish the work in accordance with the contract documents.
D. Certifies:
1. That all information contained in this Bid is truthful to the best of my knowledge and belief.
2. That I am duty authorized to submit this Bid on behalf of the Bidder and that the Bidder is ready, wilting, and able
to perloem if awarded the Bid.
Stipulated Amount
A Submit on Cost Proposal WorkzheeL Appendix A.
Facilities Assessment
� Page 2 of 30
� rF• � Roy Jorgensen Associates, Inc.
v 3735 Buckeystown Pile
am A
�r•.o=TEI=• Buckeystown, Maryland 21717-0070
❑■ frt�• _ Phone (800) 422-2515
www.RoVJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
Section A —Bidder Information and Acknowledgement Form..................................................................... 1
SectionB —Table of Contents..................................................................................................................... 3
Section C —Introduction Letter................................................................................................................... 4
SectionD —Qualifications........................................................................................................................... 6
Section E —Other Information................................................................................................................... 26
SectionF—Cost and Time......................................................................................................................... 27
SectionG—Mandatory Bid Forms............................................................................................................. 29
Section H —Florida State Corporate Filing................................................................................................. 30
� Page 3 of 30
•.�4� � Roy Jorgensen Associates, Inc.
Innv 3735 Bucl<eystown Pike
Iken T^°I• 'a Buckeystown, Maryland 21717-0070
❑■1 Phone (800) 422-2515
www.RovJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
Summarize the key points of the bid includingan understandingofthe scope of work. Must be signed
by an authorized official of the bidder.
Roy Jorgensen Associates, Inc. is a facilities management and consulting firm founded in 1961 with
decades of experience in assessing facilities of all types, across both the public and private sectors and
across a spectrum of industries. We are pleased to present the City of Winter Springs with our credentials
for facility assessment services. Our personnel possess the experience of numerous similar contracts
and many decades in the field of inventory, condition assessment, plan development, and asset
management and maintenance. Our Project Managers are senior members of our organization and remain
active and up to date within the field, participating in conferences, panels, and other trade engagements.
Our field staff include degreed and licensed engineers, architects, financial managers, facilities
maintenance managers, and other IFMA certified facility professionals.
We understand that the City of Winter Springs is seeking the foundational basis for an asset management
plan by objectivelyand comprehensively understanding what assets the City possesses; the condition and
remaining useful life of those assets; a 5-year prioritized plan to address identified needs to ensure that
the assets continue to serve the City; and a capital reserve table with a 20-year horizon. To these ends,
our reporting remains consistently user-friendly and open to the unique needs of each client. The results
MIL provide the level of detail required by the City's facilities engineers, as well as the utility and high-level
economic projections required by the City's planners and financial managers.
Whereas we have presented the details of our approach to this project and proposed timeline in our
response to Section D. Bidder Experience, we divide the project into three phases (field data collection
and inventory; analysis and 5-year plan; econometrics and 20-year reserve table). Each of these phases
would commence with a meeting with the City to lay out our plan for the phase and to ensure that our
assumptions remain aligned with the City's goals and that the City remains apprised of the preliminary
findings from the data collection and from the data analysis.
For this project, Jorgensen will self -perform the entire scope of services led by a degreed engineer, Justin
May, who possesses extensive experience on similar condition assessment projects for municipal clients.
He will serve as the day-to-day point of contact and will address most of the questions that may arise. The
project engineer will be assisted by our asset inventory and data manager, Sarah Shields. As we anticipate
that HVAC systems are critical to the uninterrupted operation of the facilities, we will also call upon our
Florida licensed HVAC engineer, Ron Luscko, for assessment of more complex HVAC and electrical
equipment.
Page 4 of 30
Roy Jorgensen Associates, Inc.
3735 Buckeystown Pike
Buckeystown, Maryland 21717-0070
Phone (800) 422-2515
www.RovJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
For mechanical issues of still greater complexity, the team will rely on our Senior Vice President of Facility
Services who is himself an HVAC mechanical engineer with many decades of experience in
troubleshooting issues of a wide nature. The entire team will be supported by Project Principal John
Jorgensen, a Vice President and owner of the firm. Mr. Jorgensen will be available to address any and all
questions relating to the administration of the contract with the City, or any issues that may arise that
cannot be addressed by the field team.
Finally, a distinguishing feature of all our services is the integration of a professional consulting outlook
with the operational outlook of a performing maintenance contractor, providing our consultants with the
practical, day-to-day perspective on consulting engagements —rather than strict, engineering and
theoretical perspective detached from the day-to-day reality of our client's operations. In other words, our
team members have served not only as consultants, but they have actively served as performing
contractors, managing the same kinds of repair and maintenance activities for facilities within our own
asset management contracts. As a result, our recommendations remain practicable and actionable and
within the context of the overall management of the City assets.
Should the City have additional questions regarding our approach, we would welcome the opportunity to
address these at your convenience. We look forward to serving the City of Winter Springs.
Sincerely,
John S. Jorgensen, Ph.D.
Managing Vice President Consulting Services/Chairman of the Board
Direct (240) 674-5388
JohnPRoyJorgensen.com
1 FZ�v
Lamy
Page 5 of 30
ckeystown Pile
Roy Jorgensen Associates, Inc.
3735 Bu
Buckeystown, Maryland 21717-0070
Phone (800) 422-2515
www, RoVJorge nsen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
JORGENSEN
Provide general information about the Bidder, includingsize, office location(s), and structure of your
company. Identify and explain any significant changes in organizational structure, ownership, or
management both within your company and within your industry/business sector during the past five
(5) years.
Roy Jorgensen Associates, Inc. is a maintenance management company with its headquarters located in
the Washington, D.C. metropolitan area. We have provided municipalities and other organizations with
condition assessments and other consulting services, operational oversight, and self -performed
operational management of facilities services since our founding in 1961.
Our experience encompasses facilities of all types, across numerous industries, and across the United
States and internationally. We currently employ approximately 1,200 associates. Apart from our
headquarters in the Washington, D.C. area, we have regional offices located in Jacksonville, Orlando, Fort
Lauderdale, Fort Pierce, and Tampa, Florida; Virginia; Georgia; Texas (8 locations); and Colorado;
California; and in the State of Washington.
Our company is structured
according to two operating
divisions (Facilities
Services, Transportation
Infrastructure Services) and
one corporate support
division (Finance and
Accounting). The company
is privately held and is not
publicly traded. Each of the
five stockholder/owners is
an executive and key
member of the organization
with an allegiance to the
firm and its customers.
Carl G. Edelblute
Senior Vlce President
Fadlit(es Services
Brandon Ordonez
(rector of Facilities
Roy Jorgensen Associates, Inc.
Corporate Organization Structure
John S.Jorgensen,Jr.
Chairman of the Board
Douglas W. Selby
Presldent
Sara A. Henningsgaartl
Vice President
FL, GA8
San Antonio, TX Ops
Pearl Bardenlos
Director of FL Opera
Charles E. Henningsgaard
Senior Vice Presldent
InfrasWcture Services
Abraham A. Henningsgaard
Vlee Presldent
CO & TX Operations
Craig Duncan
Vice President
Texas Operations
Robert Gorski
Vice Presldent
Mid-Al(antic Operations
� Page 6 of 30
Roy Jorgensen Associates, Inc.
3735 Bucl<eystown Pile
Buckeystown, Maryland 21717-0070
Phone (800) 422-2515
www. RoyJorRensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services JORGENSEN
We are well capitalized, possess a high bond rating, low debt, and a stable team of long-term associates.
There have been no significant changes in our organization over the past five years. Our leadership has
remained stable and there are no plans to sell the firm.
John S. Jorgensen, Ph.D., will function as the Principal and a team Consultant, as well as providing
coordination and oversight throughout the duration of the project. Hewitt have all contractual authority of
the firm. Mr. Jorgensen's professional qualifications include the management and production of Condition
Assessments, Master Plans, and Maintenance Plans for numerous other projects, including the historic
College of Charleston (South Carolina), the Cities of Placentia, Newport Beach, and Encinitas (CA), the
County of Santa Barbara (CA, including historic buildings), Florida's Turnpike toll facilities and
administrative buildings, Mission Hospital (Mission Viejo and Laguna Beach, CA), ongoing consulting work
with the City of Loveland, Colorado, among many others.
He will facilitate clear communications and coordination with City staff and delivery of the worl<within the
agreed -upon schedule. He will serve as a lead in interviewing City staff regarding maintenance histories
and any other concerns that are relevant to the Condition Assessment and long-term needs study,
ensuring that the City's own priorities are fully incorporated into the final report and its recommendations.
Furthermore, as a principal of Roy Jorgensen Associates, Mr. Jorgensen has the authority to draw upon
additional resources as required for successful project completion.
Justin D. May, EIT, CEM, LEED AP O+M will act as the Project Manager and Lead Consultant, interfacing
with the City directly during the field data collection phase. Mr. May will assume responsibility for
assessing the facilities' systems and components. He has led and participated in numerous similar
assessments and planning studies, including the City of Loveland (CO), the County of Santa Barbara (CA),
Mission Hospital (CA, including historic structures), the City of Newport Beach (CA), Florida's Turnpike,
and has been instrumental in the continued development of Jorgensen's leading -edge FCA methodologies
and data analytics. He has also conducted numerous ADA studies as part of other assessment projects,
similar to this for the City of Winter Springs, and is soon to sit for the distinguished CASp certification.
Mr. Maywillfunction as the designated on -site Project Managerforthis engagement and will be the person
responsible for the day-to-day management for the duration of the project. He will be the field data
collection team leader and will answer any questions on -site that the City may have.
Page 7 of 30
Roy Jorgensen Associates, Inc.
3735 Buckeystown Pile
Buckeystown, Maryland 21717-0070
Phone (800) 422-2515
www.RoyJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
JORGENSEN
Carl G. Edelblute is the Senior Vice President for Jorgensen Facility Services and an HVAC mechanical
specialist. He has participated innumerous similar condition assessments for Jorgensen, including those
or the Florida's Turnpike, Cities of Placentia and Encinitas (CA), and for Mission Hospitals in Mission Viejo
and Laguna Beach (CA). He holds multiple certifications including a C-20 contractor's license. Mr.
Edelblute will support the team as a consulting resource for the assessment of the more complex HVAC
mechanical systems and those systems that the City notes as subject to perennial problems. He will
provide additional input into the efficiency of various HVAC mechanical and
other systems, with respect to appropriate sizing, applicability, and energy
efficiency and sustainability.
Sarah E. Shields is a Field Asset Specialist, CPSI and will principally aid
Mr. May in the data management. Ms. Shields has assumed similar
supporting roles in other condition assessments and master planning
engagements and has participated in projects for the City of Santa Monica
(CA), the City of Loveland (CO), and Culver City (CA). She also serves as a
CMMS data management specialist and is detail oriented. She will work
closely with Mr. May to ensure that the City's inventory is delivered
accurately and with full attention to the requisite information.
Ronald P. Luscko is a Florida licensed HVAC Mechanical Engineer who
"Jorgensen provided us with
the information we need to
make a positive difference
in the Hospital's physical
infrastructure and asset
management."
Erilc Lidecis
Director of Facilities
Hoag Hospital
currently serves as a Jorgensen Project Manager in central Florida and who has also served as a lead,
hands-on Technician Manager throughout Florida for the firm for more than 20 years. For this project, Mr.
Luscko will assess the condition of the major mechanical equipment. He has participated on other
condition assessments within the state and has worked previously with all the other members of the
proposed team.
Agatha M. Tune, FMA is an asset specialist and is the firm's Quality Assurance and Quality Control
Officer. She has participated in numerous inventory and assessment projects, including the City of
Newport Beach, the City of Culver City, Florida's Turnpike, and many others in both the public and private
sectors. Agatha will serve as a flex resource to support Mr. May as needed in the collection of inventory
and condition data, as well as a reviewer of the final reporting as a quality check.
� Page 8 of 30
Roy Jorgensen Associates, Inc.
3735 Bucl<eystown Pile
Buckeystown, Maryland 21717-0070
Phone (800) 422-2515
www.RoVJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH 4J -
Facilities Assessment Services JORGENSEN
Bidder Experience
Describe the Bidder's experience with providing the services listed in Appendix 8.
Our teams have provided facility condition assessment services, long range planning, and annual
maintenance planning across hundreds of client locations and thousands of acres of property, including
municipal organizations very similar to the City of Winter Springs. Consulting and assessment services
have been a core competency since the firm's founding in 1961 and have continued to be a principal line
of business. Since then, we have served as a consultant of choice for municipalities and other building
owners and operators to conduct asset inventories, develop management plans, and even maintain and
operate the assets on behalf of the owner. With a strong presence in Florida, we currently serve the Florida
Department of Transportation and the Florida's Turnpike as asset managers for its building facilities as
well as for its roadway infrastructure.
Our past and present client base is diverse and includes municipalities, hospitals, colleges and
universities, private corporations, state departments of transportation, banks, port authorities,
government agencies, and retail facilities, among others, with experience in assessing both new
construction, historic structures, and all equipment categories and types. The accompanying Experience
Table highlights some of our more recent and relevant projects.
Our personnel possess the experience of numerous similar contracts and many years in the field of
inventory, maintenance, capital improvement, and reserve plan development, and asset management.
Our Project Managers are senior members of our organization and remain active and up4o-date within the
field, regularly participating in conferences, panels, and other trade engagements. Our field staff include
degreed and licensed engineers, architects, financial managers, and other IFMA certified facility
professionals.
The scope of services requested in the City's ITB aligns well with services provided to other clients wherein
we have conducted facility condition assessments.
Our experience with work of this type typically divides the SOW into three (3) phases. These phases
segregate the work into 1) field data collection, 2) data reduction and analysis, and 3) development of
remediation/reinvestment funding options through the identification of a) observed deferred maintenance
for immediate and near -term remediation needs and b) econometrics and parametric modeling for long-
range renewal planning.
_ � Page 9 of 30
❑� ���i❑� Roy Jorgensen Associates, Inc.
F. v 3735 Buckeystown Pike
T�.,.. ash Buckeystown, Maryland 21717-0070
a1 Phone (800) 422-2515
www. RoVJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
Florida's Turnpike Authority, Western Region FL ✓ ✓ ✓
City of Encinitas CA ✓
College of Charleston SC ✓ ✓ ✓
County of Santa Barbara CA ✓ ✓
Hoag Memorial Hospital Presbyterian CA ✓ ✓ ✓
Florida's Turnpike Authority, North Region FL ✓
St. Joseph's Mission Hospital CA ✓ ✓ ✓
Foothill Transportation Authority CA ✓ ✓ ✓ ✓ ✓
City of Loveland CO ✓ ✓ ✓ ✓
Long Beach Transportation Authority CA ✓ ✓ ✓
Toyota Motor Sales, USA Nationwide ✓ ✓ ✓
Toyota Financial Services Nationwide ✓ ✓ ✓
City of Placentia CA ✓ ✓ ✓
LPL Financial Services CA, SC ✓ ✓ ✓ ✓
Hood College MD ✓ ✓ ✓ ✓
Port of Long Beach CA ✓ ✓ ✓
Port of Los Angeles CA ✓ ✓ ✓
City of Santa Monica CA ✓ ✓
Federated Charities MD ✓ ✓
North County Fire Protection District CA ✓ ✓
City of Newport Beach CA ✓ ✓ ✓
Orange County Transportation Authority CA ✓ ✓ ✓
Metropistas de Puerto Rico PR ✓ ✓ ✓ ✓
City of San Marcos CA ✓ ✓ ✓ ✓
Soka Gakkai International MA ✓
PNC Bank N.A. MD, WV, DC ✓ ✓ ✓
DigitalGlobe CO ✓ ✓ ✓ ✓
City of Culver City CA ✓ ✓ ✓
� Page 10 of 30
❑� �y� � Roy Jorgensen Associates, Inc.
J tv 3735 Buckeystown Pike
�� �'T"'°• '•� Buckeystown, Maryland 21717-0070
�1 Phone (800) 422-2515
www.RoVJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH 4 J
Facilities Assessment Services JORGENSEN
Phase I - Field Data Collection.
The proposed team begins field data collection by thoroughly understanding the maintenance and repair
history of the facilities, including recurring maintenance and repair issues, through face-to-face interviews
with stakeholders and the review of any work order and other relevant data that the City can provide. It
commences with a kickoff meeting that clearly lays out the plan for its completion for all stakeholders and
ensures consensus.
The review of any as -built drawings and work order data, plans for upcoming construction or renovation,
and other pertinent data that can be furnished further ensure that the team integrates all available
information and that its conclusions remain accurate and relevant to the client's goals and objectives.
We typically request as much information on issues and planning, other relevant data, and available facility
drawings riorto arriving on -site. This allows our team to formulate questions ahead of time and to ensure
efficiency at the Kick-off meeting and in the field.
Utilizing hand-held technology, the team collects
detailed notes and photographic evidence in
relation to the buildings and site systems,
documenting all required repairs, evidence of
deferred maintenance, and areas for potential
renewal. Full attention to buildings and building
features and (where practical and desirable)
options for their return to modern standards will
also be given. All such documentation (written
and photographic) will be cross -linked for ease of
use. Reference to safety, ADA, and energy
sustainability will also be incorporated into the
data collection Phase I.
Phase I results in an asset inventory that is
organized according to the CSI system and that
includes available nameplate information, legacy
designations, locations, size, age, remaining useful life, condition maintenance issues, and other relevant
information. Tagging (where necessary) and precise asset location data are gathered alongwith technical,
descriptive, and identification data in line with facilities inventory best -practices.
� Page 11 of 30
Roy Jorgensen Associates, Inc.
3735 Buckeystown Pike
Buckeystown, Maryland 21717-0070
Phone (800) 422-2515
www.RoVJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH 41,
Facilities Assessment Services JORGENSEN
The field data collection phase also includes the assignment of Facility Condition Codes at the building -
systems level. These objectively defined systems codes (1-5 provide a convenient means of assessing
overall conditions. A sit-down session with the City 's stakeholders at the end of Phase I is proposed to
review preliminary findings and to ensure, on the basis of these findings, that we remain aligned in the
expectations and on target for delivery of the final report that also meets the City's requirements with
respect to format and content.
8 gin Hour
a
Reset
AAtA
There Is <sid<nce of sight og leakage, rtuy ba tram
CINc Center
Chiller
CH-1
1000
7OBDO
Trarne
llO8F09602
460V60Hz/31/12005
7
20
13
4
10+Years
mahten nce, Recommend rust at*p tosurant at bottom1
PH
Iron tell.allote: Type of use Is designated as'INDOOR'and
fi000
the unit h not completely Indoors.
7certml
CIVc Center
Water
Treatment
Central
WA
Multiple
Multiple
NIA
N/A
1/12J05
7
15
8
3.5
10+Years
Recommend marine embonmentcoaMg on at exposed
10
Components
Components
piping and surfaces.
System
Civic Center
Hot Water
B-1
BMM407
Raypak Inc.
H3-M2B
N/A
1/1/2005
7
20
13
4
10+Yews
NIA
7
Botler
Rare Is esidence of seal leakage and corrosion at P-5.
Chic Center
Condenser
Central Plant
V407A-CC
Patterson
HVACtA7928S
300GPh1
1/1 /1705
7
15
8
3
7-70 Vears
Recommend corrosion reme d'ndon a nd possrale a nodes.
fi,9
Ramp
pump Cc
03
Mso recommend coating any unpainted or avposed piping
PS
1
1
1
1
1
for emimnmental and molstwe protection.
Chic Center
Condenser
Central Rant
V4D7A-CC
Pateron
WAC-0079285�
300CPhl
1/12005
7
15
8
3
7.10 Years
NIA
8,9
Pump
Pump Co
04
Chlled Water
The pumps need routine maintenance and cleaning. There is
CWc Center
Pump and
Central Plant
WA
E1.5B9A-1
Patterson
HVACC079285
N/A
1/12W5
7
15
8
3.5
7-10 Years
a black grease contentwlJch should be considered. May ba
Z3, 4,5
Pump Co
grease E it Is being appled wthout rioting the plugs, Note
Motors
that there is an electric motor component.
Citic Center
Pump Electric
Cordial Rant
WA
01518ET3E254T
Wag
10DO599851
15 h.p.
1/1/2005
7
15
8
3.5
7-10 Years
NIA
4
Motor
Civic Center
Pump Electric
General Plant
N/A
01518ET3E254T
Wag
1000.599654
15 h.p.
1/1/2005
7
15
a
3.5
7-10 Years
NIA
4
Motor
The pumps need routine maintenance and cleaning. There Is
Civic Center
Pump, Hol
Central Plant
N/A
E7.509AA
Pattnson
HVAC-007B28,S
15 h.p.
1/1/A05
7
15
8
3.5
7.10 Years
a black grease cc me nt which sin dd be co nsklered,May be
8
Water
Pump Co
05
grease If it is being appfed vithout putirl; Me plugs. Note
Mat Mere is an electric motor ccmiarment.
Pump,Hot
Patterson
MVACC079285
Courser cushions need to be Inspected and may require
CMc Center
Central Plant
N/A
E1.509A-1
15 trip.
1/12005
7
15
B
3.5
7.10 Years
replace ment.There is spode rig and Ntate I left oser material
6
Wal
Pump Co
Th eiis mineral Wild up and corrosion. the basin needs to
3.5
be csea ned out. Operators report repeat failure of fans) Rigid
B
contingent
conduit at aluminum LV. is completely rotted a M rusted.
12.
Civic Center
Coo[rg Tover
Central%ant
CTA
PT2-0412AA01
U083657602
N/A
1/1/2005
7
15
8
upon
7.10 Years
VFD looks to be for baMfans90re fan motor elecWcalvns
14
11
Geo.
Arcoil Go.
resolution of
dsconrteded at Me fare of the le inspection. Prevalent mat at
motor faifre.
motor despite relatively new age. RecommeM moisture
prewnibn treatment and routine maintenance and cseanmg.
Rating
Status
Description
5
Excellent
Condition and appearance are as new with no defects; only normal scheduled maintenance is
required.
4
Good
Superficial wear and tear, minor defects, minor signs of deterioration to surface finishes are
present, but the unit or system does not require major maintenance. No major defects exist.
System functions normally.
3
Fair
Some minor repairs and some infrequent larger repairs are required. The system is occasionally
unable to function as intended. Deteriorated surface finishes require attention; services are
functional, but deferred maintenance work may exist.
2
Poor
A significant number of major defects exist. Excessive wear and tear are clearlyvisible. The system
is obsolete or is not fully functional or services are frequently failing. Repair parts are not easily
obtainable. The unit or system may not meet all codes.
1
Failure
Major repair or replacement is required to restore function. System or asset has failed. Unsafe to
use.
Page 12 of 30
Jorgensen Associates, Inc.
3735 Bucl<eystown Pile
%
Bucl<eystown, Maryland 21717-0070
Phone (800) 422-2515
www.RoVJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH 4J -
Facilities Assessment Services JORGENSEN
Phase II - Data Reduction and Analysis.
The field data collection phase, as outlined above, generates the raw materials for the prioritized list of
projects and remediation work —otherwise known as observed deferred maintenance (ODM). The list
encompasses all noted deficiencies, indicates where the deficiency is present, its scope, and a budgetary
opinion of probable cost for remediation. Based on the nature of the deficiency and its potential impact to
ongoing operations (and risk for not performing the action), each line item is assigned priorities of 1
(immediate), 2 (Year 1-2), 3 (Year 3-4), 4 (Year 4-5), and 5 (Variable; Sensible alterations/improvements
that do not impact the usability of the equipment orfeature; or PM recommendations that will increase the
useful life of the system).
The list of observed remediation (ODM) work, then, provides the City with granularity into specific,
identified reinvestment requirements across the 5-year horizon.
The FCI is a common facilities metric used to describe conditions and is a ratio of deferred maintenance
and repairs to the Current Replacement Value (CRV) of the building.
An FCI is calculated for each of the
buildings utilizing any provided current
CRVs or calculating CRVs where the
City is unable to provide. We
anticipate, however, that CRVs should
be available through the City's Risk
Management or insurance carrier and
would be the subject for conversation
prior to the kick-off meeting and Phase
total cost of existing repairs
FCI = current replacement value
e
��'< NNW
Poor .. .
0% 2% 4% 6% 10% +
I. The FCI provides the City with additional value as a point of reference with respect to general conditions
as well as comparison with other buildings within its portfolio where FCIs have been calculated, and with
peer organization who also utilize this common metric.
This database of remediation work is fully sortable according to any one or more of the variables (priority,
location, system, etc.). The list includes a unique project idener number, project name and brief
description, any asset number or any legacy number that may be currently employed by the City, the
construction standards index (CSI) designation, the building name, the opinion of probable cost with all
Known influencing factors (A/E, up-stream/down-stream impacts, etc.), and contingencies itemized for
complete transparency into the process. The format and the type of information presented can be altered
to fit any unique needs. We fully recognize that one size does not fit all.
� Page 13 of 30
Roy Jorgensen Associates, Inc.
3735 Buckeystown Pike
Buckeystown, Maryland 21717-0070
Phone (800) 422-2515
www.RovJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
JORGENSEN
All opinions of probable costs utilize industry -standard pricing tables (IRS Means, Whitestone, Deloitte
Saylor, ENR, etc.) adjusted for the local market. Our own experience as a performing contractor will also
be brought to bear as an additional check or corrective measure.
Phase III - Development of
Remediation/Reinvestment Funding Options.
While the observed deferred maintenance (ODM) provides a list of definable project work across a 5-year
period, it does not always generate the full magnitude of the portfolio's reinvestment needs, and not
the needs fora 20-year horizon. ODM, then, is one perspective on the portfolio's near -term deferred
maintenance requirements. Another perspective utilizes parametric
modeling and econometrics as an added, complimentary perspective on
facility needs, and one that is capable of predicting the reserve requirements
across a 20-year horizon.
The basis for the development of funding scenarios based on parametric
modeling and econometrics incorporates a constellation of data points,
including the Current Replacement Value (CRV), the Facility Condition
Indices (FCI), the existing reinvestment rates into the facilities, and building's
construction type and its use. As mentioned above, some of this information
will be required from the City to provide accurate predictions through
parametric models and econometrics and would be the subject of initial
conversations.
IiiR,R�7liG • u u - � •I
Jorgensen to any
organization that seeks to
gain better control over its
ongoing facilities costs.
Their attention to detail is
second to none."
Randy Carver
Director of Facilities,
College of Charleston, SC
Residence Life & Housing
Econometric modeling provides reinvestment option trajectories that target particular FCI outcomes. In
other words, should the City desire to maintain its facilities at an FCI that corresponds to "good" on the
scale, this would require more investment that would maintain the same facilities at a level of "fair."
Econometric modeling allows City financial planners to consider the economic costs against aesthetics,
public image, and equipment reliability. Based on any budgetary constraints that may arise at points
across the 20-year horizon, funding scenarios and their trajectories can also be altered to target different
ongoing FCIs.
The principal outcome and deliverable from Phase III is a long-range funding model with three funding
options and an existing baseline (provided the City can segregate existing financial data). The annual
reinvestment amount is provided by building and as a rollup for the facilities portfolio as a whole. Targeting
terminal FCIs for the City of Winter Springs and incorporating reasonable and achievable annual financial
reinvestment into the models is the subject of a conversation that precedes Phase III.
❑� Page 14 of 30 � L_�y�j❑� Roy Jorgensen Associates, Inc.
h•
• r t. Wrmm
3735 Buckeystown Pike
'�Buckeystown, Maryland 21717-0070
Phone (800) 422-2515
www.RoVJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
An excerpted sample of this deliverable appears below.
$10800,000
60%
$1,600,000ZOOF
-
50%
$11200,000
- - -- -
40%
• Sl Funding
$1,0001000
`-+S2 Funding
-, -- - - -
30%
'---'S3 Funding
1111IN1111151 FCJ
$g00,000
- --
{
tiii1iiii0052 FCI
I 4i
�53 Fa
$6001000
-- - - - - - - --
- i ,•'j
-
20%
f
1
j
$4000001
ri s
IO°%
rr
$zoo,o6a
$0
0%
n0 nl n2 n3 n4 n5 n6 n7 n8 n9 n10 nil n12
n13 n14 n15 n16 n17 n18
n19 n20 n21
JORGENSEN
S1 Funding
al Change in
ADM
SS ADM
SS FCI
S2 Funding
52 Change in
ADM
S2 ADM
S2 FCI
S3 Funding
S3 Change in
ADM
S3 ADM
S3 FCI
$4,671,011
$6394624
6.9%
$4,916,854
$6,792,624
6.9%
$5,654,382
$6,792,624
6.9%
$4,806,470
-$2,782,693
$7,421,630
7.3%
$5,059,443
-$3,035,666
$7,168,658
7.1%
$5,818,359
-53,794,582
$6,409,741
6.3%
$4,945,858
-$2,863,392
$8,085,725
7.8%
$5,206,166
-$3,123,7D0
$7,562,579
7.3%
$5,987,091
-$3,904,625
$5,993,140
5.8%
$5o089o288
-$2,946,430
$8,786,5851
8.2%
$5,357,145
-$3,214,287
$7,975,179
7.4%
$6,160,717
-$4,017*859
$5,540,960
5.2%
$5,236,877
-$3,031,876
$9,525,958
8.6%
$5,512,502
•$3t307j501
$8,407,282
7.6%
$6,339,378
-$41134377
$%051,253
4.6%
$5,409,694
-$3,131,928
$101293,544
9.0%
$5,694,415
-$3,4161649
$8,846,519
7.8%
$6,548,577
-$4,270,811
$4,505,442
4.0%
$5,588,214
•53t235o282
$11,104,136
9.4%
$5,882,331
-$3t529p398
S%306,560
7.9%
$6,764,680
-$4,411,748
$3,913,832
3.3%
$5,772,625
-$3,342,046
$11,959,843
9.8%
$6,076,448
•$%645t869
$9,788,339
8.1%
$6,987,915
-$4557,336
$3,273,827
2.7%
$5,963,122
-$3,452,334
$12,862,869
10.2%
$6,276,970
•$3,766,182
$10,292,828
8.2%
$7,218,516
-$4,707,728
$2,5820705
2.1%
$6,159,905
-$3,566,2611
$13,815,522
10.7%
$6,484,110
-$3,8901466
$10,821,0431
8.3%
$7,456,727
-$4,863,083
$1,837t6091
1.4%
$6,363,182
•$3,683,947
$14,820,210
11.1%
1 $6,698,086
-$4oO18,8521
$11,374,043
8.5%
1 $7,702,799
-$5,023,565
$1,035,5421
0,856
In order to generate a baseline, we would request the City's current reinvestment rates (i.e., the
amount that the City currently spends on repairs and maintenance, renewals, renovations, and
capital expenditures.
Once again, the requirements as expressed through econometric projections provide an alternate window
into the true funding requirements for a bung across the 20-year horizon and represent a "calculated
deferred maintenance" (CDM), as distinct from "observed deferred maintenance" (ODM) that is founded
upon the prioritized list of identified projects developed in Phase II, Whereas ODM relies on visual
assessment of anon -invasive, or non-destructive nature, ittypically still remains a close approximation of
the actual reinvestment needs. The CDM, based on econometric projections, narrows the gap between
ODM and the actual reinvestment needs, though it does not offer the granularity of actual defined projects
of ODM. Combined, the two methodologies increase the utility of the assessment study and the ability of
the data to better inform financial planners.
� Page 15 of 30
Roy Jorgensen Associates, Inc.
3735 Bucl<eystown Pike
Bucl<eystown, Maryland 21717-0070
Phone (800) 422-2515
www.RoVJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
Customer Reference - City of Loveland, CO
Client: Maggie Wanser
Client Phone Number: (970) 962-2552
Client Contact Role:
Client Email: Margret.WanserPcityofLoveland .org
Facilities Coordination
Client Location: 105 West 5th Street, Suite 201, Loveland, CO
Specialist
80537
RJA Team: John Jorgensen, Justin May, Carl Edelblute, Sarah Shields, Sandra Heffner
Services Provided: Facilities Condition Assessment, Facilities Asset Inventory and Maintenance
Management Planning
Start Date: 2025
Completion Date: 2026
Project Value: $ 68,228
Final Outcomes/Status: Production of a facility condition assessment and generated the 20-
year planning horizon with three targeted reinvestment options. The study will provide the City
with an asset management and preservation plan.
Customer Reference - City of Newport Beach, CA
Client: Tom Sandefur
Client Phone Number: (949) 644-3321
Client Contact Role:
Assistant City Engineer
Client Email: tsandefur(@newportbeachca.gov
Client Location: 100 Civic Center Drive Newport Beach, CA
92660
RJA Team: John Jorgensen, Justin May, Sandra Heffner
Services Provided: Facilities condition assessment including 20yr outlook, econometric
modeling, maintenance guides and work order tasking with capital reinvestment planning,
inventory verification and updates for 1 MM SF.
Start Date: 2020
Completion
Project Value: $175,000.00
Date: 2022
Final Outcomes/Status: Delivered a comprehensive condition report with a prioritized list and
plan for addressing deficiencies, as well as econometric modeling with 20yr outlook for future
reinvestment needs, a comprehensive inventory, preventive maintenance guides &work order
tasking.
_ � Page 16 of 30
0 ��lj ❑� Roy Jorgensen Associates, Inc.
v 3735 Buckeystown Pil<e
T , '•� Buckeystown, Maryland 21717-0070
❑■ 41 Phone (800) 422-2515
www.RoVJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
JORGENSEN
Customer Reference - City of Culver City, CA
Client: Allison Cohen
Client Phone Number: (310) 253-6543
Client Contact Rote.
Client Email: allison.cohenculvercity.org
Client Location: 4343 Duquesne Avenue, Culver City, CA 90232
RJA Team: John Jorgensen, Justin May, Sarah Shields, Sandra Heffner
Services Provided: Condition assessments, work activity guide and maintenance tasking, energy
study and asset inventory including capital planning.
Start Date: 2020
Completion Date:
2022 Ongoing
Refresh 2026
Project Value: $ %000.00
Final Outcomes/Status: Delivered a current condition report with a prioritized list and plan for
addressing deficiencies, as well as econometric modeling with 20yr outlook for future reinvestment
needs, a comprehensive inventory, preventive maintenance guides & work order tasking (Work
Activity Guides), annual maintenance schedule, capital replacement planning, parking structure
engineering assessment and energy efficiency study. We are currently working with the City to
complete a refresh of the previous FCA.
Customer Reference - San Miguel Fire & Rescue, CA
Client: Gehrig Browning
Client Phone Number: (619) 670-0500
Client Contact Role:
Division Chief Operations
Client Email: gbrowningCa)sanmiguelfire.org
Client Location: 2850 Via Orange Way, Spring Valley, CA 91978
RJA Team: John Jorgensen, Justin May, Sandra Heffner
Services Provided. Facilities condition assessments, inventory, and capital planning & replacement.
Start Date: 2022
Completion Date: 2022
Project Value: $ 40,0000.00
Final Outcomes/Status: Delivered a facilities condition assessment including inventory and capital
planning and replacement data for a 20-year outlook.
� Page 17 of 30
Roy Jorgensen Associates, Inc.
3735 Bucl<eystown Pile
Buckeystown, Maryland 21717-0070
Phone (800) 422-2515
www.RoVJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
Customer Reference - County of Santa Barbara, CA
Client: Dennis Bozanich
Client Phone Number: (510) 272-3851
Client Contact Role:
Assistant to the County
Executive Officer
Client Email: dbozanich(cco.santa-barbara.ca.us
Client Location: 105 East Anapamu Street, Santa Barbara, CA 93101
RJA Team: John Jorgensen, Justin May, Sandra Heffner
Services Provided: Condition assessments including econometric modeling, annual maintenance planning
services including deferred maintenance and project pricingwith 20yr outlook.
Start Date: 2019
Completion Date: 2021
Project Value: $ 280,000.00
Final Outcomes/Status: Provided comprehensive facilities condition assessments with a 20yr outlook and
detailed asset management planning for 520+ buildings covering 8.5MM square feet.
Customer Reference - Foothill Transit Authority, CA
Client: Sharlane Bailey
Client Phone Number: (626) 931-7253
Client Contact Role:
Director of Capital Projects
and Facilities
Client Email: sbaileyCa)foothilltransit.org
Client Location: 100 South Vincent Ave, Suite 200 West Covina, CA 91790
RJA Team: John Jorgensen, Justin May, Sarah Shields, Sandra Heffner
Services Provided: CMMS Maintenance and Support, Transit Asset Inventory Refresh
Start Date: 2011
Completion Date: 2028
Project Value: $ 929651
Final Outcomes/Status: Provided a comprehensive facilities maintenance plan with an annual calendar
and resource planning, and to provide a software solution to manage the agency's work order system.
Scope expanded to include a Facilities Condition Assessment and long-range capital planning, including
Work Activity Guides (WAG'").
� Page 18 of 30
Roy Jorgensen Associates, Inc.
3735 Buckeystown Pike
Buckeystown, Maryland 21717-0070
Phone (800) 422-2515
www.RoyJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
JORGENSEN
Customer Reference - City of Santa Monica BigBlueBus, CA
Client: David Nanjo
Client Phone Number: (310) 458-1975
Client Contact Role: Transit
Client Email: David. nan-*oCcbsantamonica.gov
Maintenance Administrator
Client Location: 1444 41h Street, Santa Monica, CA 90401
RJATeam* John Jorgensen, Justin May, Carl Edelblute, Sarah Shields, Sandra Heffner
Services Provided: Facilities Management and Asset Preservation Planning, Facilities Condition
Assessment, Facilities Asset Inventory Update and Asset Preservation Planning, ASHRE Survey,
Facilities Energy/Utility Usage Evaluation
Start Date: 2018
Completion Date: 2026
Project Value: $ 49,520
Final Outcomes/Status: Production of a facility condition assessment and generated the 20-year
planning horizon with three targeted reinvestment options. The study provided the City's
transportation authority with the requisite data to respond to the Government's State -of -Good -
Repair requirements.
Jorgensen is currently in the initial planning stages with the City of Santa Monica BBB to complete a
refresh of the previous FCA.
� Page 19 of 30
Roy Jorgensen Associates, Inc.
3735 Bucl<eystown Pile
Buckeystown, Maryland 21711-0070
Phone (800) 422-2515
www.RoyJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH 4J -
Facilities Assessment Services JORGENSEN
Reference a preliminary project schedule below to be reviewed and agreed upon by the City of Winter
Springs.
Cityof Winter Springs FCA - Prelimina Project Schedule
Approx.
Staff
Project Tasks
Project Timeframes
Hours
Task 1 - Establish point(s) of contact for the project, as
well as all team members and roles. Collect available
data and develop Work Plan specifics.
Preparation for FCA to include review of any existing
(partial) inventories, maintenance schedules/history,
major projects, drawings, plans, previous assessments,
and other documents that may support the FCA efforts.
(Pre -assessment Weeks)
5
Collect all available documents and data are obtained
prior to fieldwork. Review asset labeling options.
Discuss project scope specifics to ensure all project
deliveries will satisfy the City's needs and expectations.
Clarify the Work Plan and determine an initial project
schedule, given the City's availability and preferred site
visit timeframes.
Task 2 - Conduct kick-off meeting with City and
coordinate fieldwork.
Initiate coordinating efforts prior to fieldwork. Determine
escort needs and availability of limited -access areas
Pre -assessment and Week 1
and roofs; coordinate timing of site visits to ensure full
5
access and adjust planned routes and visit days/times
as needed. Further clarify goals and expectations and
request any additional data as needed.
Task 3 - Ensure all available supportive data is
collected and reviewed. Follow up as needed on
checklist of data requested from the City. Begin
Pre -assessment and Week 1
5
conducting interviews with City team. Pre -load data into
FCA data collection app and prepare reference data for
the field.
� Page 20 of 30
�.FL�F•,1� � Roy Jorgensen Associates, Inc.
trtv 3735 Buckeystown Pike
Ir'� TE,°• '•;� Buckeystown, Maryland 21717-0070
❑■1 Phone (800) 422-2515
www.RoVJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
JORGENSEN
City of Winter Springs FCA - Preliminary Project Schedule
Approx.
Staff
Project Tasks
Project Timeframes
Hours
Task 4 - Conduct assessment fieldwork.
Identify, inventory, rate condition, and note defects of
building systems and assets at Uniformat level II detail
or greater, with a minimum of all asset types listed in
Appendix C of the RFP. Verify any client -provided
asset data and expand upon data where needed.
Provide short-term and life -cycle recommendations.
Weeks 1 - 2
70
Collect data and photos for all systems and asset
defects. Rate conditions at site, building and asset
levels. Assessment to be in line with ASTM E2018-24
scope at a minimum and to include a basic ADA (level
1) assessment. Assessment team members to work in
parallel for as much of site visitations as schedules
and site accessibility allow.
Task 5 - Meet with City staff and stakeholders as
needed throughout assessment fieldwork and data
consolidation.
Weeks 1 - 2
N/A
Gather input from City on priorities and goals. Discuss
initial findings as assessment progresses.
Task 6 - Generate project recommendations based on
observed asset conditions and historical maintenance
and repair data.
Based on noted deficiencies, provide prioritized short-
Weeks 1 - 5
30
term repair/replacement, maintenance, and ADA
compliance, as well as long-term recommendations
projected up to 5 years out.
• . 1 tZLvon 9
r11 •.�
aipt=
Page 21 of 30
Buckeystown Pile
Roy Jorgensen Associates, Inc.
3735
Buckeystown, Maryland 21717-0070
Phone (800) 422-2515
www.RoyJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
City of Winter Springs FCA - Preliminary Project Schedule
Approx.
Project
Staff
Project Tasks
Timeframes
Hours
Task 7 - Estimate project recommendation costs and life -
cycle costs.
Projects will include repairs/replacements, maintenance,
and ADA compliance needs observed during fieldwork.
Weeks 2 - 5
40
Utilize life -cycle cost modeling and include asset
maintenance best -practices in life -cycle cost analysis.
Prepare high-level funding recommendations to achieve
desired Facility Condition Index (FCI) outcomes, which can
cover up to 20 years out for the facilities portfolio.
Task 8 - Complete assessment data refinement, inventory
data organization, life -cycle analytics, and 5-year
asset/project cost estimates; compile FCA report, including
prioritized and categorized project recommendations, long-
term cost modeling, system/component inventory, all other
relevant building/site data, and facility and
system/component condition rating and descriptions. Report
Weeks 2 - 8
50
deliverables will cover a 5-year outlook for specific project
recommendations as well and funding analytics for
achieving condition goals over the next 20 years.
Deliverables will be provided in a written report; project
recommendations, system/asset inventory, and
costing/reserve budgeting spreadsheets; as well as copious
photo data.
Share initial findings and report draft sections with City team
TBD
and solicit feedback regarding final report deliverables
To be completed
Task 9 - Finalize and submit FCA report
no later 120 days
5
from time of award
� Page 22 of 30
Roy Jorgensen Associates, Inc.
3735 Buckeystown Pike
Buckeystown, Maryland 21717-0070
Phone (800) 422-2515
www.RovJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
References
Use the form provided in the Mandatory Proposal Forms titled REFERENCE, FORMA1,01VFORM".
� Page 23 of 30
�.FI�I� � Roy Jorgensen Associates,lnc.
J tj 3735 Buckeystown Pike
'tij T., '•;� Buckeystown, Maryland 21717-0070
❑■1 Phone (800) 422-2515
www.RovJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
REFERENCE INFORMATION FORM
ITB N 12.25-01 LH
Facilities Assessment
organization: City of Loveland, Colorado
contact Person: Maggie Wanser
address: 105 West 5th Street, Suite 201
city: Loveland
Phone Number: (970 ) 962.2552
State: CO
zip; 80537
Protect lost: � 68,228 Date Performed: 2025-2026
Organization: City Of Culver City, California
Contact Person: Allison Cohen
address; 4343 Duquesne Avenue
City: Culver City State: CA
Phone Number: 1310 ` 253.6543
Protect Cost: $ 60,000
organization: City of Newport Beath, California
tontactPerson: Tom Sandefur
Address:
100 Civil Center Drive
city: Newport Beach State: CA
Dhone Number: (949 ) 644-3321
Protect Cost: � 175,000
Bidder Representative
Typed Name/title: John S. Jorgensen, Chairman
Bidder
Representative Signature: �.. •.,.
ITn a 1'•25.01 LH
•�♦
v
An: 90232
Date Performed: 2020-20229 2026 refresh
z�: 92660
Date Performed: 2022
8;dder: Roy Jorgensen Associates, Inc.
Facilities Ass.ssmrnt
� Page 24 of 30
Roy Jorgensen Associates, Inc.
3735 Buckeystown Pile
Buckeystown, Maryland 21717-0070
Phone (800) 422-2515
www.RoVJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
Conclusion
JORGENSEN
Briefly summarize why Bidder should be selected, including Bidder Firm is pursuing the City of
Winter Springs' business. In short, summarize what makes the Bidder different and why the CITY
should select your Bid above all others.
Our firm has served the State of Florida for more than 30 years, and we are familiar with the environment
and infrastructure of central Florida with offices in Orlando and across the state. Many of our associates
call Florida their home. While there are other condition assessment consulting firms who are larger than
we are, our size and the customer's access to our upper management means that our services can be
more readily customized to the client's specific needs.
We incorporate ongoing discussion and communications with the customer throughout the engagement
to ensure that the City's objectives are entirely met. Our reporting always takes into consideration the
unique needs of the customer. These reports are not automatically generated cookie -cutter reports but
are always the outcome of discussions held between our project managers and the client's
stakeholders.
Our firm is unique in that we are both a "white collar" consulting organization and an active "blue-collar"
performing contractor. We have served other municipalities and corporations as their maintenance
manager, providing both technician resources and management resources to assume full responsibility
for the day-to-day maintenance and
management of its assets. For many
of these, we have developed
maintenance plans from scratch,
constructing these from the ground
up, from asset inventory, to
condition assessment and
replacement planning, to annual
maintenance calendars and PM and
inspection tasking. Along with this, we have managed budgets and fully understand the financial impact
of various maintenance service level decisions.
Having been responsible for municipal and corporate facilities, our consultants understand the City's
perspective and the need to be sensitive to providing practicable and actionable recommendations. We
Aso understand the larger picture of comprehensive asset management and the role that the condition
assessment plays in establishing such a plan.
� Page 25 of 30
Roy Jorgensen Associates, Inc.
3735 Buckeystown Pile
Buckeystown, Maryland 21717-0070
Phone (800) 422-2515
www.RoVJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services JORGENSEN
Our firm also serves the Florida Department of Transportation, the Florida's Turnpike, and OOCTA as
transportation asset managers through our corporate sister division. We have numerous pavement and
site feature engineers and specialists available and can assess the associated parking areas, walkways,
and other paved surfaces under the project's scope of work utilizing professionals with extensive
knowledge in these features. We will also be including our Florida licensed HVAC mechanical engineer
on this project, understanding that this equipment is especially critical to the uninterrupted, ongoing
operations of the City.
As noted further above, we will include a full set of Worl< Activity GuidesT"'that will aid your engineering
teams and managers in incorporating industry best practices into your asset preservation plans. We
have also offered up a high-level inspection of any playground equipment located at the Torcaso,
Trotwood, Sam Smith, Sunshine, and Central Winds Parks through our Certified Playground Safety
Inspector (CPSI) associate Sarah Shields.
This section should address any other information necessary for a full understanding of Bidder's
services. Please provide detailed information on any relevant additional services offered by Bidder.
Jorgensen will provide (at no additional cost) a complete set of Work
Activity GuidesTM (WAGTM) that encompass industry best practice
preventive maintenance and inspection tasking associated with
City's inventory. These guides can be utilized by City maintenance
technicians and engineers or assigned to subcontractor resources.
The WAGSTm ensure that best practice standards are applied
consistently across the portfolio and consistently from interval to
interval across time. We've included a sample WAGT"'
Should the City elect to have playground equipment located within
Torcaso and Trotwood Parl<s assessed, Sarah Shields is CPSI
certified and will include a section within the report covering the
playground equipment at no additional cost.
Work Ac11dtV Oulde
M�.b Na.b.. VJil i76
N..vMr •.
w.ry a•M rw
bvlL4YLotr
� Page 26 of 30
Roy Jorgensen Associates, Inc.
3735 Bucl<eystown Pike
Buckeystown, Maryland 21717-0070
Phone (800) 422-2515
www.RoyJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
This section must clearly state the cost and estimated time to provide the product. Use AppendixA:
Bid Tabulation Worksheet.
Page 27 of 30
Roy Jorgensen Associates, Inc.
3735 Buckeystown Pile
Buckeystown, Maryland 21717-0070
Phone (800) 422-2515
www.RoyJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
Appendix A: BID TABULATION
FOR
ITB M 12.2SM LH
Facilities Assessment
The Bidder hereby indicates the following total units and total prices which represent the complete cost for the
product in accordance with the Specifications in Appendix B.
Thirty Thousand, Five Hundred and Ten Dot(ars oo�wRs
(In Words)
30,510.00
ITEI � i?-25dt1 I.H
i•'acilitia :\sscsamcnt
JORGENSEN
_ � Page 28 of 30
❑� ��;`y�j� Roy Jorgensen Associates, Inc.
;N
3735 Buckeystown Pike
Buckeystown, Maryland 21717-0070
� " Phone (800) 422-2515
www.RoVJorgensen.com
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
JORGENSEN
Jorgensen has provided the following required documents completed and attached as requested:
1. Bidder Information and Acknowledgement Form
2. Reference Information Form
3. Insurance Requirement Form
4. Scrutinized Company Certification
5. Non -Collusion Affidavit of Prime Bidder
6. Drug Free Workplace Form
7. Public Entity Crimes Statement, Debarment, Suspension Certification
8. E-Verify Statement
9. Conflict of Interest Statement
10. Byrd Anti -Lobbying Act Certification
� Page 29 of 30
�.k�i� � Roy Jorgensen Associates, Inc.
AIL FZ�v 3735 Buckeystown Pike
:;� W
Buckeystown, Maryland 21717-0070
Phone (800) 422-2515
www.RovJorgensen.com
BIDDER INFORMATION AND ACKNOWLEDGEMENT FORM
For
ITB # 12-25-01 LH
Facilities Assessment
The undersigned Bidder does hereby agree to furnish the City of Winter Springs, Florida, the items listed in accordance
with the minimum requirements shown by the Invitation To Bid to be delivered to the specified site for the price indicated.
IT IS THE BIDDER'S RESPONSIBILITY TO CHECK www.demandstar.com
FOR FINAL DOCUMENTS AND ADDENDA BEFORE SUBMITTAL
THIS BID MUST BE SIGNED BY THE PRINCIPAL OR DIRECTOR AS INDICATED BY THE FLORIDA DEPARTMENT OF STATE, DIVISION OF
CORPORATIONS (www.sunbiz.org). Proof of corporate signer must be submitted with Bid. If not submitted, Bidder will be
considered non -responsive. Use Sunbiz website screen shot or copy of Corporate Resolution or Power of Attorney.
PROPOSER NAME: ROy JOrgensen ASSOC1ateS, �nC.
TAX ID# SNN or EIN: 52-0850711
PROPOSER ADDRESS: 3735 Buckeystown Pike, Buckeystown, MD 21717-0070
PURCHASE ORDER ADDRESS: 3735 BUCkeyStOWn Pike, PO Box 70, Buckeystown, MD 21717-0070
PHONE NUMBER: (240) 674-5388
COMPANYWEBSITE: WWW.ROyJOrgensen.COm
COMPANY CONTACT (REP): John $. Jorgensen, Ph.D.
CONTACT EMAIL ADDRESS
SIGNATURE:
THE UNDERSIGNED:
John@RoyJorgensencom
.
A. Acknowledges receipt of:
1. ITB #-12-25-01 LH Pertaining To: Facilities Assessment
Addenda Number 1 Dated Jan7, 2026
Addenda Number. Dated
B. Has examined the site and all ITB Documents and understands that in submitting its Bid, they waive all right to plead any
misunderstanding regarding the same.
Co Agrees:
1. To hold this Bid open for 90 calendar days after the bid opening date.
2. To furnish the goods and/or services specified in this Bid at the prices quoted in my responsive proposal and in
compliance with the ITB Documents.
3. To accept the provisions of the Instructions to Bidders.
4. To negotiate a contract with the CITY incorporating the Bid prices, if selected on the basis of this Bid.
5. To accomplish the work in accordance with the contract documents.
D. Certifies:
1. That all information contained in this Bid is truthful to the best of my knowledge and belief.
2. That I am duly authorized to submit this Bid on behalf of the Bidder and that the Bidder is ready, willing, and able
to perform if awarded the Bid.
Stipulated Amount
A. Submit on Cost Proposal Worksheet, Appendix A.
ITB # 12-25-01 LH Facilities Assessment
REFERENCE INFORMATION FORM
ITB # 12-25-01 LH
Facilities Assessment
Organization: City of Loveland, Colorado
contact Person: Maggie Wanser
Address: 105 West 5th Street, Suite 201
City: Loveland State: CO zip: 80537
Phone Number: (970 ) 962-2552
Project Cost: $ 68,228 Date Performed: 2025-2026
organization: City of Culver City, California
Contact Person: AlllsOn Cohen
Address: 4343 Duquesne Avenue
city: Culver Ci
Phone Number: (31 O ) 253-6543
Project Cost: $ 60,000
State: CA
organization: City of Newport Beach, California
contact Person: Tom Sandefur
Address: 100 Civic Center Drive
city: Newport Beach
Phone Number: 1949 ) 644-3321
Project Cost: $ 175,000
State: CA
Bidder Representative
Typed Name/Title: John S. Jorgensen, Chairman
Bidder Representative Signature:
Bidder:
Rov Jorgensen Associates. Inc.
zip: 90232
Date Performed: 2020-2022, 2026 refresh
zip: 92660
Date Performed: 2022
ITB # 12-25-01 LH Facilities Assessment
INSURANCE REQUIREMENT FORM
Insurance Type Required Limits
Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits
Compensation
Employer's Liability $1,000,000 each accident, single limit per occurrence
Commercial General $1,000,000 single limit per occurrence
Liability $3,000,000 aggregate for Bodily Injury Liability & Property Damage Liability.
(Occurrence Form) This shall include Premises and Operations; Independent Contractors; Products & Completed
patterned after the Operations & Contractual Liability.
current ISO form
To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall
indemnify and hold harmless City of Winter Springs, its officers and employees from any and
Indemnification all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'
fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentional
wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the
Contractor/Vendor/Consultant in the performance of the Agreement. This indemnification
obligation shall not be construed to negate, abridge or reduce any other rights or remedies
which otherwise may be available to an indemnified party or person described in this
paragraph. This section does not pertain to any incident arising from the sole negligence of
the City of Winter Springs.
Automobile Liability $1,000,000 each person; Bodily Injury & Property Damage, Owned/Non-owned/Hired;
Automobile Included.
Q Other
Bidder shall ensure that all subcontractors comply with the same insurance requirements that it is required to meet. The same
Bidder shall provide the CITY with cercates of insurance meeting the required insurance provisions.
The City of Winter Springs must be named as "Additional Insured" on the Insurance Certificate for Commercial General Liability
where required.
The Certificate Holder shall be named as City of Winter Springs.
Thirty (30) days cancellation notice required.
The undersigned Bidder agrees to obtain, prior to award, if selected, insurance as stated above.
Roy Jorgensen Associates, Inc.
Bidder
Ailtharlied Signatl f p
Chairman
Officer Title
January 15, 2026
Date
ITB # 12-25-01 LH
Facilities Assessment
SCRUTINIZED COMPANY CERTIFICATION
Florida Statutes, Sections 287.135 and 215.473
Pursuant to Section 287.135, Florida Statutes (201I ), a company is ineligible to, and may not, bid on, submit a proposal for, or
enter into or renew a contract with the CITY for goods or services of:
a. Any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the
Bidder is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a
boycott of Israel; or
b. One million dollars or more if, at the time of bidding on, submitting a proposal for, or entering into or renewing such
contract, the company:
Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran
Terrorism Sectors List, created pursuant to s. 215.473; or
c. Is engaged in business operations in Cuba or Syria.
Subject to limited exceptions provided instate law, the CITY will not contract for the provision of goods or services with any
scrutinized company referred to above. -The Bidder must submit this required certification form attesting that it is not a
scrutinized company and is not engaging in prohibited business operations.
The following shall be grounds for termination of the contract at the option of the awarding body:
a. The Bidder is found to have submitted a false certification; been placed on the Scrutinized Companies with Activities in
Sudan List;
b. Been placed on the Scrutinized Companies that Boycott Israel List or
c. Is engaged in a boycott of Israel; or
A.
Been engaged in business operations in Cuba or Syria.
e. Has been placed on a list created pursuant to s. 215.473, Florida Statutes, relating to scrutinized active business
operations in Iran.
The CITY shall provide notice, in writing, to the Bidder of any determination concerning a false certification.
a. The Bidder shall have five (5) days from receipt of notice to refute the false certification allegation.
b. If such false certification is discovered during the active contract term, the Bidder shall have ninety (90) days following
receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in
error.
c. If the Bidder does not demonstrate that the CITY's determination of false certification was made in error then the CITY
shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes.
ITB # 12-25-01 LH Facilities Assessment
THIS CERTIFICATION FORM MUST BE COMPLETED AND INCLUDED IN YOUR BID RESPONSE, FAILURE TO SUBMIT THIS FORM
AS INSTRUCTED SHALL RENDER YOUR BID SUBMITTAL NON -RESPONSIVE.
a. The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes; and
b. The Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized
Companies that Boycott Israel List or engaged in a boycott of Israel; and
c. For contracts of one million dollars or more, the Vendor, owners, or principals are eligible to participate in this
solicitation and not listed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with
Activities in the Iran Terrorism Sectors List and, further, are not engaged in business operations in Cuba or Syria; and
d. If awarded the Contract, the Vendor, owners, or principals will immediately notify the CITY in writing if any of its
company, owners, or principals: are placed on the Scrutinized Companies that Boycott Israel List, the Scrutinized
Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List;
engage in a boycott of Israel; or engage in business operations in Cuba or Syria.
John S. Jorgensen, Chairman
(Printed Name and Title)
Roy Jorgensen Associates,lnc.
(Name of Bidder)
STATE OF IvlC.tililGt-f�c�
COUNTY OF _ ��%.'Y1ck
The foregoing instrument was acknowledged before me by means of ( J )physical presence or ( )online
notarization, this )L, day of �'t ,2025by J01/w .)��riiP.vucs� the (`(1cL-,r-mci,�g of
i tA1� ►2t►'�5'n �S�x rcL�>e� a Coppr rai-iuv\ (�) who is personally known to me or ( ) who
produced
as identification.
CHRISOLYN DEYSHA HARRIS Notary Public � �: ��wtcl
Notary Public M-State oMaryland
9Frederick County
y Commission Expires 10, 20/���r7�(
Print Name: Ch0460/4,,) arrl
My Commission Expires: '7 � 1 n%Z [7Zc�
ITB # 12-25-01 LH Facilities Assessment
STATE OF
COUNTY OF
(1) He/she is
Maryland
Frederick
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
being duly sworn, deposes and says that:
Chairman of Roy Jorgensen Associates, Inc.
Title Firm/Company
The Bidder that has submitted the attached response.
(2) He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances
respecting such Bid.
(3) Such Bid is genuine and is not a collusive or sham Bid.
(4) Neither the said Bidder nor any of its officers, partners, owners, agent representatives, employees or parties in interest
including this affiant, has in any way, colluded, conspired, or agreed, directly or indirectly, with any other Bidder, firm or
person, to submit a collusive or sham Bid in connection with the Agreement for which the attached Bid has been submitted or
to refrain from proposing in connection with such Agreement, or has in any manner, directly or indirectly, sought by Agreement
or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid
or of any other Bidder, or to fix any overhead, profit or cost element of the proposed price or the proposed price of any other
Bidder, or to secure through any collusion, conspiracy, connivance or unlawful Agreement any advantage against the City of
Winter Springs, Florida, or any person interested in the proposed Agreement.
(5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, or
unlawful Agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties of interest,
including affiant.
Chairman
(Title)
STATE OF I"ICIYLI IG.li1G�
COUNTY OF �r�CiPvi�:IC
The foregoing instrument was acknowledged before me this )Qnut!� (n , 2,02.0 by
who is ( ✓) personally known to me or (_) who has produced Q.rs�nu (� Iltnri�lcd; �" as identification and
who (did /did not) take an oath.
CHRISOLYN DEYSHA HARRIS
� Notary Public -State of Maryland
ikJt)7 �.� (Signature of Notary Public) Frederick County
My Commission Expires Apr 10, 2029
oil
Sv�U ✓1 � �Q'"i+"r"i� (Name of Notary Typed, Printed or Stamped)
(Commission Number)
ITB # ] 2-25-01 LH Facilities Assessment
DRUG FREE WORKPLACE FORM
The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that
Roy Jorgensen Assoc., Inc. does:
(Name of Bidder)
1. 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.
2. Inform employees about the dangers of drug abuse in the workplace, the business's 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.
3. Give each employee engaged in providing the commodities or contractual services that are under contract a
copy of the Drug -Free statement.
4. Notify the employees that as a condition of working on the commodities or contractual services that are under
contract, 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 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.
5. 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.
6. Make a good faith effort to continue to maintain adrug-free workplace through implementation of this section.
7. As the person authorized to sign the statement, I certify that this business complies fully with the above
requirements.
January 15, 2026
(Date)
John S. Jorgensen, Chairman
(Print/Type Name as Signed Above
ITB # 12-25-01 LH Facilities Assessment
PUBLIC ENTITY CRIMES STATEMENT
SWORN STATEMENT UNDER F.S. SECTION 287.133(3) (A), ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS,
1. This sworn statement is submitted with Bid for ITB # 12-25-U L LH Facilities Assessment.
2. This sworn statement is submitted by (Bidder)Roy Jorgensen Assoc., Incwhose business address is3735 Buckeystown Pikend (if
applicable) Federal Employer Identification Number (FEIN) is 52-0850711 PO Box 70
Buckeystown, MD 21717-0070
If a Sole Proprietor and you have no FEIN, include the last four (4) digits of your Social
Security Number:
3. My name is _ _John S. Jorgensen and my relationship to Bidder named above is Chairman
4. 1 understand that a "public entity crime" as defined in Paragraph 287.133(a) (g). 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 or with an
agency or political subdivision of any other state or with the United States, including, but not limited to, any proposal or contract for
goods or services to be provided to any public entity or any agency or political subdivision of any other state or of the United States
and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
5. 1 understand that "convicted" or "conviction" as defined in paragraph 287,133(a) (b), Florida Statutes, means finding of guilt
or a conviction of a public entity crime with or without an adjudication of guilt, in any federal or state trial court of records relating
to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non -Jury trial, or entry of a plea of
guilty or nolo contendere.
6. 1 understand that an "affiliate" as defined in Paragraph 287.133(1) (a), Florida Statutes, means:
• A predecessor or successor of a person convicted of a public entity crime; or
• An entity under the control of any natural person who 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, members, and agents who are active in the management of an affiliate. The City of Fernandina Beach, Florida
ownership by one of shares constituting a controlling income among persons when not for fair interest in another person,
or a pooling of equipment or income among persons when not for fair market value under a length agreement, shall be a
prima facie case that one person controls another person. A person who was knowingly convicted of a public entity crime,
in Florida during the preceding 36 months shall be considered an affiliate.
7. I understand that a "person" as defined in Paragraph 287.133(1) (e), Florida Statutes, means any natural person or entity
organized under the laws of the state or of the United States with the legal power to enter into a binding contract for provision of
goods 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, members, and agents who are active in
management of an entity directors, executives, partners, shareholders, employees, members, and agents who are active in
management of an entity.
8. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn
statement. (Please indicate which statement applies)
X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees,
members, or agents who are active in management of the entity, nor affiliate of the entity have been charged with and convicted of
a public entity crime subsequent to July 1, 1989.
..The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders,
employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and
convicted of a public entity crime subsequent to July 1, 1989. (Please attach a copy of the final order.)
.The person or affiliate was placed on the convicted FIRM list. There has been a subsequent proceeding before a hearing officer
of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in
public Interest to remove the person or affiliate from the convicted FIRM list. (Please attach a copy of the final order.)
..The person or affiliate has not been placed on the convicted FIRM list. (Please describe any action taken by, or pending with,
the Department of General Services.)
15, 2026
te:
ITB # 12-25-01 LH Facilities Assessment
PUBLIC ENTITY CRIMES STATEMENT cont,
STATEOF
COUNTY OF RZ61ChCA:L
PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her
signature at the space provided above on this f (Q day V LILlUtILA 2026, and is personally known tome, or
has provided
as identification.
�a.7LZ� My Commission expires: Iy f 202`�
Notary Pub c
CHRISDLYN DEYSHA HARRIS
Notary Public - State of Maryland
Frederick County
My Commission Expires Apr 10, 2029
ITB # 12-25-01 LH Facilities Assessment
DEBARMENT, SUSPENSION and OTHER RESPONSIBILITY MATTERS
CERTIFICATION A on PrimarV Covered Transactions
The prospective primary participant certifies to the best of its knowledge and belief that its
principals:
a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any Federal debarment or agency;
b. Have not within a three-year period preceding this proposal, 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 of Federal or State antitrust statutes or commission
of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false
statements, or receiving stolen property;
c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)
(b) of this certification; and
d. Have not within a three-year period preceding this application/proposal had one or more
public transactions (Federal, State, or local) terminated for cause or default.
Where the prospective primary participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation of this proposal.
Instructions for Certification (A)
By signing and submitting this Bid, the prospective primary participant is providing the certification
set out below;
a. The inability of a person to provide the certification required below will not necessarily
result in denial of participation in this covered transaction. The prospective participant shall submit
an explanation of why it cannot provide the certification set out below. The certification or
explanation will be considered in connection with the department or agency's determination
whether to enter into this transaction. However, failure of the prospective primary participant to
furnish a certification or any explanation shall disqualify such person from participation in this
transaction.
bI The certification in this clause is a material representation of fact upon which reliance was
placed when the department or agency determined to enter into this transaction. If it is later
determined that the prospective primary participant knowingly rendered an erroneous
certification, in addition to other remedies available to the Federal Government, the department or
agency may terminate this transaction for cause or default.
c. The prospective primary participant shall provide immediate written notice to the
department or agency to which this proposal is submitted if at any time the prospective primary
participant learns that its certification was erroneous when submitted or has become erroneous
by reason of changed circumstances.
d. The terms covered transaction, debarred, suspended, ineligible, lower tier covered
transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily
excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections
of the rules implementing Executive Order 12549. You may contact the department or agency to
which this proposal is being submitted for assistance in obtaining a copy of these regulations.
ITB # 12-25-01 1H Facilities Assessment
e. The prospective primary participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily
excluded from participation in this covered transaction, unless authorized by the department or
agency entering into this transaction.
f. The prospective primary participant further agrees by submitting this proposal that it will
include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion — Lower Tier Covered Transaction," provided by the department or agency entering into
this covered transaction, without modification, in all lower tier covered transactions and in all
solicitations for lower tier covered transactions.
g. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it knows that the certification is
erroneous. A participant may decide the method and frequency by which it determines this
eligibility of its principals. Each participant may, but is not required to, check the Non -
procurement List.
h. Nothing contained in the foregoing shall be construed to require establishment of a
system of records in order to render in good faith the certification required by this clause. The
knowledge and information of a participant is not required to exceed that which is normally
possessed by a prudent person in the ordinary course of business dealings.
i. Except for transactions authorized under paragraph (6) of these instructions, if a participant
in a covered transaction knowingly enters into a lower tier covered transaction with a person who is
suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in
addition to other remedies available to the Federal Government, the department or agency may
terminate this transaction for cause of default.
Certification B -Lower Tier Covered Transactions
a. The prospective lower tier participant certifies, by submission of this proposal, that
neither it nor its principals is presently debarred, suspended, proposed for debarment, declared
ineligible, orvoluntarily excluded from participation in this transaction by any Federal department
or agency.
b. Where the prospective lower tier participant is unable to certify to any of the statements
in this certification, such prospective participant shall attach an explanation to this proposal.
Instructions for Certification IB)
By signing and submitting this proposal, the prospective lower tier participant is providing the
certification set out below.
a. The certification in this clause is a material representation offact upon which reliance was
placed when this transaction was entered into. If it is later determined that the prospective lower
tier participant knowingly rendered an erroneous certification, in addition to other remedies
available to the Federal Government, the department or agency with which this transaction
originated may pursue available remedies, including suspension and/or debarment.
b. The prospective lower tier participant shall provide immediate written notice to the person
ITB # 12-25-01 LH Facilities Assessment
to whom this proposal is submitted if at any time the prospective lower tier participant learns that
its certification was erroneous when submitted or has become erroneous by reason of changed
circumstances.
c. The terms covered transaction, debarred, suspended, ineligible, lower tier covered
transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily
excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections
A rules implementing Executive Order 12549. You may contact the person to which this proposal is
submitted for assistance in obtaining a copy of these regulations.
d. The prospective lower tier participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily
excluded from participation in this covered transaction, unless authorized by the department or
agency with which this transaction originated.
e. The prospective lower tier participant further agrees by submitting this proposal that it will
include this clause title "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion — Lower Tier Covered Transaction," without modification, in all lower tier covered
transactions and in all solicitation for lower tier covered transactions.
f. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it knows that the certification is
erroneous. A participant may decide the method and frequency by which it determines the
eligibility of its principles. Each participant may but is not required to, check the Non -
procurement List.
g. Nothing contained in the foregoing shall be construed to require establishment of a
system of records in order to render in good faith the certification required by this clause. The
knowledge and information of a participant is not required to exceed that which is normally
possessed by a prudent person in the ordinary course of business dealings.
h. Except for transactions authorized under paragraph (5) of these instructions, if a participant
in a lower covered transaction knowingly enters into a lower tier covered transaction with a person
who is suspended, debarred, ineligible, or voluntarily excluded from participation in this
transaction, in addition to other remedies available to the Federal Government, the department or
agency with which this transaction originated may pursue available remedies including suspension
and/or debarment.
Bidder:
Date:
Roy Jorgensen Associates, Inc.
January 15, 2026
Signature of Authorized Certifying Official:
Title:
�.
C =- c7
Chairman
ITB # 12-25-01 LH Facilities Assessment
E-VERIFY STATEMENT
Bid Number: ITB # 12-25-01 LH
Project Description: Facilities Assessment
I/FIRM acknowledges and agrees to the following:
I/FIRM shall utilize the U.S. Department of Homeland Security's E-Verify system, in accordance
with the terms governing use of the system, to confirm the employment eligibility of:
1. All persons employed by the Bidder during the term of the Contract to perform
employment duties within Florida; and
1. All persons assigned by the Bidder to perform work pursuant to the contract with the
CITY.
Bidder: Roy Jorgensen Associates, Inc.
Authorized Signature:
Title: Chairman
Date: January 15, 2026
ITB # 12-25-0 l LH Facilities Assessment
CONFLICT OF INTEREST STATEMENT
This sworn statement is submitted with Bid for ITB # 12-25-01 LH Facilities Assessment.
This sworn statement is submitted by (Bidder) Roy Jorgensen Assoc., Inc.whose business address is
3735 Buckeystown Pike. Buckeystown, MD 217t7 007o and (if applicable) Federal Employer Idencation Number (FEIN) is
52-0850711 (If a Sole Proprietor and you have no FEIN, include the last lour(4) digits of your Social
Security Number:
My name is
3.
4.
5.
6.
7
0
John S. Jorgensen
and my relationship to the Bidder named above is Chairman
The above -named Bidder is submitting a Bid for the City of Winter Springs.
The Affiant has made diligent inquiry and provides the information contained in the Affidavit based upon his/her
own knowledge.
The Affiant states that only one submittal for the above Bid is being submitted and that the above -named
Bidder has no financial interest in other entities submitting Bids for the same project.
Neither the Affiant nor the above- named Bidder has directly or indirectly entered into any agreement,
participated in any collusion, or otherwise taken any action in restraints of free competitive pricing in
connection with the Bidder's submittal for the above Bid. This statement restricts the discussion of pricing
data until the completion of negotiations if necessary and execution of the Contract for this project.
Neither the Bidder nor its affiliates, nor anyone associated with them, is presently suspended or otherwise
ineligible from participation in contract letting by any local, State, or Federal Agency.
Neither the Bidder nor its affiliates, nor anyone associated with them have any potential conflict of interest due
to any other clients, contracts, or property interests for this project.
I certify that no member of the Bidder's ownership or management is presently applying for an employee
position or actively seeking an elected position with the City of Winter Springs.
I certify that, should the Bidder be awarded a contract after successful negotiation, the execution and approval
A such contract by the City of Winter Springs City Commission shall not create a conflict of interest under
Chapter 112, Florida Statutes, Code of Ethics for Public Officers. I further certify that no member of the Bidder's
ownership or management is a spouse, child or "relative" as defined in Section 112.3142, Florida Statutes, of a
current City Commission member.
In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above -named
Bidder, will immediately notify the LityoffWinter5prin A.
COUNTY OF
PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her
signature at the space provided above on this ,L(a day of [a r t,'(t i 2026, and is personally known to me, or
has provided ljri; rwyiI �Kii,&,1 �drz� as identification.
My Commission expires: O ZOZ�� CHRISOLYN DEYSHA HARRIS
Notary Public - State of Maryland
Frederick County
rmy Cornmission Expires Apr 10, 2029
ITB # 12-25-01 LH Facilities Assessment
AFFIDAVIT OF COMPLIANCE WITH FLORIDA STATUTES § 787.06
Florida Statutes 9 787.06(13) provides that:
When a contract is executed, renewed, or extended between a nongovernmental entity and a
governmental entity, the nongovernmental entity must provide the governmental entity with an
affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury
attesting that the nongovernmental entity does not use coercion for labor or services as defined in this
section. For purposes of this subsection, the term "governmental entity" has the same meaning as in s.
287.138(1).
THIS AFFIDAVIT MUST BE COMPLETED AND INCLUDED IN YOUR BID RESPONSE. FAILURE TO SUBMIT THIS FORM AS
INSTRUCTED SHALL RENDER YOUR BID SUBMITTAL NON -RESPONSIVE.
a. The Vendor, owners, or principals are aware of the requirements of Section § 787.06, Florida Statutes; and
b. The Vendor, owners, or principals are eligible to participate in this solicitation and do not use coercion for the
labor or services contemplated in their Bid response.
John S. Jorgensen, Chairman
(Printed Name and Title)
Roy Jorgensen Associates, Inc.
(Name of Bidder)
STATE OF 1�hc��ula11C�
COUNTY OF FA'.�(I�'r1Ck.
The foregoing instrument was acknowledged before me by means of ( J ) physical presence or ( ) online
notarization, this ll� day of 2026 by �Ur1✓1 IGrgQ,vlSeo'1 the �Glr>irmyt of
fCOt U� IiiigZ✓IScv� t1SS✓�lcci-c a who is personally known to me or ( ) who
produced �er�w-,i �n..ltzt;� as identification.
Notary Public: (�ff1Yu, y k�zlj o
Yam"
CHRISOLYN DEYSHA HARRIS
Print Name: (�'tk'I SUi'tly) � • �G11'Y1S Notary Public -State of Maryland
Frederick County
My Commission Expires: '-{ 101 n2`j My Commission Expires Apr 10, 2029
ITB # 12-25-01 LH Facilities Assessment
BYRD ANTI -LOBBYING AMENDMENT, 31 U.S.C. §1352 (as amended)
Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to
the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for
influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee
of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any
other award covered by 31 U.S.C. §1352 (as amended). Each tier shall also disclose any lobbying with non -Federal funds
that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to
the recipient. See below —Certification Regarding Lobbying.
Byrd Anti -Lobbying Certification
Appendix A, 44 C.F.R. Part 18—Certification Regarding Lobbying
Certification for Contracts, Grants, Loans, and Cooperative Agreements
The undersigned certifies, to the best of his or her knowledge and belief, that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person
for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal
contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative
agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan,
or cooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing
or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative
agreement, the undersigned shall complete and submit Standard Form-LL, "Disclosure Form to Report Lobbying," in
accordance with its instructions.
3. The undersigned shall require that the language of this certification be included in the award documents for all
subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative
agreements) and that all subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was made or
entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by
section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty
of not less than $10,000 and not more than $100,000 for each such failure.
Byrd Anti -Lobbying Amendment, 31 U.S.C. §1352 (as amended)
Roy Jorgensen Assoc., Inc.
The Bidder, � , certifies or affirms the truthfulness and accuracy of each statement of its certification and
disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chapter 38,
Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any.
of Biddef=s--Aatlici�ized Official
John S. Jorgensen, Chairman
Name and Title of Bidder's Authorized Official
January 15, 2026
Date
ITB # 12-25-01 LH Facilities Assessment
Jorgensen Response to the City of Winter Springs, FL
ITB # 12-25-01 LH
Facilities Assessment Services
JORGENSEN
� Page 30 of 30
L�F �
�,Fjry�.i � Roy Jorgensen Associates,lnc.
v 3735 Buckeystown Pike
Oro
IrVor or . '� Buckeystown, Maryland 21717-0070
❑■ % 0 Phone (800) 422-2515
www.RoVJorgensen.com
Detail
f IUP l P1 I I V I 1N5%1 r11I,\II' DIVISION OF CORPORATIONS
Detail by Entity Name
Foreign Profit Cc tic
ROY JORGENSEN ASSOCIATES, INC.
Frog Information
Document Number
834037
FEIIEIN Number
52-0850711
Dale Filed
0312011975
State
DE
Status
ACTIVE
Last Event
AMENDMENT
Event Data Filed
12/03/2021
Event Effective Dale NONE
P�nclpal Address
3735 Buckeystovm Pike
Buckeystown, MD 21717
Changed: 04/09I2025
fAa�g Address
3735 Buckeystown Pike
Buckeystown, MD 21717
Changed: 04/09/2025
B�gi;ire ([_Agent Neme 8 Address
NRAI SERVICES, INC
1200 South Pine Island Road
Plantation, FL 33324
Name Changed: 09/19/2024
Address Changed: 09I19I2024
Qfflcer/Director Detail
..T1-nTTerrsfa
Tige President
Selby, Douglas W
PO Box 70
3735 Suckeystown Pike
Buckeyslown, MD 21717
Tige Treasurer
Brumbaugh, Natalie
PO Box 70
3735 Buckeyslown Pike
Buckeyslown, MD 21717
Tige Director
Henningsgaard, Abraham A.
PO Box 70
3735 Buckeyslown Pike
Buckeystown, MD 21717
Tige Director
Edelblute, Cad G.
PO Box 70
3735 Buckeyslown Pike
Buckeystown, MD 21717
Title Director
Henningsgaard, Chades E.
PO Box 70
3735 Buckeyslown Pike
Buckeyslown, MD 21717
Tige Director
Selby, Douglas W
PO Box 70
3735 Buckeyslown Pike
Buckeyslown, MD 21717
Ttie Director
https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=1 nitial&searchNameOrder=ROYJOR... 1 /3
1 /20/26, 9:22 AM
Detail by Entity Name
Jorgensen, John S., Jr
PO Box 70
3735 Suckeyslown Pike
Buckeystown, MD 21717
TUs Director
Henningsgaard, Sara A.
PO Box 70
3735 Buckeystown Pike
Buckeystown, MD 21717
T1tie VP
Henningsgaard, Abraham A.
PO Box 70
3735 Buckeyslown Pike
Buckeyslown, MD 21717
Title VP
Henningsgaard, Sam A.
PO Box 70
3735 Buckeystown Pike
Buckeyslown, MD 21717
TiUs Sr. Vice President
Edelblute, Cad G.
PO Box 70
3735 Buckeystown Pike
Buckeystown, MD 21717
Title Sr. Vice President
Henningsgaard, Charles E.
PO Box 70
3735 Buckeystown Pike
Buckeyslown, MD 21717
Title Secretary
Schetrompf, Cathy
PO Box 70
3735 Buckeystown Pike
Buckeystown, MD 21717
Tithe Chainnan of the Board
Jorgensen, John S., Jr
PO Box 70
3735 Buckeystown Pike
Buckeystown, MD 21717
TiUe Cha"an Emeritus
Jorgensen, John S.
3735 Buckeystown Pike
Buckeyslown, MD 21717
11Ue Director
Jorgensen, John S.
PO Box 70
3735 Buckeystown Pike
Buckeyslown, MD 21717
TiUe VP
Shearin, Kenneth R.
3735 Buckeystown Pike
Buckeystown, MD 21717
11the Director
Schetrempf, Cathy
3735 Suckeystown Pike
Buckeyslown, MD 21717
Annual Regis
Report Year Filed Date
2024 04/11/2024
2024 09/19/2024
2025 04/09/2025
https://sea rch. s u nb iz.org/Inquiry/Corporate onSea rch/S earth Resu ItDetai I? i nqu i rytype=EntityN a me&d irectionType=1 nitial&search N a meOrde r—ROYJO R... 2/3
1 /20/26, 9:22 AM
Detail by Entity Name
https://search. sunbiz. org/Inquiry/Corporation Sea rch/Search Resu ItDetail?i nq u i rytype=EntityN ame&d i rectionType=1 n itial &search N a meO rd a r--ROYJ O R... 3/3