HomeMy WebLinkAboutA - 25-13-ITB Law Enforcement Dock Hose Stations
INVITATION TO BID
25-13-ITB
LAW ENFORCEMENT DOCK HOSE STATIONS
Contact Person
Jessica Graham, CPPB
Procurement/Contracts Manager
Phone: (772) 388 – 8231
Email: jessgraham@cityofsebastian.org
*Dates in this schedule occurring after the release date may be amended by the City.
The City reserves the right to delay or modify dates and will notify Proposers of all changes.
PROPOSED SCHEDULE
EVENT DATE TIME
RELEASE DATE: Thursday, March 6, 2025 -
SITE VISIT Friday, March 14, 2025 10:00 AM Local Time
QUESTIONS DUE DEADLINE Tuesday, March 18, 2025 2:00 PM Local Time
BID DUE DATE Thursday, March 27, 2025 2:00 PM Local Time
RECOMMENDATION OF
AWARD Wednesday, April 23, 2025 6:00 PM Local Time
25-13-ITB
Page 2 of 46
SECTION 1 – INSTRUCTIONS TO BIDDERS
1.1 PURPOSE
1.1.1 The City of Sebastian requests bids from qualified contractors to install the Law
Enforcement Dock hose stations. The Law Enforcement Dock is near Riverview
Park (600 U.S. Highway 1, Sebastian, FL 32958).
1.1.2 All solicitations are posted on VendorLink (https://www.myvendorlink.com/). It is
the sole responsibility of interested parties to monitor VendorLink for solicitation
opportunities and updates.
1.2 SITE VISIT
A non-mandatory site visit will be held Friday, March 14, 2025, at 10:00 AM local time
at the City of Sebastian Law Enforcement Dock (also known as “Twin Piers”). The dock is
located near 600 U.S. Highway 1, Sebastian, FL 32958.
The bidder shall be responsible for visiting and inspecting the site before submitting a bid.
No variation in price or condition shall be permitted based on a claim of ignorance.
Submission of a bid is evidence that the bidder has familiarized himself with the nature and
extent of the work and any conditions that may, in any manner, affect the work to be done
and the labor, materials, and equipment required.
1.3 QUESTION DEADLINE
1.3.1 The deadline to submit questions will be Thursday, March 13, 2025, at 2:00 PM
local time. Any questions or communication regarding this solicitation must be
emailed to the City’s Procurement/Contracts Manager at
jessgraham@cityofsebastian.org.
1.3.2 The Bidder is responsible for checking for addenda associated with this solicitation.
1.4 ELECTRONIC BID SUBMITTAL
1.4.1 All bids must be submitted via VendorLink electronically
https://www.myvendorlink.com/.
1.4.2 Bids are due on the date and time indicated on the cover page or as amended by an
addendum issued by procurement.
1.4.3 The Contractor is responsible for ensuring their response is submitted through
VendorLink by the time and date specified in the solicitation or subsequent
addenda. The City shall not be responsible for delays caused by any occurrence.
25-13-ITB
Page 3 of 46
1.5 BID OPENING
1.5.1 All sealed bids are due by Thursday, March 27, 2025, by 2:00 P.M. local time.
1.5.2 The bid opening will be held virtually. Bids will be opened at 2:10 p.m. local time.
Only the NAME of the company that submitted a response to this Invitation to Bid
will be read aloud.
1.5.3 Meeting Information:
https://v.ringcentral.com/join/136259113?pw=96e7b3457df176e15b92423dbabea
4df Meeting ID: 136259113
Password: JhzXZgfvah
Or dial:
+1 (650) 419-1505 United States (San Mateo, CA)
Access Code / Meeting ID: 136259113
Dial-in password: 5499943824
1.5.4 All bids submitted to the city become public records unless exempt under Florida
or other law.
1.5.5 Late bids will not be opened or announced. Bidders can pick up or pay for the
mailed return of their late, unopened bid. If this option is not exercised within five
(5) days of the Bid Opening date, the late, unopened bid will be disposed
1.5.6 At its sole discretion, the City may reject any and all bids or accept any bid or
portion thereof deemed to be whatever is in its best interest and to waive any non -
substantial irregularities.
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
25-13-ITB
Page 4 of 46
TABLE OF CONTENTS
SECTION 1 – INSTRUCTIONS TO BIDDERS 1
TABLE OF CONTENTS 4
SECTION 2 – SCOPE OF WORK 5
SECTION 3 – SPECIAL CONDITIONS 9
SECTION 4 – GENERAL TERMS AND CONDITIONS 13
SECTION 5 – REQUIRED FORMS 31
• CONTACT INFORMATION SHEET 32
• CORPORATE RESOLUTION 33
• STATEMENT OF BIDDER’S QUALIFICATIONS 34
• NON-COLLUSION AFFIDAVIT OF PRIME BIDDER 35
• DRUG-FREE WORKPLACE PROGRAM 36
• CERTIFICATION REGARDING DEBARMENT AND SUSPENSION 37
• CERTIFICATION REGARDING SCRUTINIZED COMPANIES 38
• CERTIFICATION REGARDING LOBBYING 39
• CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN
PROHIBITED AFFIDAVIT 40
• REFERENCE LIST 41
• SUBCONTRACTOR LIST 42
• ADDENDA ACKNOWLEDGEMENT 43
• TRENCH SAFETY ACT 44
• LOCAL VENDOR PREFERENCE AFFIDAVIT 45
SECTION 6 – BID PRICE FORM 46
25-13-ITB
Page 5 of 46
SECTION 2 – SCOPE OF WORK
2.1 SCOPE OF WORK
2.1.1 The City of Sebastian requests bids from qualified contractors to install the Law
Enforcement Dock hose stations. The contractor shall provide all design,
permitting, materials and labor to provide the following:
A. 5 new 2 ½” hose stations
B. 4” galvanized piping and fittings to the hose station locations
C. 4” underground supply piping to the new FDC located at the street. The City
of Sebastian will provide the fire hydrant.
2.1.2 Contractors must adhere to the NFPA-24 and NFPA-25 as set forth in the edition
adopted by the State Fire Marshal.
2.2 PERMITTING
2.2.1 The contractor shall be responsible for permit application and all associated fees
for all required permits from the State of Florida, the City of Sebastian, and Indian
River County.
2.2.2 The awarded contractor and all sub-contractors must be registered with the City of
Sebastian Building Department before a permit will be issued.
2.2.3 Contractors can view the City of Sebastian’s permit fees at the link below:
https://www.cityofsebastian.org/190/Permit-Fees
2.3 CONTRACTOR MINIMUM QUALIFICATIONS
2.3.1 Contractor shall have one of the following certifications:
A. The contractor shall be licensed by the State of Florida as a general
contractor, and a copy of their license should be provided with their bid
B. The contractor shall be licensed by the State of Florida as a plumbing
contractor, and a copy of their license should be provided with their bid.
C. The contractor shall be licensed as a Contractor I or Contractor II per Fl
statute 633.318, and a copy of their license should be provided with their
bid.
2.3.2 Contractor must have at least 3 years of verifiable experience performing similar
projects of similar size, scope, and complexity for government (local or federal)
agencies, and the Contractor must have an office within the state of Florida.
25-13-ITB
Page 6 of 46
2.3.3 Vendor must have been in business under the same FEIN number for past three (3)
years. Evidence should be submitted with the bid submittal.
2.3.4 Bidders that do not meet the minimum requirements listed herein as determined by
the City, at its sole discretion, will be deemed non-responsive and not considered
for award. All decisions made by the City are final.
2.3.5 No contract will be awarded to any proposer who, as determined by the CITY, has
an unsatisfactory performance record, inadequate experience, lack of organization,
labor, and equipment to perform the required services, and is in arrears to the CITY
on a debt or contract or is a defaulter on surety to the CITY or whether the
proposer’s taxes or assessments are delinquent. The City has the right to disqualify
any proposer who does not meet any or all qualifications necessary as determined
by the City.
2.3.6 If the Contractor’s business is located in Sebastian, FL, or Indian River County,
they must provide a copy of their business tax receipt.
2.4 INSURANCE
2.4.1 The City of Sebastian is to be specifically included as an additional insured on all
insurance certificates (except Worker's Compensation). Waiver of Subrogation is
required for Commercial General Liability and Automobile Liability. A renewal
certificate shall be issued thirty (30) days before said expiration date. The certificate
shall provide a thirty (30) day notification clause in the event of cancellation or
modification to the policy.
2.4.2 Before starting and until acceptance of the work by the City, Awarded Contractor
shall, as a minimum mandatory condition precedent to this work, procure and
maintain insurance of the types and to the limits specified below, at their own
expense and without cost to the City, until final acceptance by the City of all
products or services covered by the purchase order or contract.
2.4.3 The certificate holder shall read:
City Of Sebastian
1225 Main Street
Sebastian, FL 32958
2.4.4 Minimum coverage with limits and provisions are as follows:
A. Commercial General Liability: The contractor shall provide Commercial
General Liability insurance. This shall include premises/operations,
personal & advertising injury, products, completed operations, contractual
liability, specifically confirming and ensuring the indemnification and hold
harmless clause of the contract. This insurance policy shall be considered
25-13-ITB
Page 7 of 46
primary to and not contributing to any insurance the City maintains. It shall
name the City as an additional insured with a waiver of subrogation noted
on the Certificate of Liability. The policy of insurance shall be written on
an “occurrence” form.
The contractor shall obtain insurance which shall at least meet the following
minimum limits:
a) Per Occurrence: $1,000,000
• General Aggregate: $2,000,000
B. Business Automobile: The contractor shall provide Business Coverage
Automobile Insurance, which shall protect the contractor from claims for
damage for personal injury, bodily injury including accidental death, as well
as claims for property damages which may arise from operations under this
contract whether such operations are by himself or by anyone directly or
indirectly employed by him. Coverage shall include owned, non-owned,
hired and rented vehicles.
The contractor shall obtain insurance which shall at least meet the following
minimum limits:
a) Bodily Injury and Property Damage:
• Combined Single Limit (each Accident): $1,000,000.00
C. Workers' Compensation: The contractor shall provide and maintain
workers’ compensation insurance for all employees in the full amount
required by statute and full compliance with the applicable laws of the State
of Florida (Florida Statutes Chapter 440). Exemption certificates to this
requirement are not acceptable.
The Contractor shall obtain insurance which shall at least meet the
following minimum limits:
a) State Worker’s Compensation: Statutory
b) Employer’s Liability: $1,000,000.00 Each Accident
$1,000,000.00 Disease, Policy Limit
$1,000,000.00 Disease, Each Employee
D. Umbrella/ Excess Liability: The contractor shall provide umbrella/excess
coverage with limits of no less than $1,000,000.00 excess of Commercial
General Liability, Automobile Liability, and Employers Liability. *This
coverage is optional if the contractor has $2,000,000 General Aggregate
under the Commercial General Liability Policy. **
25-13-ITB
Page 8 of 46
2.4.5 An endorsement to the Commercial General Liability or Automobile Liability
policy, covering Contractor’s or subcontractor’s liability for bodily injury, property
damage and environmental damage resulting from sudden accidental and gradual
pollution and related clean-up cost incurred by the Contractor that arise from the
Goods delivered or Services (including transportation risk) performed by
Contractor under this Contract is also acceptable.
2.4.6 The Contractor shall declare any self-insured retention or deductible amount over
$5,000 for any policy. The City reserves the right to reject any self-insured retention
or deductible over $5,000.
2.4.7 All insurance carriers shall be rated (A) or better by the most recently published
A.M. Best Rating Guide. Unless otherwise specified, it shall be the responsibility
of the contractor to ensure that all subcontractors comply with the insurance
requirements set forth in this Agreement. The City may request a copy of the
insurance policy according to the nature of the project. City reserves the right to
accept or reject the insurance carrier.
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
25-13-ITB
Page 9 of 46
SECTION 3 - SPECIAL CONDITIONS
3.1 AWARD
3.1.1. Award shall be made to the lowest, responsive, responsible contractor(s). The City
reserves the right to make multiple awards in its best interest. The City reserves the
right to reject any and/or all bids and to waive any minor irregularity or technicality.
Payment discounts will not be considered for bid evaluation purposes.
3.1.2. At its sole discretion, the City reserves the right to reject all bids, waive all
formalities, and disregard all nonconforming, non-responsive, or incomplete bids.
The City expressly reserves the absolute right to determine the seriousness of any
proposer’s failure to precisely conform to the requirements of the bid document.
Bidders cannot utilize the City’s determination of the severity of any specific non-
conformance as a basis to protest the award of any bid. Bids may be considered
subject to rejection if, in the sole opinion of the City, there is a serious omission,
unauthorized alteration of form, an unauthorized alternate bid, incomplete or
unbalanced unit price, or irregularities of any kind. The City may reject, as non-
responsive, any or all bids where the bidder fails to acknowledge receipt of
Addenda as prescribed.
3.2 LENGTH OF CONTRACT AND RENEWAL
This ITB will result in a one-time agreement to complete the scope of work. The City seeks
a Contractor that will provide timely completion and adhere to the agreed-upon schedule.
3.3 CITY OF SEBASTIAN LOCAL PREFERENCE
Effective October 14, 2009, the City of Sebastian adopted a local vendor preference. Please
see City Code Sec. 2-11. Local Vendor Preference Policy for more information.
3.4 PROJECT COORDINATION
3.4.1. A City project manager will be assigned to oversee all assigned work to ensure
adherence to schedules and service quality throughout the project’s progression and
submittal of final payment. The project manager will periodically inspect the work
being performed to ensure compliance with the requirements of the agreement. If
the requirements are not satisfactorily being met, the City shall require the
contractor to correct any discrepancies, inconsistencies, or faults immediately at no
additional cost to the City. The contractor shall understand and agree to the
following:
A. Contractor shall be solely responsible and assume all liability for the
supervision, direction of all work, and for all means, methods, techniques,
sequences, procedures, and coordination for all services under the
agreement; contractor shall ensure enough personnel, materials, supplies,
25-13-ITB
Page 10 of 46
means of transportation, tools and equipment are made available to perform
the services; and
B. Contractor shall at all times provide a responsible, knowledgeable, English
speaking worksite supervisor or representative, who has decision making
authority; and
C. Contractor shall be solely responsible to the City for the acts and omissions
of their subcontractors, agents, employees, and any other persons
performing any service under this agreement; and
D. The practices methods and materials utilized in the work within or adjacent
to any structure must conform to any applicable local, state and federal
regulations and codes.
3.5 SITE INSPECTION AND DUE DILIGENCE
Bidders are obligated to carefully examine the project specifi cation, as well as exercising
due diligence regarding any and all current and pre-existing conditions at the project site.
Prior to submitting their bid, the bidder shall be responsible for visiting the project site and
becoming familiar with any conditions which may affect the work to be performed. Prior to
the commencement of work, the contractor shall submit photographs and/or video
recordings to the project manager to document any and all such pre-existing damage to the
roadways, driveways, approaches, tree trucks or limbs, landscaping, sod, facilities, utilities,
walls and ancillary improvements located at the project site and/or any surrounding areas to
be accessed and/or utilized by the contractor. Any damage to public and/or private property
resulting either directly or indirectly from the execution of the project by the contractor shall
be repaired or replaced at the sole expense of the contractor in a manner acceptable to the
City. Failure to properly document such pre-existing conditions and to submit said
documentation as required, may render the contractor liable to repair any such damage at
no expense to the City. No additional allowances shall be made due to the bidder’s lack of
knowledge of the project requirements and site conditions.
3.6 STOP WORK ORDER
The City may at any time by written notice to the contractor stop all or any part of the work
for this bid award. Upon receiving such notice, the contractor will take all reasonable steps
to minimize additional costs during the period of work stoppage. The City may subsequently
either cancel the stop work order resulting in an equitable adjustment in the delivery
schedule and/or the price or terminate the work in accordance with the provisions of the bid
terms and conditions.
3.7 QUANTITIES
Any quantities identified in this bid are estimates only and in no way obligate the City to
purchase these amounts. The City reserves the right to re-negotiate prices if, at any time
during the term of the agreement, the City purchases more than the estimated quantities in
this bid.
25-13-ITB
Page 11 of 46
3.8 PROTECTION OF PERSONS AND PROPERTY
While performing services for the City of Sebastian, the awarded contractor shall be
responsible for any damage to the City of Sebastian property, personal property or visitor
property due to any type of negligence on the part of the awarded contractor, their
employees or other agents. The contractor must show reasonable attempt to avoid damage
to City or private property under all conditions. The awarded contractor agrees to repair or
replace, at its own expense, any damage that was caused by the awarded contractor, their
employees or their agents. The contractor must not drive or park equipment on grass,
sidewalks, or patios, etc. If concerns are raised about excessively wet conditions on grassy
areas, the contractor must contact the project manager for recommendations or workarounds
prior to commencing the work. Any damages, including damage to finished surfaces and
spilled liquids, resulting from the performance of the Agreement shall be repaired and/or
cleaned to the satisfaction of the project manager. Any public or private property damaged
by the contractor or a representative during the services shall be repaired or replaced to the
satisfaction of the project manager at no cost to the City. The project shall not be considered
complete until incurred damages, if any, have been repaired and the worksite is cleaned to
the satisfaction of the project manager.
3.9 REMOVAL OF DEBRIS
Contractor shall at all times, during the performance of services, keep the worksite free and
clear of all rubbish and debris. Any material or waste generated by contractor or its
employees, agents and Subcontractors shall be removed and disposed of by the contractor
at its expense, to the satisfaction of the City. The contractor assumes all liability for
accidents that may occur due to any debris, equipment, tools, and worksite hazards.
3.10 WARRANTY
The contractor shall warrant and guarantee all goods, labor and services for a period of no
less than one (1) year from the date of acceptance and shall replace or repair all defects in
material or workmanship during the warranty period. The contractor shall bear all labor,
product replacement, mobilization, and transportation costs for warranted goods and
services. Labor shall be warranted for no less than one (1) year from the acceptance date
and all rework shall be at no cost to the City of Sebastian. A “No Charge” invoice shall be
submitted on all warranty repairs detailing the replaced goods including dimensions and
quantity. The contractor shall respond to all warranty requests within twenty-four (24) hours
of notification. Repeated failure to meet the established and repair timeframes will be
considered unsatisfactory under the terms of this agreement. Excessive instances of
unsatisfactory service shall be cause for default. Warranty repairs must be accomplished
within the service response time of twenty-four (24) hours and shall be fully completed to
the satisfaction of the project manager and City within seven (7) working days.
3.11 OWNERSHIP OF THE WORK
3.11.1. The contractor is solely responsible for all work, until final completion of the work.
Contractor shall be liable for all damage, theft, maintenance, and safety until such
time as the City of Sebastian issues a notice of final completion of the work. Upon
completion of each job, the contractor shall submit the following information, as
applicable:
25-13-ITB
Page 12 of 46
A. Final invoice with documentation.
B. The Contract Completion Form
C. Acceptance from City of Sebastian Building department
D. Warranty information to include effective dates, contact information, and
details on the scope of coverage.
E. Cut sheets and Operations and Maintenance manuals for any installed
equipment.
F. As-Built Drawings
G. Contractor internal work orders / employee timesheets upon request
H. Certified payroll, upon request
I. Any other documents as requested by the City
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
25-13-ITB
Page 13 of 46
SECTION 4 – GENERAL TERMS AND CONDITION
4.1 DEFINITIONS
4.1.1. Invitation to Bid (“ITB”): This solicitation document, including any addenda.
4.1.2. Bid: Submission in response to this ITB.
4.1.3. Bidder: Contractor submitting a response to this ITB, “pre-award.”
4.1.4. City: Refers to the City of Sebastian.
4.1.5. Contract or Agreement: Invitation to Bid, all addenda issued to it, all affidavits,
the signed agreement, and all related documents comprising the totality of the
agreement between the City and the Contractor.
4.1.6. Contractor: The selected bidder is awarded a contract to provide the goods or
services to the City.
4.1.7. Days: Refers to calendar days unless otherwise stated.
4.1.8. Responsible Bidder: Bidder that has the integrity, reliability, and capability in all
respects to fulfill the contract requirement as stated in the RFP.
4.1.9. Responsive Bidder: Bidder whose bid fully conforms in all material respects to the
RFP and its entire requirement, including form and substance.
4.1.10. Shall, Must, and Will: Interpreted as mandatory language.
4.2 EXTENSION
In addition to any renewal options contained herein, the City has the right to extend any
award resulting from this bid for the period necessary to release, award, and implement a
replacement agreement for the commodities or contractual services provided in this bid.
Such extension shall be based on the same prices, terms, and conditions this bid outlines.
4.3 CANCELLATION
The City reserves the right to cancel this Invitation to bid, in whole or part, when it is in the
City’s best interest. Notice of Cancellation will be posted on VendorLink.
4.4 BID GUARANTEE
The bidder shall warrant that the unit prices, terms, and conditions quoted in the bid shall
be for not less than ninety (90) days from the solicitation opening date. Such unit prices,
terms, and conditions shall remain in effect for the contract period.
25-13-ITB
Page 14 of 46
4.5 BID SUBMISSION
4.5.1. All bids must be submitted via VendorLink electronically
https://www.myvendorlink.com/.
4.5.2. Bids are due on the date and time indicated on the cover page or as amended by an
addendum issued by procurement.
4.5.3. The Contractor is responsible for ensuring their response is submitted through
VendorLink by the time and date specified in the solicitation or subsequent
addenda. The City shall not be responsible for delays caused by any occurrence.
4.5.4. Electronic submissions may require the uploading of attachments. All documents
should be attached as separate files. Attachments containing embedded documents
or proprietary file extensions are prohibited. The bidder is responsible for ensuring
that its bid, including all attachments, is uploaded successfully.
4.5.5. Bids sent by mail, facsimile, electronic mail, telephone, or any other means not
specified herein will not be accepted.
4.5.6. Late bids cannot be submitted and will not be accepted. Bidders are cautioned to
allow sufficient time to submit bids and upload attachments. Any technical issues
must be submitted to VendorLink by emailing support@evendorlink.com. The City
cannot assist with technical issues regarding submittals and will not be responsible
for delays caused by technical or other issues.
4.6 EXECUTION OF BID SUBMITTAL
Each bid submittal must include the signature of an officer or employee with the authority
to bind the contractor in the space(s) provided. Only the terms and conditions of this bid, as
released by the City or amended via addendum, are valid. Any modification to any term or
condition by the contractor is not binding unless it is expressly agreed to in writing by the
City in advance.
4.7 INTERPRETATION OF BID DOCUMENTS
No interpretation of the meaning of this bid document or correction of any ambiguity,
inconsistency, or error therein will be made verbally to any party. All requests for an
interpretation or clarification of this bid and any subsequent addenda or correction of any
apparent ambiguity, inconsistency, or error will be addressed in writing by the City’s
procurement manager. Inquiries must reference the bid opening date, title, and number.
Interpretation of the bid, clarification of bid specifications, and changes to the bid shall be
communicated by written addenda only. Only the written interpretation or correction given
by the procurement manager shall be binding. Verbal responses shall be considered
inadmissible in bid protest proceedings. Bidders are advised that no other source is
authorized to interpret, explain, clarify, or give information regarding the bid documents.
Written addenda shall be signed by the bidder and returned with the bid submission. Failure
to return such addenda may cause rejection of a bid submittal.
25-13-ITB
Page 15 of 46
4.8 PUBLIC RECORDS
4.8.1. Section 119.01 Florida Statutes, et. seq., the Florida Public Records Law, provides
that municipal records shall always be open for personal inspection by any person.
Information and materials received by the City in connection with all bidders’
responses shall be deemed public records subject to public inspection upon award,
recommendation for award, or thirty (30) days after the bid opening, whichever
occurs first. However, certain exemptions to the public records law are statutorily
provided for in Section 119.07, F.S. Therefore, if the bidder believes any of the
information contained in his or her response is exempt from the Public Records
Law, the bidder must, in his or her 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.
4.8.2. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO
THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC
RECORDS RELATING TO THIS CONTRACT, CONTACT
JEANETTE WILLIAMS, THE CUSTODIAN OF PUBLIC
RECORDS AT 772-388-8215 OR EMAIL
jwilliams@cityofsebastian.org. CITY OF SEBASTIAN, 1225
MAIN STREET, SEBASTIAN, FLORIDA 32958.
4.9 NON-COLLUSION
By submitting a bid, the bidder certifies that all information is truthful to the best of their
knowledge and belief. Bidder further certifies, under oath, that this bid is made without
colluded, conspired, contrived, or agreed, directly or indirectly, with any other firm, person,
or corporation responding to this solicitation for the same product or service. The bidder
further certifies that the bidder has not divulged, discussed, or compared this bid with other
bids and has not colluded with any other bidder or parties to the bid. Any violation of this
provision will result in the cancellation and return of the bidder’s materials (as applicable)
and the removal of the bid from the list(s).
4.10 CONFLICT OF INTEREST
4.10.1. The resulting agreement is subject to the provisions of Chapter 112.313, Florida
Statutes. All bidders shall disclose within their bid to the City the name of any
officer, director, or agent who is also an employee of the City. Furthermore, all
bidders must disclose the name of any City employee who owns, directly or
indirectly, an interest of more than five percent (5%) in the firm or any of its
branches. Please submit to the City all information on any potential conflict of
interest related to the provision of the goods or services requested in this
Solicitation.
25-13-ITB
Page 16 of 46
4.10.2. The term “conflict of interest” refers to situations in which financial or other
personal considerations may adversely affect, or adversely affect, an employee’s
professional judgment in exercising any City duty or responsibility in
administration, management, instruction, research, or other professional activities.
4.10.3. Should the successful bidder permanently or temporarily hire any City employee
or Council member, who is, or has been, directly involved with the bidder prior to
or during performance of the resulting contract, the Agreement shall be subject to
immediate termination by the City.
4.11 PROTEST PROCEDURE
4.11.1. Following Chapter 120, Florida Statutes, any person who is adversely affected by
the terms, conditions, or specifications outlined in this bid or who is adversely
affected by a decision of the City concerning the solicitation shall file a Notice of
Intent to Protest, in writing within 72 hours after the solicitation document is posted
or after the notice of decision is posted, respectively, excluding Saturdays, Sundays,
and state holidays. A formal written protest shall be filed no later than 10 days after
the Notice of Intent to Protest is filed, excluding Saturdays, Sundays, and state
holidays. The formal written protest must be accompanied by a protest bond,
cashier’s check, or money order in the amount of one percent (1%) of the total
estimated contract value. The Notice of Intent to Protest and formal written protest
shall be filed at the following address: Procurement/Contracts Manager, 1225 Main
Street, Sebastian, FL 32958. The formal written protest shall state, with
particularity, the facts and law upon which the protest is based. Failure to file a
Notice of Intent to Protest, formal written protest, or failure to post the bond,
cashier’s check, or money order within the time frames or in the manner described
above shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.
4.11.2. Decision – If the protest is not resolved by mutual agreement, the
Procurement/Contracts Manager shall promptly investigate the basis of the protest
and, after consultation with the originating department, the City Attorney, or any
other person or entity deemed necessary, the Procurement/Contracts Manager shall
issue a decision in writing. A copy of the decision shall be furnished immediately
to the protestor and any other party determined by the Procurement/Contracts
Manager to be directly affected by the decision. The decision shall: a) State the
decision and the basis for the decision, and b) Set forth the protestor’s right to
administrative review.
4.11.3. Administrative Review – If the protestor disagrees with the decision of the
Procurement/Contracts Manager, the protestor may appeal the decision to the City
Manager, provided the protestor shall submit written notice of such appeal to the
Procurement/Contracts Manager within seven (7) calendar days of receipt of the
decision to award Any appeal of the decision by the City Manager shall be heard
by the City Council or other appropriate administrative or legal body.
25-13-ITB
Page 17 of 46
4.11.4. Stay of Procurement – In the event of a timely and properly filed protest, the
Procurement/Contracts Manager shall not proceed further with the solicitation or
award until all administrative remedies have been exhausted or until the City
Manager or City Council, as appropriate, makes a determination on the record that
the award of a contract is necessary to protect substantial interests of the City.
4.12 NO-CONTACT PERIOD / LOBBYING
During the No Contact Period, no Lobbyist, Principal, Business Associate, Business Entity,
Vendor, or other people may lobby a Council Member, Mayor, City Manager, any
Procurement Official, or any City employees except any designated Procurement Official
or Officials who may be identified in the procurement documents for purposes of receiving
questions or clarifications or for receiving bid protests. The No-Contact Period shall
commence on the initial date of the advertisement for this bid and continue through and
include the date the City Council makes its determination to approve or reject the final
recommendations. Failure to meet any of these requirements may disqualify the bidder from
consideration.
4.13 COMPLIANCE WITH LAWS AND CITY POLICIES AND PROCEDURES
Contractors are required to be familiar with all federal, state, and local laws, ordinances,
rules, and regulations that may affect their work in any manner. Failure on the part of the
Contractor to be aware of any law, ordinance, rule or regulation will in no way relieve him
from any responsibility or liability arising from the contract award. The Contractor assures
and certifies that they will comply with all laws, ordinances, rules, regulations, and all other
legal requirements. The Contractor shall abide by all OSHA, NFPA, and ADA regulations
about the hazards associated with the project, such as fall protection, lockout/tag-out, PPE,
safety barricades, portable fire suppression/extinguishers, job site first aid kits, and
emergency communication. Any fines levied due to inadequacies or failure to comply with
all requirements shall be the sole responsibility of the Contractor.
4.14 INDEPENDENT CONTRACTOR RELATIONSHIP
The contractor is and shall be, in the performance of all Services and activities under this
Agreement, an independent contractor and not an employee, agent, or servant of the City.
All persons engaged in any of the work or services performed under this agreement shall, at
all times and in all places, be subject to the contractor’s sole direction, supervision, and
control. The contractor shall exercise control over the means and manner in which it and its
employees perform the work, and in all respects, the contractor’s relationship and the
relationship of its employees to the City shall be that of an independent contractor and not
as employees or agents of the City. The contractor does not have the power or authority to
bind the City in any promise, agreement, or representation. Nothing contained herein shall
be deemed to create an association, partnership, joint venture, or relationship of principal
and agent or master and servant among the parties or any affiliate thereof or to provide any
party hereto with the right, power, or authority whether expressed or implied, to create any
such duty or obligation on behalf of any other party. The City, in its absolute discretion,
retains the right to reject, bar, or require the replacement of any employee, subcontractor,
or agent of the contractor. Such rejection shall not relieve the contractor of the obligation to
perform all work in compliance with the bid.
25-13-ITB
Page 18 of 46
4.15 CONTRACTOR’S REPRESENTATIVE
The contractor must provide a point of contact for the term of this RFP to include the name,
email address, office telephone, and cell phone numbers of the person(s) to be contacted for
the placement of an order, coordination of services, and to address other issues. If the point
of contact differs between regular work hours, after-hours, weekends, and holidays, this
must be provided. The contractor shall ensure that all personnel assigned to work on this
project on their behalf must be dressed appropriately and clean at all times. Any person who
is present on the job site on behalf of the contractor must provide and display proper
identification on their clothing at all times. The contractor must also provide the
procurement division with any updates to the primary point of contact. The City reserves
the right to require a change in the contractor’s point of contact at the City’s sole discretion.
4.16 PURCHASES BY OTHER PUBLIC AGENCIES/PIGGYBACK
With the contractor's consent and agreement, other governmental agencies, political
subdivisions within the state of Florida, or any other public entity may make purchases
under this bid. Such purchases shall be governed by the same terms and conditions stated
herein. Further, it is understood that each agency will issue its own purchase order to the
contractor. This agreement in no way restricts or interferes with the right of any other public
agency to rebid any or all of these items.
4.17 RIGHT TO USE EXISTING CONTRACTS / NON-EXCLUSIVITY
The City reserves the right to utilize any other contract, including, but not limited to, the
following: any state of Florida contract, any contract awarded by any other city or county
governmental agencies, other school boards, other community colleges/state university
system, cooperative agreements, or to directly negotiate/purchase per City policy. The City
also reserves the right to bid separately any item(s) and/or service(s) covered under this
agreement, if deemed to be in the best interest of the City, at any time during this agreement
term.
4.18 PUBLIC ENTITY CRIMES
4.18.1. A "public entity crime," as defined in Paragraph 287.133 (1) (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, involving antitrust,
fraud, theft, bribery, collusion, racketeering, conspiracy, or material
misrepresentation.
4.18.2. "Convicted" or "conviction," as defined in Paragraph 287.133 (1) (b), Florida
Statutes, means a 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 record relating
to charges brought by indictment or information after July 1, 1989, as a result of a
jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere.
4.18.3. “Affiliate” as defined in Paragraph 287.133 (1) (a), Florida Statutes, means:
25-13-ITB
Page 19 of 46
A. A predecessor or successor of a person or corporation convicted of a public
entity crime or;
B. 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 or;
C. Those officers, directors, executives, partners, shareholders, employees,
members, and agents who are active in the management of an affiliate or;
D. A person or corporation who knowingly entered into a joint venture with a
person who has been convicted of a public entity crime in Florida during
the preceding 36 months.
4.18.4. Bidder certifies that neither the entity proposing nor any of its officers, directors,
executives, partners, shareholders, employees, members, or agents who are active
in the management of the entity, nor any affiliate of the entity have been charged
with and convicted of a public entity crime subsequent to July 1, 1989. Where the
bidder is unable to certify all of the statements above, the bidder shall attach an
explanation to this bid.
4.19 BANKRUPTCY / INSOLVENCY
At the time of bid submission, the contractor shall not be in the process of or engaged in
any type of proceedings relating to insolvency or bankruptcy, either voluntary or
involuntary or receivership proceedings. If the contractor is awarded a contract for six (6)
months or longer and files for bankruptcy, insolvency, or receivership thereafter, the City
may, at its option, terminate and cancel the agreement, in which event all rights hereunder
shall immediately cease and terminate.
4.20 TERMINATION FOR CAUSE OR CONVENIENCE
The agreement resulting from this ITB can be terminated immediately for cause if a
contractor is found to have failed to perform services in a manner satisfactory to the City,
or the City may terminate without cause upon thirty (30) days’ written notice to the bidder.
In the event of either termination, the contractor shall be compensated for all services
performed to the City’s satisfaction. The City shall be the sole judge of non-performance.
4.21 RIGHT TO REJECT
4.21.1. The City reserves the right to reject any or all bid(s), to waive minor irregularities,
and/or to accept the bid(s), which in its sole judgment best serves the interest of the
City.
4.21.2. More than one bid from an individual, bidder, or association under the same or
different names will not be considered.
25-13-ITB
Page 20 of 46
4.22 INVOICING
4.22.1. Payments shall be made in accordance with Section 218, Part VII of the Florida
Statutes. Unless otherwise noted, invoices shall be mailed directly to The City of
Sebastian, Accounts Payable, 1225 Main Street, Sebastian, FL 32958. The
Contractor shall provide fully documented invoices, which indicates the basic
information listed below:
A. Name of the business organization as specified on the Contract between
City and Contractor
B. Date of invoice
C. Contractor’s invoice number
D. Contractor’s federal identification number on file with the state
E. City purchase order number and bid number
F. Unit price of the goods, services, or property provided
G. Extended total price of the goods, services, or property
H. Applicable discounts
I. Description of provided goods or services
J. Quantity of provided goods or services
K. Date(s) of delivery of provided goods or services
L. Location goods or services were delivered
4.22.2. Any invoice submitted as a result of the award of this bid shall be itemized and
match the items on the purchase order. “Lump sum” invoices shall not be submitted
and will not be accepted for multiple-line purchase orders. An invoice can only
reference one purchase order number. Invoices that do not reference valid purchase
order numbers will be returned to the contractor for resolution of the discrepancies
and resubmitted.
4.22.3. It shall be understood that invoices shall not be authorized for payment until the
work is inspected by the respective City representative and payment is approved.
The City will pay the contract price minus any liquidated damages, back charges ,
and/or other damages to the contractor upon final completion and acceptance. The
City shall provide partial payments for work completed by the contractor during
various phases of the work assignment in accordance with the unit pricing provided
25-13-ITB
Page 21 of 46
in their bid submittal, subject to an agreement on whether or not to exceed the
amount. Failure to submit invoices in the prescribed manner will delay payment.
4.23 AVAILABILITY OF FUNDS
The City's obligations under this agreement are subject to the availability of funds lawfully
appropriated for its purpose by the State of Florida and the City of Sebastian City Council.
4.24 DIRECT PURCHASES
As a holder of a current Consumer’s Certificate of Exemption, the City reserves the right to
make direct purchases of any materials and/or equipment included in the project to achieve
sales tax savings. The City shall coordinate such purchases with the Contractor. To the
extent requested by the City, the Contractor will be responsible for coordinating the
delivery, safekeeping, protection, insuring (as to those items that the Contractor will install),
inspection, installation, and testing of any materials purchased by the City, and for the
management and administration of any warranty claims pertaining to such materials and
equipment. Furthermore, furnished and installed materials directly purchased by the City
will be deducted from the Contractor’s Guaranteed Maximum Price (GMP). The contractor
shall provide a bid that includes all costs to complete the project.
4.25 PAYMENT
The City will only pay the dollar amounts authorized on the purchase order. Payment will
be made according to Chapter 218, F.S., Local Government Prompt Payment Act, after the
commodities or contractual services provided by the contractor have been received,
inspected, and found to comply with award specifications, free of damage or defect, and
correctly invoiced. Payment for partial shipments shall only be made if specified in the
purchase order. Follow these instructions to ensure timely processing of invoices for
payment. The purchase order number must appear on invoices, bills of lading, packages,
cases, delivery lists, and correspondence.
4.26 PRICE ADJUSTMENTS
4.26.1. In the event of unforeseen circumstances that di rectly impact the goods/services
provided under this bid, the City of Sebastian will consider a price adjustment
request. Upon receipt of the Contractor’s written request for a price adjustment, the
City may allow an escalation equal to the Southeaster Consumer Price Index as of
May 1st of that current year, not to exceed 3% of that current year’s annual contract
price.
4.26.2. The Contractor shall submit the price request to the Procurement Division thirty
(30) calendar days before the requested effective increase date. The City may
approve a price increase at its sole discretion.
4.26.3. Any purchase order issued before the approval of the price increase will not be
modified.
25-13-ITB
Page 22 of 46
4.26.4. The contractor shall only be entitled to an automatic increase in labor rates due to
minimum wage increases if providing a request for adjustment at least 30 days
before the effective change.
4.27 CHANGE ORDERS
4.27.1. Without invalidating the contract documents, and without notice to the surety, the
City of Sebastian reserves the right to make increases, decreases or other changes
in the character or quantity of the work under the bid and contract documents as
may be considered necessary or desirable to complete the work in a manner
satisfactory to the City of Sebastian. The City reserves the right to order changes
which may result in additions to or reductions from the amount, type or value of
the work shown in the bid or contract documents, provided that they are within the
general scope of the bid documents or contract documents.
4.27.2. All changes will be authorized only by a written change order utilizing the City’s
standard form and approved in advance of the change by the designated project
manager of the City. The contractor is required to provide the project manager with
a detailed cost breakdown of material costs, labor costs, labor rates by trade, and
work classification and overhead rates supporting the amount of the change, as well
as an explanation of the cost and any revision to the Project completion time. If the
contractor fails to notify the project manager of any schedule changes associated
with the proposed change, it will be deemed to be an acknowledgement by
contractor that the proposed work will not have any scheduling consequences. Any
net increase to the pricing must also be approved and documented with a revised
purchase order by City.
4.28 SUBCONTRACTORS AND SUPPLIERS
The bidder is required to identify any subcontractors or suppliers that will be used in the
performance of the proposed contract and to clearly identify in their submission the names,
portions, and percentages of work to be performed by their subcontractors or suppliers. The
contractor shall be solely responsible for all acts and omissions of its subcontractors or
suppliers. Nothing in the bid and contract documents creates any contractual relationship
between subcontractors or suppliers and the City of Sebastian. The contractor shall be
responsible for the timely payment of its subcontractors and suppliers as required by Florida
Statute Chapter 218.735. Failure to comply with these payment requirements will place the
contractor in default of the contract.
4.29 ASSIGNMENT
The contractor shall not assign, transfer, convey, sublet, or otherwise dispose of this
agreement, or of any or all of its rights, title, or interest therein, or its power to execute such
agreement to any person, firm, or corporation without prior written authorization by the
City.
25-13-ITB
Page 23 of 46
4.30 SILENCE OF SPECIFICATIONS
Any omissions of detail in the specifications stated herein that would render the
commodities from use, as specified herein, will not relieve the contractor from
responsibility.
4.31 DISCRIMINATION
The bidder shall not practice or condone personnel or supplier discrimination of any nature
whatsoever, in any manner proscribed by federal or state of Florida laws and regulations.
The City of Sebastian will not knowingly do business with vendors, bidders, or contractors
who discriminate against those protected by state and federal law. Through the course of
providing services to the City, contractors shall affirmatively comply with all applicable
provisions of Title VI of the Civil Rights Act of 1964, the Civil Rights Restoration Act of
1987, and the Florida Civil Rights Act of 1992, as well as all other applicable regulations,
guidelines, and standards. Any person who believes their rights have been violated should
report such discrimination to the City.
4.32 AUDIT AND INSPECTION
The City or its representative reserves the right to inspect or audit the contractor's documents
and records about the products and services delivered under this bid. Such rights will be
exercised with notice to the contractor to determine compliance with and performance of
the terms, conditions, and specifications on all matters, rights, duties, and obligations this
bid establishes. Documents or records in any form shall be open to the city’s representative
and may include but are not limited to all correspondence, ordering, payment, inspection,
and receiving records, contracts, or sub-contracts that directly or indirectly pertain to the
transactions between the City and the contractor.
4.33 INDEMNIFICATION
The contractor and its Subcontractor(s) shall indemnify, defend, and hold harmless the City
and its officers and employees from all claims, demands, liabilities, damages, losses, and
costs, including, but not limited to, reasonable attorneys’ fees, to the extent caused by the
negligence, recklessness, or intentionally wrongful conduct of the contractor or its Sub-
Contractor(s) and other persons employed or utilized by the Contractor or its
subcontractor(s) in the performance of the agreement; regardless of the negligence of the
indemnitee or its officers, directors, agents, or employees. However, such indemnification
shall not include claims of, or damages resulting from, gross negligence or willful, wanton,
or intentional misconduct of the indemnitee or its officers, directors, agents, or employees.
Upon request of the City, the contractor or its subcontractor(s) shall, at no cost or expense
to the City, indemnify and hold the City harmless of any suit asserting a claim for any loss,
damage, or liability specified above and the contractor or its subcontractor(s) shall pay any
cost and reasonable attorneys’ fees that the City may incur in connection with any such
claim or suit or in enforcing the indemnity granted above. Nothing in this agreement shall
be construed as the City waiving its sovereign immunity according to 768.28, et seq., Florida
Statutes, or any other sovereign or governmental immunity. This provision shall survive the
termination of this bid.
25-13-ITB
Page 24 of 46
4.34 CONTRACTS AND AMENDMENTS
The contents of this bid and all provisions of the contractor’s submittal shall be considered
an agreement and become legally binding. Any changes to the provisions hereinafter
awarded must be in writing and signed by both Parties.
4.35 SCRUTINIZED VENDOR CERTIFICATION
4.35.1. Bidder certifies under penalties of perjury, as of the date of this solicitation to
provide goods and/or services to the City, that it:
A. Does not participate in a boycott of Israel; and
B. Is not on the Scrutinized Companies that Boycott Israel List; and
C. Is not on the Scrutinized Companies with Activities in Sudan List; and
D. Is not on the Scrutinized Companies with Activities in the Iran Petroleum
Energy Sector List; and
E. Has not engaged in business operations in Cuba or Syria.
4.35.2. Submitting a false certification shall be deemed a material breach of contract. The
City of Sebastian shall provide notice, in writing, to the bidder of the City’s
determination concerning the false certification. The contractor shall have sixty-
(60) days following the receipt of the notice to respond in writing and demonstrate
that the determination of false certification was made in error. If the bidder
determines, using credible information available to the public, that a false
certification has been submitted by bidder, this contract may be terminated and a
civil penalty equal to the greater of $2 million or twice the amount of this contract
shall be imposed, pursuant to F.S. 287.135 Said certification must also be submitted
at the time of Contract renewal.
4.35.3. Section 287.135, Florida Statutes, generally prohibits state agencies and
departments, and local government entities from: 1) contracting with companies for
goods or services in any amount if at the time of proposing on, proposing a bid for,
or entering into or renewing a contract if the company is on the Scrutinized
Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida
Statutes, or is engaged in a boycott of Israel; and 2) contracting with companies,
for goods or services over $1,000,000.00 that are on either the Scrutinized
Companies with activities in the Sudan List or the Scrutinized Companies with
Activities in the Iran Petroleum Energy Sector List, created pursuant to Section
215.473, Florida Statute, or have been engaged in business operations in Cuba or
Syria.
4.35.4. As provided in F.S. 287.135, by entering into this contract or performing any work
in furtherance hereof, the bidder certifies that it, its affiliates, suppliers,
25-13-ITB
Page 25 of 46
subcontractors and consultants who will perform hereunder, have not been placed
on the Scrutinized Companies that Boycott Israel List; engaged in a boycott of
Israel, pursuant to F.S. 215.4725; have not been placed on the Scrutinized
Companies With Activities in Sudan List or Scrutinized Companies With Activities
in The Iran Petroleum Energy Sector List created pursuant to F.S. 215.473; or
engaged in business operations in Cuba or Syria.
4.36 LICENSING, CERTIFICATION, AND REGISTRATION
4.36.1. Contractors must show their current Business Tax Receipt, as well as any licenses
required by Chapter 489, F.S., Section 62C-20 (F.A.C.), and/or by the US EPA.
Contractors who are required to be registered with the Florida Department of State,
Division of Corporations or who are incorporated within the state of Florida must
furnish their Florida document number and a screenshot of their “active” status. All
registered contractors must have an active status to be eligible to do business with
the City. Contractors doing business under a fictitious name, on page 1, must submit
their offer using the company’s complete registered legal name; for example, ABC,
Inc. d/b/a XYZ Company. If the contractor is not located in Florida, the contractor
must provide their state’s document number and a screenshot of their current, date-
identified “active” status with their submittal.
4.36.2. All licenses shall be up to date. Contractors must provide their current contractor’s
license, prior to starting work. If the bidder is a State Certified General Contractor,
or a State Registered General Contractor the bidder must be registered with the City
of Sebastian.
4.37 TAXES
Although the City of Sebastian is exempt from federal and state sales and use taxes,
contractors or vendors doing business with the City are not exempted from paying said taxes
to their supplier for goods or services purchased to fulfill the contractual obligations with
the City, nor shall any contractor or vendor be authorized to use the City’s Tax Exemption
Number in securing such materials.
4.38 CONFIDENTIAL, PROPRIETARY, OR TRADE SECRET MATERIAL
If the Contractor considers any portion of the documents, data, or records submitted in
response to this Bid to be a confidential trade secret, or otherwise not subject to disclosure
under Chapter 119 Florida Statutes, the Florida Constitution or other authority, the
contractor must also simultaneously provide the City with a separate redacted copy of its
response. The redacted copy shall contain the City’s solicitation name, number, and the
name of the Contractor on the cover, and shall be clearly titled “Redacted Copy.” The
contractor must also include next to each redaction the statutory basis for the exemption.
The contractor shall be responsible for defending its determination that the redacted portions
of its response are a confidential, trade secret, or otherwise not subject to disclosure. Further,
the contractor shall protect, defend and indemnify the City for any claims from or relating
to the contractor’s determination that the redacted portions of its response are confidential,
proprietary, trade secret, or otherwise not subject to disclosure. If the contractor fails to
25-13-ITB
Page 26 of 46
submit a Redacted Copy with its response, the City is authorized to produce the entire
documents, data, or records submitted by the contractor in response to a public records
request for these records.
4.39 FAVORED NATION CLAUSE
Based on similar size and quantity, it is understood that the contractor is providing the City
the same or better pricing than other governmental agencies. If during the term of this
agreement, the City identifies better pricing for the same item, the Contractor agrees to offer
the City the reduced price.
4.40 LIQUIDATED DAMAGES
4.40.1. The contractor agrees to the use of liquidated damages in the event the contractor
fails to perform by the provisions herein. The Contractor hereby agrees, as part
consideration for awarding the Agreement, to pay the City the sum of One-Hundred
Dollars ($100.00), for each and every calendar day that the Contractor shall be in
default after the time stipulated in the Agreement for completing the Work. The
Contractor and City acknowledge and agree that said sum is not a penalty but
liquidated damages for breach of contract
4.40.2. On the occasion where the contractor is in default of the Agreement, or any material
provision thereof, or fails to remedy any deficiency in performance, the City may
procure the necessary supplies or services from an alternative source and hold the
contractor financially responsible for any excess costs incurred. The difference
between the Bid price of the product or service and the actual price paid may be
deducted from any current or future obligations owed to the contractor as liquidated
damages.
4.41 FORCE MAJEURE
Neither Party shall be liable for any failure or delay in performing any duty, requirement,
or obligation under this agreement that is due to any of the following causes, to the extent
beyond its reasonable control: fire, hurricane, earthquake, explosion, wars, sabotage,
accident, flood, acts of God, epidemic, pandemic, quarantine, riots, civil commotion, acts
of government authorities, changes in laws or regulations strikes, or other labor disputes, or
because of any other matter or condition beyond the control of either party and which cannot
be overcome by reasonable diligence and without unusual expense.
4.42 REPORT OF UNSATISFACTORY PRODUCTS OR SERVICES
A Vendor Performance Report form will be utilized to document unsatisfactory
performance during the term of this bid. The report may become an important part of the
contractor’s history. The report and process will assist the City in determining whether there
is a continuing pattern of problems that may need to be addressed through termination of
contract and/or suspension of the contractor from future bidding.
25-13-ITB
Page 27 of 46
4.43 E-VERIFY
In accordance with State of Florida, Office of the Governor, Executive Order 11 -116
(superseding Executive Order 11-02; Certification of Employment Status), in the event
performance of this Agreement is or will be funded using state or federal funds, the
contractor must comply with the Employment Eligibility Verification Program developed
by the federal government to verify the eligibility of individuals to work in the United States
and 48 CFR 52.222-54 (as amended) is incorporated herein by reference. The contractor
shall (1) enroll in the U.S. Department of Homeland Security’s E-Verify system, (2) utilize
E-Verify to verify the employment eligibility of all new employees hired during the term of
the contract (3) utilize E-Verify to verify the employment eligibility of all employees
assigned to the contract; and (4) shall expressly require any subcontractors performing work
or providing services pursuant to the contract to likewise utilize E-Verify to verify the
employment eligibility of all new employees hired by the subcontractor during the contract
term. Information on registration for and use of the E-Verify system can be obtained at the
U.S. Department of Homeland Security website: http://www/dhs.gov/E-Verify.
4.44 IMMIGRATION LAWS
The City will not intentionally award City contracts to any firm who knowingly employs
unauthorized alien workers, constituting a violation of the employment provisions contained
in an 8 U.S.C. Section 1324 a(e) (Section 274A (e) of the Immigration and Nationality Act
(“INA”). Refer to E-Verify Acknowledgment in solicitation documents.
4.45 FLORIDA CONVICTED/SUSPENDED/DISCRIMINATORY COMPLAINTS
By submission of a bid, Respondent affirms that it is not currently listed in the Florida
Department of Management Services Convicted/Suspended/Discriminatory Complaint
Vendor List.
4.46 DRUG-FREE WORKPLACE
4.46.1. In accordance with Florida Statute Section 287.087, bidder certifies the following:
A. A written statement is published notifying employees that the unlawful
manufacture, distribution, dispensing, possession or use of a controlled
substance is prohibited in the workplace named above and specifying
actions that will be taken against violations of such prohibition.
B. Employees are informed about the dangers of drug abuse in the work place,
the bidder’s policy of maintaining a drug free working environment, and
available drug counseling, rehabilitation, and employee assistance
programs, and the penalties that may be imposed upon employees for drug
use violations.
C. Employees are notified that as a condition of working on the commodities
or contractual services being solicited, they will notify the employer of any
conviction of, plea of guilty or nolo contendere to, any violation of Chapter
893, or of any controlled substance law of the State of Florida or the United
25-13-ITB
Page 28 of 46
States, for a violation occurring in the work place, no later than five (5) days
after such conviction, and requires employees to sign copies of such written
statement to acknowledge their receipt.
D. The bidder/employer imposes a sanction, or requires 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.
E. The bidder/employer makes a good faith effort to continue to maintain a
drug free work place through the Implementation of the drug free workplace
program.
4.47 DEBARMENT AND SUSPENSION
4.47.1. The bidder certifies to the best of its knowledge and belief that it and its principals:
A. Are not presently debarred, suspended, proposed for disbarment, declared
ineligible, or voluntarily excluded from covered transactions by any Federal
department or agency;
B. Have not within a three-year period preceding this application been
convicted 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 had one or
more public transactions (Federal, State or local) terminated for cause or
default.
E. The City of Sebastian will not make award to parties listed on the
government wide exclusions in the System for Award Management (SAM).
4.48 NOTICE
Whenever either Party desires to give notice unto the other, it must be given by written
notice, sent by registered United States mail, with return receipt requested, addressed to the
party for whom it is intended, at the place last specified, and the place for giving of notice
in compliance with the provisions of this paragraph. For the present, the Contractor
25-13-ITB
Page 29 of 46
designates the address set forth on the first page of this bid document as its place for
receiving notice, and the City designates the following address for such notice:
City of Sebastian
Attention: Procurement/Contracts Manager
1225 Main Street, Sebastian, FL 32958
Telephone: 772-388-8231
Email: jessgraham@cityofsebastian.org.
4.49 RIGHTS IN DATA
The City of Sebastian is and will remain the owner of all data provided to the contractor by
the City under this contract. The contractor will not use such data for any purpose other than
providing services and support to the City under this bid, nor will any part of such data be
sold, assigned, leased, or otherwise disclosed to third parties (other than authorized
subcontractors for purposes of performance of the Services) or commercially exploited by
or on behalf of the contractor. The contractor will not possess or assert any lien or other
right against such data.
4.50 DATA TRANSMISSION
The contractor agrees that any transmission or exchange of system application data with the
City and/or any other parties shall take place via secure means using current industry
approved encryption standards.
4.51 DATA BREACH
Contractor agrees to comply with the State of Florida Database Breach Notification Act
outlined in Section 501.171, F.S. In the event of a breach described in Section 501.171, F.S.
("Notification Event"), Contractor will notify the City immediately and will comply with
the requirements of Section 501.171, F.S. assume responsibility for all costs associated with
complying with the breach notification and informing all such individuals by applicable
law. The Contractor agrees to indemnify, hold harmless and defend the City and its trustees,
officers, and employees from and against any claims, damages, or other harm related to such
Notification Event.
4.52 COPYRIGHTS
The parties want to ensure that the City has the ability to obtain copyrights, trademarks,
service marks, etc. on the items created as part of this contract. Consultant agrees that any
work prepared for the City which is eligible for copyright protection in the United States or
elsewhere shall be work made for hire as a commissioned work. If any such work is deemed
for any reason not to be work made for hire, Consultant assigns all right, title and interest
in the copyright in such work, included but not limited to copyrights in text, two-
dimensional and three-dimensional representations or animations, and all extensions and
renewals thereof, to the City, and agrees to provide all assistance reasonably requested by
the City in the establishment, preservation and enforcement of its copyright in such work,
such assistance to be provided at the City’s expense but without additional compensation to
Consultant. Consultant agrees to waive all artist’s rights and moral rights under Federal,
State or International law, relating to the work developed or produced, including without
25-13-ITB
Page 30 of 46
limitation any and all rights of identification of authorship and any and all rights of approval,
restriction or limitation on use of subsequent modification.
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
25-13-ITB
Page 31 of 46
SECTION 5
REQUIRED
FORMS
25-13-ITB
Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 32 of 46
CONTACT INFORMATION SHEET
DUE DATE: March 27, 2025
Bids due on or before 2:00 PM LOCAL TIME
City of Sebastian
ATTN: Procurement
1225 Main Street
Sebastian, Florida 32958
Check the Addenda for any revised opening dates before
submitting your bid. Bid(s) received after the date and
time stated above will not be opened.
CONTACT:
Jessica Graham, CPPB
Procurement/Contracts Manager
(772) 388-8231
jessgraham@cityofsebastian.org
ITB TITLE: Law Enforcement Dock Hose Stations
ITB NO.: #25-13-ITB
Proposer Name and “Doing Business As”, if applicable:
Federal Tax Identification Number:
Address:
City: State: Zip Code:
Telephone No: Fax No:
E-Mail Address of Authorized Representative:
I certify that I have carefully examined the ITB document and associated documents, including the Addenda, accompanying
or made a part of this solicitation. I further certify that all information contained in this bid is truthful to the best of my
knowledge and belief and that I am duly authorized to submit this bid on behalf of the proposer named above and that the
proposer is ready, willing, and able to perform if awarded.
In compliance with this solicitation, and subject to all conditions herein, I hereby propose and agree to furnish the goods
and /or services specified in the ITB at the prices or rates in my bid and prices will remain for a period of ninety (90) days
to allow the City adequate time to evaluate the bid.
__________________________________________________________________
Signature of Authorized Representative (Manual)
__________________________________________________________________
Name of Authorized Representative (Typed or Printed)
___________________________________________ ________________
Title Date
Each bid submittal must include the signature of an officer or employee with the authority to bind the contractor in
the space(s) provided. If the individual is not listed on Sunbiz.org, a Corporate Resolution shall be provided. If a corporate
resolution is not provided for the bid submittal, the bid submittal shall be marked non-responsive.
The City reserves the right to reject any and all bids or to accept any bid or portion deemed to be in the City's best interest
and waive any non-substantial irregularities.
25-13-ITB
Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 33 of 46
CORPORATE RESOLUTION
I, ______________________________, Board President of ______________________________, a
corporation organized and existing under the laws of the State of _____________________, hereby certify
that at a meeting of the Board of Directors of the Corporation duly called and held on
_____________________, 202__, at which a quorum was present and acting throughout, the following
resolutions were adopted and are now in full force and effect:
RESOLVED that the following individual of this corporation is authorized to execute on behalf of this
corporation bids and agreements, of which bids and agreements include a hold harmless and
indemnification clause.
I further certify that the names of the officers of this corporation and any other persons authorized to act
under this resolution and their official signatures are as follows:
NAME OFFICIAL SIGNATURE
IN WITNESS WHEREOF, I have hereunto subscribed my name as Board President and affixed the seal
of the corporation this _____ day of ____________, 2025.
Board President Signature: __________________________________________________
STATE OF _________________
COUNTY OF _________________
The foregoing instrument was acknowledged before me, by means of ___ physical presence or ___ online
notarization, this _______ day of _______________, _______ (year) by
_____________________________, who is personally known to me or who has produced
_______________________________ as identification and who did (did not) take an oath.
______________________ (Signature of Notary Public)
______________________ (Name of Notary – Typed, printed or stamped)
______________________ (Notary Seal / Serial Number)
______________________ (Date)
25-13-ITB
Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 34 of 46
STATEMENT OF BIDDER’S QUALIFICATIONS
Solicitation Title:
Solicitation Number:
Name of Proposer: ______________________________________________________________
Professional License Type and Number: _____________________________________________
(1) How long has your organization performed services under your present name?
(2) How long has your company provided LAW ENFORCEMENT DOCK HOSE STATIONS as a
contractor or subcontractor?
(3) Has your organization, any officer, or partner failed to complete any work awarded to you? If
so, where and why?
(4) Has your company been in disputes or litigations in the last five (5) years over past or present
projects? If so, describe the nature of the dispute or litigation and state the Owner's Name, Address,
Telephone, and number of disputes or litigations. (Use additional sheets if necessary.)
(5) Has the bidder’s organization or any of its officers, received a reprimand of any nature or been
suspended by the Department of Professional Regulations or any other regulatory agency or
professional association within the last five (5) years? ( ) YES ( ) NO
(6) Has the bidder’s organization been declared in default, terminated, or removed from a contract or
job related to the services your company provides in the regular course of business within the last
five (5) years ( ) YES ( ) NO
(7) Has your organization filed any request for equitable adjustment, contract claims, protest, or
litigation in the past five (5) years related to the services provided in the regular course of business?
( ) YES ( ) NO
I hereby certify that all statements made are true and I a gree and understand that any misstatement or
misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of this ITB
for the City of Sebastian.
Signature of Contractor’s Authorized Official Date
Name and Title of Contractor’s Authorized Official
25-13-ITB
Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 35 of 46
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
STATE OF _________________________________
COUNTY OF _________________________________
__________________________ , being duly sworn, deposes and says that:
(1) He/she is of, the (Title) (Firm/Company) bidder that has submitted the attached bid.
(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 bid price or the bid price of any other bidder, or to secure through an collusion, conspiracy,
connivance or unlawful Agreement any advantage against the City of Sebastian, 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)
____________________________________
(Title)
STATE OF _________________
COUNTY OF _________________
The foregoing instrument was acknowledged before me, by means of ___ physical presence or ___ online
notarization, this _______ day of _______________, _______ (year) by
_____________________________, who is personally known to me or who has produced
_______________________________ as identification and who did (did not) take an oath.
______________________ (Signature of Notary Public)
______________________ (Name of Notary – Typed, printed or stamped)
______________________ (Notary Seal / Serial Number)
______________________ (Date)
25-13-ITB
Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 36 of 46
DRUG FREE WORKPLACE PROGRAM
In accordance with Section 287.087, Florida State Statues, preference shall be given to businesses with
drug-free workplace programs. Whenever two or more bids or replies are received by the City that are equal
with respect to price, quality, and service for the procurement of commodities or contractual services, a bid
or reply received from a business that certifies that it has implemented a drug-free workplace program shall
be given preference in the award process. Established procedures for processing tie bids will be followed
if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace
program, a business shall:
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
bid a copy of the statement specified in subsection (1).
4) In the statement specified in subsection (1), notify the employees that, as a condition of working
on the commodities or contractual services that are under bid, the employee will abide by the terms
of the statement and will notify the employer of any conviction of, or plea of guilty or nolo
contendere, to any violation of Florida Statute, Chapter 893 or of any controlled substance law of
the United States or any state, for a violation occurring in the workplace, not 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 a drug-free workplace through implementation of
this section.
As the person authorized to sign such statement, I certify that the firm complies fully with the above
requirements and indicate the program was implemented.
Authorized Signature
Company
Date
25-13-ITB
Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 37 of 46
CERTIFICATION REGARDING DEBARMENT AND SUSPENSION
1) This contract is a covered transaction for purposes of 2 CFR Part 180 and 2 CFR Part 3000 . As
such, the contractor is required to verify that none of the contractor’s principles (defined at 2 CFR
§ 180.995) or its affiliates (defined at 2 CFR § 180.905) are excluded (defined at 2 CFR § 180.940)
or disqualified (defined at 2 CFR § 180.935).
2) The contractor must comply with 2 CFR Part 180, subpart C and 2 CFR Part 3000, subpart C and
must include a requirement to comply with these regulations in any lower tier covered transaction
it enters into.
3) This certification is a material representation of fact relied upon by the City of Sebastian. If it is
later determined that the contractor did not comply with 2 CFR Part 180, subpart C and 2 CFR
Part 3000, subpart C, in addition to remedies available to the City of Sebastian, the Federal
Government may pursue available remedies, including but not limited to suspension and/or
debarment.
4) The bidder or proposer agrees to comply with the requirements of 2 CFR Part 180, subpart C and
2 CFR Part 3000, subpart C while this offer is valid and throughout the period of any contract that
may arise from this offer. The bidder or proposer further agrees to include a provision requiring
such compliance in its lower tier covered transactions.
_____________________________________ _____________________________________
Authorized Signature Address
_____________________________________ _____________________________________
Printed Name & Title City, State, Zip Code
_____________________________________ _____________________________________
Company Date
25-13-ITB
Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 38 of 46
CERTIFICATION REGARDING PROHIBITION AGAINST CONTRACTING WITH
SCRUTINIZED COMPANIES
I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority-
owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for
the purpose of making profit have been placed on the Scrutinized Companies that Boycott Israel List created
pursuant to s. 215.4725 of the Florida Statutes, or are engaged in a boycott of Israel.
In addition, if this solicitation is for a contract for goods or services of one million dollars or more, I hereby
certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority -owned
subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the
purpose of making profit are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473 of the
Florida Statutes, or are engaged in business operations in Cuba or Syria as defined in said statute.
I understand and agree that the City may immediately terminate any contract resulting from this solicitation
upon written notice if the undersigned entity (or any of those related entities of respondent as defined above
by Florida law) are found to have submitted a false certification or any of the following occur with respect
to the company or a related entity: (i) it has been placed on the Scrutinized Companies that Boycott Israel
List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars
or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in
business operations in Cuba or Syria.
Authorized Signature
Printed Name & Title
Date
25-13-ITB
Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 39 of 46
APPENDIX A, 44 C.F.R. PART 18 – CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements
(To be submitted with each bid or offer exceeding $100,000.00)
The undersigned certifies, to the best of his or her knowledge, 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-LLL, “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.C. 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
The Contractor, ____________________________________________, 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. Chap. 38, Administrative Remedies for False
Claims and Statements, apply to this certification and disclosure, if any.
Signature of Contractor’s Authorized Official
Name and Title of Contractor’s Authorized Official
Date
25-13-ITB
Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 40 of 46
CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN
PROHIBITED AFFIDAVIT
The Contracting with Entities of Foreign Countries of Concern Prohibited Affidavit Form
(“Form”) is required by Section 287.138, Florida Statutes (“F.S.”), which is deemed as being
expressly incorporated into this Form. The Affidavit must be completed by a person authorized to
make this attestation on behalf of the Bidder/Proposer for the purpose of submitting a bid, proposal,
quote, or other response, or otherwise entering into a contract with the County. The associated bid,
proposal, quote, or other response will not be accepted unless and until this completed and
executed Affidavit is submitted to the City.
___________________________________________does not meet any of the criteria set forth
Bidder's/Proposer's Legal Company Name
in Paragraphs 2 (a) – (c) of Section 287.138, FS.
Pursuant to Section 92.525, F.S., under penalties of perjury, I declare that I have read the foregoing statement
and that the facts stated in it are true.
Print Name of Bidder's/Proposer's Authorized Representative: ___________________________________
Title of Bidder's/Proposer's Authorized Representative: ___________________________________
Signature of Bidder's/Proposer's Authorized Representative: ___________________________________
Date: ________________________
25-13-ITB
Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 41 of 46
REFERENCE LIST
Bidder’s Name:
List a minimum of three (3) client references that can speak to the proposer’s experience and performance,
within the last five (5) years. At least two (2) of these references should be government entities with a
minimum of 150 or more employees. The City will conduct Reference Checks for the provided references.
If the contact information is incorrect or the reference does not respond, the proposer will lose points
awarded for this criterion. Use additional sheets as necessary.
Reference #1
Company Name:
Location (City, State):
Contact Person:
Contact Number:
Email Address:
Dates of Service:
Services Provided:
Reference #2
Company Name:
Location (City, State):
Contact Person:
Contact Number:
Email Address:
Dates of Service:
Services Provided:
Reference #3
Company Name:
Location (City, State):
Contact Person:
Contact Number:
Email Address:
Dates of Service:
Services Provided:
25-13-ITB
Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 42 of 46
SUBCONTRACTOR LIST
Bidder’s Name: Phone #:
ITB Title: Law Enforcement Dock Hose Stations
ITB #: 25-13-ITB
NOTE: List all sub-contractors and the percentages of work to be performed on this project, If sub -
contractors will not be used on this agreement, check the box below. Form must be submitted with your
bid. Use additional sheets if necessary.
The City reserves the right to reject any bids if the proposer names sub-contractors who have previously
failed in the proper performance of an award, or failed to deliver on time contracts of a similar nature, or
who is not in a position to perform under this award. The City reserves the right to inspect all facilities of
any sub-contractor in order to make a determination as to the foregoing.
Company
Name
Work To Be Performed
and Percentage of Work
to be Performed
Contact
Person
Telephone
Number
1
2
3
4
5
6
I affirm that sub-contractor(s) will not be used to complete projects under this agreement.
Authorized Signature
Printed Name & Title
Date
25-13-ITB
Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 43 of 46
ADDENDA ACKNOWLEDGEMENT
Bidder’s Name: Phone #:
ITB Title: Law Enforcement Dock Hose Stations
ITB #: 25-13-ITB
Bidder shall indicate below all Addenda received. Acknowledgment confirms receipt and understanding
of the issued Addenda. Bidder understands that failure to acknowledge any addenda issued may cause
their bid to be considered non-responsive. To verify the number of addenda (if any), a bidder may contact
the Procurement Division at (772) 388-8231.
ADDENDUM
#
DATE
RECEIVED
1
2
3
4
5
6
7
No Addenda was received in connection to this solicitation.
Print Preparer’s Name: Title:
Signature:
Date:
25-13-ITB
Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 44 of 46
TRENCH SAFETY ACT (IF APPLICABLE FOR THIS PROJECT)
SECTIONS 553.60-553.64, FLORIDA STATUTES
NOTICE TO BIDDERS:
In order to comply with the Trench Safety Act, the Bidder is required to specify the costs of compliance.
These costs are not a separate pay item. The Bidder must also reference the Trench Safety Standards
which will be in effect during construction, and assure in writing that the Bidder will comply with the
applicable Trench Safety Standards.
Trench Safety
Measure
Units of
Measure Quantity Unit Cost Extended Cost
_____________ _________ ___________ ___________ ____________
_____________ _________ ___________ ___________ ____________
_____________ _________ ___________ ___________ ____________
_____________ _________ ___________ ___________ ____________
_____________ _________ ___________ ___________ ____________
_____________ _________ ___________ ___________ ____________
_____________ _________ ___________ ___________ ____________
_____________ _________ ___________ ___________ ____________
_____________ _________ ___________ ___________ ____________
_____________ _________ ___________ ___________ ____________
_____________ _________ ___________ ___________ ____________
_____________ _________ ___________ ___________ ____________
TOTAL $___________
Company Name Authorized Representative
Authorized Representative Signature Date
25-13-ITB
Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 45 of 46
LOCAL VENDOR PREFERENCE AFFIDAVIT
Legal Name of Firm:
Contact Person: Telephone:
Email Address:
Remit Address:
Physical Address:
Sebastian or County Tax Receipt Number: Current Date Issued
☐ Required copies attached? Previous Date Issued
Number of full-time employees working in the City of Sebastian (for
city preference) or Indian River County (for county preference):
I certify that my company meets the following qualifications to be eligible for local vendor preference:
(1) Maintains a valid business tax receipt issued by either the City of Sebastian or Indian River County, at
least one (1) year prior to the opening of a bid for which the business may seek local vendor preference,
and
(2) Maintains a physical business address located within the City of Sebastian or Indian River County, from
which the vendor is operating or performing its business, and at which it maintains full-time employees.
Note: A post office box shall not be considered a physical business address.
I certify that under the penalty of perjury, the foregoing statements are true and correct. I also acknowledge that any
person, firm, corporation or entity intentionally submitting false information to the City in an attempt to qualify for
local preference shall lose the privilege to claim local preference status for a period of two (2) years.
____________________________________ _____________________
Authorized Signature Date
____________________________________ _____________________
Printed Name Title
NOTARY
____________________________________ _____________________
Witness Date
25-13-ITB
Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 46 of 46
SECTION 6 – BID PRICE FORM
Item Description Total Price
Design and Permitting Fee $
Materials and labor to supply and install underground piping, dock
piping, and hose stations per bid specifications. $
Total Bid Price $
The bid prices shall remain good for ninety (90) days after the due date of this ITB.
By affixing their signature to the Bid Price Form, the Bidder hereby states that they have read all
bid specifications, terms, and conditions outlined in the ITB and agree to such. Bidder declares
that the individual signing this Bid Price Form has the legal capacity to sign on behalf of Bidder
and to obligate Bidder contractually.
Furthermore, Bidder hereby agrees to provide the services described in the ITB for the unit or lump
sum prices as noted below, which includes all supervision, labor, materials, equipment, supplies,
machinery, tools, apparatus, insurance, bonds, transportation, overhead, profit, applicable taxes
and costs of all kinds necessary to complete the services.
Signature of Contractor’s Authorized Official
Name and Title of Contractor’s Authorized Official
Date