HomeMy WebLinkAboutCSA #11 PD Roof Bid Process Purchase Order 11404CITY OF SEBASTIAN
ATTN: FINANCE
1225 MAIN STREET
SEBASTIAN, FL
32958
Mail Invoices In Duplicate To
Above Address
Vendor
Kirnley-Horn & Associates, Inc.
P. 0. Box 932520
Purchase
order 00011404-00 FY 2025
The Above Purchase order Number Must Appear
On All Correspondence - Packing sheets And
Bills Of Lading
Atlanta, GA
31193-2520
Tel 561-562-7981 Requisition
Fax 561-562-9689 00008820
Date Ivendor JDate Iship
Ordered (Number (Required Ivia ITerms
e t P r o LcUT'2T TrCOY t i c e r
Ship To
CITY OF SEBASTIAN
ATTN: FINANCE
1225 MAIN STREET
SEBASTIAN, FL
32958
Department
PARKS/RECREATION
Paae 1
� i 1 4AM -4 9 9 i ►i 4 4-1 Lei I i 1 ► i JA U 1 I;
1. ACCEPTANCE OF PURCHASE ORDER. A Purchase Order is given for immediate acceptance by the Seller. Unless promptly notified to the contrary, the City will
assume the Seller accepts the order as written and will make delivery as specified on the document.
2. ENTIRE AGREEMENT. All specifications, drawings and data submitted to the Seller with this order or the solicitation of this order are hereby incorporated herein
and made part hereof. This contract contains the entire agreement of the parties. No change in quantities, prices, specifications, terms, or shipping instructions
will be allowed except on written authority of the City Purchasing Department. Any additional or different terms and conditions proposed by the Seller are
objected to and hereby rejected unless specifically agreed to by the City.
3. INDEMNIFICATION. The Seller hereby agrees to indemnify, save and held harmless the City from all claims, demands, liabilities and suits arising out of, because
of, or due to the breach of the Agreement by the Seller, its agents or employees, or due to any act of occurrence of omission or commission of the Seller, its
agents or employees. It is specifically understood and agreed that this indemnification agreement does not cover or indemnify the City for Its own negligence
or breach of contract.
4. MODIFICATION. The City may by written Order make changes in the specifications, If such changes cause an Increase or decrease in the Seller's cost or in the
time required for performance of Contract: (a) the Seller shall promptly notify the City and assert its claim for adjustment within fifteen (15) calendar days and
(b) an equitable adjustment shall be made by the City and the Contract modified accordingly. Nothing in this clause shall excuse the Seiler from performing.
5. DEFAULT. Time is of the essence of this contract and if delivery of acceptable items or rendering of services is not completed by the time specified by City, the
City reserves the right without liability, in addition to its other rights and remedies to terminate this contract by notice effective when received by the Seller, as
to stated items not yet shipped or services not yet rendered, and to purchase substitute items or services elsewhere and charge the Seller with any and all losses
incurred.
6. TRANSPORTATION CHARGES. Transportation expenses for all shipments shall be prepaid to destination. Shipments sent C.O.D. or freight collect without
the City's written consent will not be accepted and will at Seller's risk and expense be returned to Seller. No charges will be allowed by the City for
transportation, packing, cartage or container's unless otherwise authorized in the Purchase Order.
7. UNAVOIDABLE DELAY. If the Seller is delayed in the delivery of goods purchased under the Purchase Order by a cause beyond !%control, Seller must
immediately upon receiving knowledge of such delay, give written notice to the City and request a reasonable extension of time. The City shall examine the
request and determine if the Seller is entitled to an extension.
8. QUANTITY. Quantities furnished in excess of those specified in the Purchase Order will not be accepted and will be held at Seller's risk and expense.
9. INSPECTION. Materials or equipment purchased are subject to inspection and approval at the City's destination. The City reserves the right to reject and refuse
acceptance of items which are not in accordance with instructions, specifications, drawings, or data of Seller's warranty, (express or implied). Rejected materials
or equipment shall be removed by, or at the expense, of the Seller promptly after rejection.
10. WARRANTY. The Seller warrants that all goods and services furnished hereunder will conform in all respects to the terms and this order, including any
drawings, specifications, or standards incorporated herein, and that they will be free from latent and patent defects in materials, workmanship and title and
will be free from such defects in design. In addition, Seller warrants that said goods and services are suitable for, and will perform in accordance with, the purpose
for which they are purchased, fabricated, manufactured and designed for such other purposes as expressly specified in this order. The City may return any
nonconforming or defective items to the Seller or require correction or replacement of the item all the time the defect is discovered, all at the Seller's
risk and expense. Acceptance shall not relieve the Seller of its responsibility. Warranty is one (1) year from the date of delivery to the designated project site or
as otherwise provided by Florida or other law.
11. REGULATORY COMPLIANCE. Seller represents and warrants that the goods or services furnished hereunder (including all labels, packages, and container for
said goods) comply with all applicable standards, rules and regulations in effect under the requirements of all Federal, State and local laws, rules and regulations
as applicable, including the Occupational Safety and Health Act as amended with respect to design, construction, manufacture or use for their intended purpose
of said goods or services. Seller shall furnish "Material Safety Data Sheets" in compliance with the Florida Right To Know Law, Florida Statute Chapter 442.
12. ROYALTIES AND PATENTS. Seiler shall pay all royalties and license fees. Seller shall defend, with counsel of its own choosing, all suits and claims for
infringement of any patent, copyright, or trademark rights and shall hold the City harmless from loss on account thereof.
13. INSURANCE. The Seller shall maintain insurance as specified or asotherwise required by the city.
14. PAYMENT. All payments will be made in accordance with the Florida Prompt Payment Act, provided for in the Florida Statutes as amended from time to time.
15. IDENTIFICATION. Invoices in duplicate with prices set out and giving the correct Purchase Order Number must be sent to the address shown on the face of this
order otherwise payment of Seller's account may be delayed. The Purchase Order Number shall appear on all invoices, boxes, packages, shipping documents
and correspondence, and the list of contents shall be enclosed in each box or package.
16. TERMINATION. Buyer may, at any time, terminate this order in whole or in part by written or telegraphic notice or verbal notice confirmed in writing.
Upon termination for convenience of the Buyer. the Buyer will assume responsibility for specific contractual or scheduled financial commitments made prior
to notice of termination. Any and all services, property, publications, or materials provided during or resulting from the Contract shall become the property
of the Buyer. If, however, termination is occasioned by the Seller's breach or any condition hereof, including breach of warranty, or by Seller's delay, except due
to circumstances beyond the Sellers control and without Seller's fault or negligence. Seller shall not be entitled to any claim or costs or to any profit and Buyer
shall have against Seller all remedies provided by law and equity.
17. TAXES. The City is exempt from state and local taxes. Exemptions number is printed on the reverse side hereof. This Order shall serve as the exemption certificate.
18. LAW GOVERNING. This contract shall be governed by and construed according to the laws of the State of Florida.
Rev 5-2025
I l 40q
______________
Bill To Requisition 00008820-00 FY 2025
CITY OF SEBASTIAN
ATTN: FINANCE JACCt NO:
1225 MAIN STREET 1010056-533400
SEBASTIAN, FL Review:
32958 jBuyer:
Status: Released Page 1
vendor
Kimley-Horn & Associates, Inc.
P. 0. BOX 932520
Atlanta, GA 31193-2520
Tel#561-562-7981
Fax 561-562-9689
ship To
CITY OF SEBASTIAN
ATTN: FINANCE
1225 MAIN STREET
SEBASTIAN, FL 32958
--------------------------------------------------------------------------------
Date Ivendor JDate Iship
Ordered INumber lRequired Ivia 'Terms IDepartment
--------------------------------------------------------------------------------
08/25/25 1114990 1 1 (PARKS/RECREATION
-------------------- -----------------------------------------------------------
LN Description / Account Qty Unit Price Net Price
001 CSA #11 : Sebastian PD Roof 1.00 13025.00000 13025.00
Replacement - Bid Packet EACH
Processing
1 010056-533400 13025.00
Ship To
CITY OF SEBASTIAN
ATTN: FINANCE
1225 MAIN STREET
SEBASTIAN, FL 32958
Requisition Link
Requisition Total 13025.00
General Ledger summary Section *****
Account Amount Remaining Budget
010056-533400 13025.00 2137.65
FACILITIES MAINTENANCE OTHER CONTRACTUAL SERVICES
***** Approval/Conversion Info *****
Activity Date Clerk Comment
Queued 08/25/25 Cathy Testa
Pending Jennifer smith
- - -<�
Authorized Date: J
/ Signat re
08/26/2025
�d-
CITY OF SEBASTIAN, FLORIDA
WORK AUTHORIZATION FORM
CONSULTANT SERVICE AGREEMENT (CSA)
Kimley-Horn and Associates, Inc.
200 Central Avenue, Suite 600
St. Petersburg, FL 33701
Work Authorization No: CSA - #11
Proiect Title: Sebastian Police Department Roof Replacement
IT IS AGREED to undertake the following work in accordance with the provisions of the Kimley-Horn Master Agreement entitled #2 1 -01 -
KHA-01 dated February 22, 2021.
Description of Assignment:
Kimley-Horn and Associates, Inc. (The CONSULTANT) understands the City of Sebastian (The CLIENT) has observed deficiencies in
the form of roof leaks at the City's police department building, located at 1201 Main St, Sebastian, FL 32958 (see building outlined in red
in Figure 1). The CONSULTANT understands the CLIENT has performed multiple replacements of localized locations where leaks have
previously been identified, but the root cause of the leaks still exists. The CONSULTANT also understands the roof consists of a flat roof
in the center, with sloping barrel tiles around the perimeter. The flat portion of the roof measures approximately 11,000 square feet, with
the total roof area measuring approximately 21,500 square feet.
The CONSULTANT previously completed a roof assessment project for the CLIENT under Work Authorization No. CSA #10. The CLIENT
anticipates replacement of the police department building barrel the roof and limited waterproofing repairs to the Roof Top Units (RTUs)
on the low -sloped roof. This assignment is limited to the preparation of a bid package.
Sebastian Police Department
1P
The services/project will consist of.
1201 Main St, Sebastian, FL 32958
ti
Figure 1
Task 9 — Bid Packaoe
The CONSULTANT shall prepare a bid package for the CLIENT's use in soliciting bids for the removal and replacement of the barrel the
roof with a clay or concrete barrel tile roof as well as temporary waterproofing repairs for the RTUs on the low -sloped roof. The bid
package will include a scope of work document, bid advertisement, quotation form, bid form, request for contractor qualifications, and
technical specifications for the proposed barrel tile roof. The bid package may be supplemented by photographs, aerial views, and roof
details.
Document ID: 9B822EF248A87BB50164CD7366208B84
CITY OF SEBASTIAN, FLORIDA
WORK AUTHORIZATION FORM
CONSULTANT SERVICE AGREEMENT (CSA)
The CLIENT will solicit bids from Contractors and handle the preparation of any contractual documents and negotiation of such with the
awarded bidder.
The deliverable will be issued as a draft for review by the CLIENT. The CLIENT will have a 1-week review time frame to provide comments.
The CONSULTANT will address up to one (1) round of comments for the submittal. The CONSULTANT's reconciliation of the CLIENT'S
comments will form the basis for the next submittal.
Deliverable: Bid Package
PROJECT UNDERSTANDING:
1. Preliminary Planning
There is no preliminary planning required for this project.
2. Permitting & Inspections
There are no permitting or inspections required for this project.
3. Contract Administration
There is no contract administration required for this project.
4. Vendor's Responsibility (include estimated hours, if applicable)
FEES:
Description
Task 1 — Bid Package
5. Pricinq
Estimated Hours
61
Description Quantity Contracted Unit TOTALS
Price
Task 1 — Bid Package 1 I $13,025 $13,025
6. Deliverables Provided to the City (surveys, plans, etc.)
Description Quantity
Bid Package } 1
Basis of Compensation/Period of Services:
The above referenced description for CSA#11 will be performed for a lump sum fee in the amount of $13,025.00. AGREED:
VENDOR:
CITY OF
�/j_� �J
9269/� ^ t 4AZ�� Date: August 7, 2025
"SEBASTIAN:
BiUi/7 r i7 0,7ID: 69AA4DD2-BD...
Digitally signed by 08121i2025
Brooke Ardaga
Date:
Io-
Brian Benton bastlan,org>
Kimley-Horn and Associates, Inc.
City Manager August 21, 2025
03:40 PM EDT
Attest:
Approved as to Form and Content for Reliance
%h41ivni ID: 69DC5576-066...
by the City of Sebastian only:
Digitally signed by
Jeanette Williar �,' �ify Clerk
�IlwLl ID: a9y 4...
C!�__
August 21, 2025
04:03 PM EDT
Digitally signed by
i signed by
Jennifer CockcWt9r9ty Attorney
August 21, 2025 09:34
AM EDT
Document ID: 9B822EF248A87BB50164CD7366208B84