Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
26-03-ITB - Police Department Tile Roof Replacement Agreement
26-03-ITB, Police Department Tile Roof Replacement Page 1 of 42 CITY OF SEBASTIAN AGREEMENT FOR POLICE DEPARTMENT TILE ROOF REPLACEMENT WITH FRAZIER CONTRACTING LLC THIS AGREEMENT made and entered into the 28th day of January, 2026 by and between the City of Sebastian, Florida, whose address is 1225 Main Street, Sebastian, FL 32958, a municipal corporation of the State of Florida, hereinafter referred to as the (CITY) and Frazier Contracting LLC (FEIN: 83-2094712), whose principal and local address is 720 Maitland Ave, Altamonte Springs, FL 32701 hereinafter referred to as the (CONTRACTOR). The City and the Contractor are collectively referred to herein as the “Parties.” WHEREAS, the CITY desires to retain the CONTRACTOR for the project as expressed in 26-03-ITB, Police Department Tile Roof Replacement, which was opened on November 20,2025 and WHEREAS, the CONTRACTOR has expressed its willingness, ability, capability, experience, and time to perform the necessary Work to accomplish the Project at the cost proposed by the CONTRACTOR. NOW, THEREFORE, the CITY and the CONTRACTOR, in consideration of the mutual covenants and conditions contained herein and for other good and valuable consideration, the receipt and sufficiency is hereby acknowledged, agree as follows: ARTICLE 1 – DEFINITIONS Wherever used in this Agreement or other Contract Documents, the following terms have the meanings indicated which apply to both the singular and plural forms: 1.1 Agreement – This written agreement between the CITY and the CONTRACTOR covers the Work to be performed at the proposed cost, including other Contract Documents attached to or incorporated in the Agreement. 1.2 Application for Payment –The form the CONTRACTOR uses to request progress or final payment. It must include such supporting documentation as is required by the Contract Documents. 1.3 Approve – The word approve means review of the material, equipment, or methods for general compliance with the design concepts and the information in the Contract Documents. It does not imply a responsibility on the part of the CITY to verify in every detail conformance with plans and specifications. 1.4 Bid – The offer or Bid of the CONTRACTOR submitted on the prescribed form setting forth the total prices for the Work to be performed. 1.5 Bid Documents – The Advertisement for Invitation for Bids, the Instructions to Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 2 of 42 Bidders, the Bid Form (with supplemental affidavits and agreements), the Contract Forms, these General Conditions, the Supplementary Conditions, the Specifications, and the Plans, which documents all become an integral part of the Contract Documents. 1.6 Certificate of Substantial Completion – Certificate provided by the CITY certifying that all Work, excluding the punch list items, has been completed, inspected and accepted by the CITY. 1.7 Change Order – A written order to the CONTRACTOR, signed by the CITY and the CONTRACTOR authorizing an addition, deletion , or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued on or after the Agreement's Effective Date. 1.8 CITY – The City of Sebastian, Florida, including but not limited to its employees, agents, officials, representatives, contractors, subcontractors, volunteers, successors, and assigns, with whom the CONTRACTOR has entered into the Agreement and for whom the Work is to be provided. The Project Manager or designee shall be the authorized agent for the CITY unless otherwise specified. 1.9 Contract Documents – The Contract Documents shall consist of the Drawings, Plans and Specifications, Notice of Award, Bid documents, Notice to Proceed, Certificate(s) of Insurance, Payment and Performance Bonds , and any additional documents that are required to be submitted under the Agreement , and all amendments, modifications and supplements, change orders and Work directive changes issued on or after the Effective Date of the Agreement; and as further determined in Article 4 of this Agreement. 1.10 Contract Price – The money payable by the CITY to the CONTRACTOR in the Agreement submitted by the CONTRACTOR to complete the Work and as stated in this Agreement. 1.11 Contract Time – The number of calendar days stated in the agreement for the completion of the Work. The dates on which the Work shall be started and completed as stated in the Notice to Proceed. 1.12 CONTRACTOR – The person, firm, or corporation with whom the CITY has entered into the Agreement, including but not limited to its employees, agents, representatives, contractors, subcontractors, and their other successors and assigns. 1.13 Cost of the Work – means the sum to be paid for the construction and completion of the Work per this Agreement. (See Contract Price) 1.14 Day – A calendar day of twenty-four (24) hours ending at midnight. 1.15 Defective – An adjective which, when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient, or does not conform to the Contract Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 3 of 42 Documents or does not meet the requirements of any inspection, test , or approval referred to in the Contract Documents, or has been damaged before the Project Manager’s recommendation of final payment. 1.16 Effective Date of the Agreement – The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date the Agreement is signed and delivered by the last of the Parties to sign and deliver. 1.17 Engineer of Record – A professional engineer who seals drawings, report s, or documents for the Work. 1.18 Final Completion Date – The date the Work is completed, including the completion of the final punch list, delivered along with those items specified in the Agreement, and the Work is inspected and accepted by the city. 1.19 Hazardous Materials (HAZMAT) – Any solid, liquid, or gaseous material that is toxic, flammable, radioactive, corrosive, chemically reactive, or unstable upon prolonged storage in quantities that could pose a threat to life, property, or the environment defined in Section 101(14) of Comprehensive Environmental Response, Compensation and Liability Act of 1980 and in 40 CFR 300.6). It is also defined by 49 CFR 171.8 as a substance or material designated by the Secretary of Transportation to be capable of posing an unreasonable risk to health, safety, and property when transported in commerce and which has been so designated. See the definition of hazardous substance. 1.20 Hazardous Substance – As defined by Section 101(14) of the Comprehensive Environmental Response, Compensation and Liability Act; any s ubstance designated pursuant to Section 311(b) (2) (A) of the Clean Water Act; any element, compound, mixture, solution or substance designated pursuant to Section 102 identified under or listed pursuant to Section 3001 of the Solid Waste Disposal Act (but not including any waste listed under Section 307[a] of the Clean Water Act); any hazardous air pollutant listed under Section 112 of the Clean Air Act; and any imminently hazardous chemical substance or mixture pursuant to Section 7 of the Toxic Substances Control Act. The term does not include petroleum, including crude oil or any fraction thereof, which is not otherwise specifically listed or designated as a hazardous substance in the first sentence of this paragraph . The term does not include natural gas, natural gas liquids, liquefied natural gas, or synthetic gas usable for fuel (or mixtures of natural gas and such synthetic gas). 1.21 Hazardous Waste – Those solid wastes designated by OSHA per 40 CFR 261 due to the properties of ignitability, corrosivity, reactivity, or toxicity. Any material subject to the Hazardous Waste Manifest requirements of the EPA specified in 40 CFR Part 262. 1.22 Holidays – Those designated non-workdays established by the City Council of the City of Sebastian. Includes New Year’s Day, Martin Luther King Jr. Day, President’s Day, Memorial Day, Independence Day, Labor Day, Veterans’ Day, Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 4 of 42 Thanksgiving Day, the day after Thanksgiving Day, Christmas Eve, Christmas Day, or any other holidays approved by the City Council. 1.23 Inspection – The term “inspection” and the act of inspecting mean the examination of the construction of the Work by the Project Manager or the Project Manager’s designated representative to ensure that it conforms to the design concept and quality expressed in the plans and specifications. This term shall not be construed as supervision, superintending, or overseeing. 1.24 Notice of Award – The written notice by the CITY to the CONTRACTOR stating that upon compliance by the CONTRACTOR with the condi tions precedent enumerated therein, within the time specified, the CITY will sign and deliver this Agreement. 1.25 Notice to Proceed – A written notice given by the CITY to the CONTRACTOR fixing the date on which the Contract Time will commence to run and on which the Contract Time will end. 1.26 Plans – The drawings which show the character and scope of the Work to be performed and which have been prepared or approved by the CITY and are referred to in the Contract Documents. 1.27 Pre-Construction Meeting – A meeting scheduled by the Project Manager following the issuance of the Notice to Proceed. The purpose of the meeting is to discuss the project plans and specifications, any unusual conditions, federal or state requirements, permit requirements, training (if applicable), and any other items that will result in a better understanding among the invol ved parties. In addition, the CONTRACTOR will discuss the schedule of operation, type , and adequacy of equipment, sources of labor and labor requirements, maintenance of traffic, and precautions for the safety of employees and the public. This meeting must be attended by the Project Manager, the CONTRACTOR, key subcontractors, the CITY inspector, and others as deemed necessary by the Project Manager. 1.28 Premises (otherwise known as Work Site) – means the lands, buildings, facilities, etc. upon which the Work is to be performed. 1.29 Project – The total construction of the Work to be provided as defined in the Contract Documents. 1.30 Project Manager – The employee of the City, or other designated individual who is herein referred to as the Project Manager, will assume all duties and responsibilities and will have the rights and authoriti es assigned to the Project Manager in the contract Documents in connection with the completion of the Work per this Agreement. 1.31 Proposed Price – The amount proposed by the CONTRACTOR to complete all the Work, which amount induced the CITY to select the CONTRACTOR as the successful Bidder and to whom the Notice of Award will be delivered who be known Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 5 of 42 and considered the successful Bidder. 1.32 Punch List – The CITY’s list of Work yet to be done or be corrected by the CONTRACTOR before the Final Completion date can be determined by the CITY 1.33 Record Documents – A complete set of all specifications, drawings, addenda, modifications, shop drawings, submittals, and samples annotated to show all changes made during the construction process. 1.34 Record Drawings or “As-Builts” – A set of drawings that show significant changes in the work made during construction and which are usually based on drawings marked up in the field and other data furnished by the contractor. These documents will be signed and sealed by the Engineer of Record or a Professional Land Surveyor licensed in the State of Florida. 1.35 Substantially Completed Date – A date that the CITY determines, after the CONTRACTOR has requested in writing, that the Work is ready for an inspection and issuance of a punch list for the Project. 1.36 Work – The entire, completed, delivered product or the various separately - identifiable parts thereof, required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor , and furnishing and incorporating materials and equipment into the product, all as required by the Contract Documents. ARTICLE 2 - SCOPE OF WORK 2.1 The CONTRACTOR shall furnish and pay for all manag ement, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipmen t, and services of any kind or type necessary to diligently, timely, and fully perform and complete all Work as specified or indicated in the Contract Documents in a good and workmanlike manner. The Project for which the Work under the Contract Documents may be the whole or only part is generally described as follows: 26-03-ITB Police Department Tile Roof Replacement 2.2 All Work for the Project shall be constructed per the Drawings and Specifications. 2.3 Brief Description of Project: Qualified and well-established contractors to remove and replace the clay barrel tile roof at the Sebastian Police Department (1201 Main St, Sebastian, FL 32958) with a new clay barrel tile roof. The scope also includes waterproofing repairs for the identified Roof Top Units (RTUs) on the low -sloped roof. The contractor shall provide all necessary labor, materials, equipment, transportation, supervision, and other required elements to supply and install the aforementioned roof in accordance with the scope of work. Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 6 of 42 ARTICLE 3 – PROJECT MANAGER 3.1 The CITY hereby designates the Project Manager to be: Richard Blankenship Parks and Recreation Director 1225 Main Street Sebastian, FL 32958 E: RBlankenship@cityofsebastian.org P: 772-388-4414 ARTICLE 4 - CONTRACT DOCUMENTS 4.1 The Contract Documents, which comprise the entire Agreement between the CITY and CONTRACTOR, are attached to this Agreeme nt, are made a part hereof and consist of the following: 4.1.1 This Agreement. 4.1.2 Exhibits to this Agreement. 4.1.3 Performance Bond, Payment Bond, and Certificates of Insurance. 4.1.4 Notice of Award and Notice to Proceed. 4.1.5 General Conditions as amended by the Supplementary Conditions. 4.1.6 Technical Specifications. 4.1.7 Plans 4.1.8 Addenda number 1 through 2 inclusive. 4.1.9 Bid documents. 4.1.10 All applicable provisions of State and Federal Law and any modification, including Change Orders or written amendments duly delivered after the execution of the Agreement. 4.1.11 Schedule of Completion and Schedule of Values. 4.1.12 Permits on file with the CITY and or those p ermits to be obtained shall be considered directive in nature and will be considered a part of this Agreement. A copy of all permits shall be given to the CITY for inclusion in the Contract Documents. Terms of permits shall be met before acceptance of the Work and release of the final payment. 4.1.13 There are no Contract Documents other than those listed in this Article 4. The Contract Documents may only be altered, amended, or repealed per the provisions of the terms of this Agreement. 4.2 In the event of any conflict between the documents or any ambiguity or missing Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 7 of 42 specification or instruction, the following priority is established: 4.2.1 Priority 1: Specific direction from the City Manager (or designee). 4.2.2 Priority 2: This Agreement, dated January 28, 2026, and any attachments. 4.2.3 Priority 3: 26-03-ITB, Police Department Tile Roof Replacement prepared by the CITY. 4.2.4 Priority 4: CONTRACTOR’s response to the 26-03-ITB, Police Department Tile Roof dated November 19, 2025. 4.2.5 Priority 5: Schedule of Completion. 4.3 If during the performance of the Work, CONTRACTOR finds conflict, error, or discrepancy in the Contract Documents, CONTRACTOR shall report it to the Project Manager, in writing, within forty- eight (48) hours of the discovery of the conflict, error, or discrepancy. Before proceeding with the Work affected by the conflict, error, or discrepancy, the Contractor shall obtain a written interpretation or clarification from the CITY. 4.4 The intent of the specifications and plans is to describe a complete Project to be constructed in accordance with the Contract Documents. Any Work that may be reasonably inferred from the specifications or plans as being required to produce the intended result shall be supplied whether or not it is specifically called for. When words that have a well-known technical or trade meaning are used to describe Work, materials, or equipment, such words shall be interpreted in accordance with such meaning. Reference to standard specifications, manuals, or codes of any technical society, organization, or association, or the code of any governmental authority, whether such reference is specific or implied, shall mean the latest standard specification, manual, or code in effect as of the Effective Date of this Agreement, except as may be otherwise explicitly stated. No provision, however, of any referenced standard specification, manual, or code (whether or not explicitly incorporated by reference in the Contract Documents) shall change the duties and responsibilities of the CITY, the CONTRACTOR, or any of their agents, any subcontractors or employees from those outlined in the Contract Documents. ARTICLE 5 – CONTRACT TIME 5.1 The CONTRACTOR recognizes that TIME IS OF THE ESSENCE. The Contract Time shall commence on the date outlined in a Notice to Proceed issued by the City to the Contractor. The Work shall be: 5.1.1 Substantially Completed within one hundred and twenty (120) calendar days after the date when the Contract Time commences to run as provided for in the Notice to Proceed, and Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 8 of 42 5.1.2 Final Completion and ready for final payment in accordance with this Agreement within one hundred and fifty (150) calendar days after the date when the Contract Time commences to run as provided in the Notice to Proceed. ARTICLE 6 – GUARANTEED MAXIMUM PRICE 6.1 CITY shall pay CONTRACTOR for the performance of the Work in accordance with Article 7, subject to additions and deletions by Change Order as p rovided for in this Agreement, the sum, not to exceed ONE HUNDRED TWENTY-EIGHT THOUSAND SEVENTY-EIGHT DOLLARS AND SIXTEEN CENTS ($128,078.16) The parties expressly agree that the Contract Price is a lump sum price, in accordance with those items in the Bid, that are subject to unit prices. 6.2 The Contract Price constitutes the compensation payabl e to the CONTRACTOR for performing the Work plus any Work done pursuant to a Change Order. All duties, responsibilities, and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR’S expense without change in the Contract Price. ARTICLE 7 - PAYMENT PROCEDURES 7.1 CONTRACTOR shall submit Applications for Payment in accordance with the Contract Documents. Applications for Payment will be processed by CITY as provided in the General Terms and Conditions (see Section 2.23 of the Bid). 7.2 Progress Payments. CITY may make progress payments on account of the Contract Price. All progress payments will be made based on the progress of the Work completed and consistent with §218.735 Florida Statutes. 7.2.1 First Application for Payment. The first Application for Payment shall be submitted no earlier than thirty (30) days following the issuance of the NTP. Before submitting its first Application for Payment, the Contractor shall submit to the City for its review and approval: A. A schedule of values based upon the firm/fixed GMP, listing the significant elements of the Work and the dollar value of each component. B. A complete list of all its proposed subcontractors showing the work and materials involved and the dollar amount of each proposed subcontract and purchase order. C. These submittals will be the basis for the submitted Applications for Payment. 7.2.2 Monthly Applications for Payment. The Contractor shall submit each of its Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 9 of 42 Applications for Payment to the City on or before the 25th day of ea ch month for work performed during the previous month. Invoices received after the 25th day of each month shall be considered for payment as part of the following month's application. Within ten (10) calendar days after receipt of each Application for Payment, the City shall either: A. Indicate approval of the requested payment. B. Indicate approval of only a portion of the requested payment, stating in writing the reasons therefore. C. Return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve the payment. In the event of a total or partial denial of the Application for Payment, the Contractor may make the necessary corrections and resubmit the Application for Payment for reconsideration within ten (10) calendar days of receiving notice of refusal. D. Monthly payments to the Contractor shall not imply approval or acceptance of the Contractor’s work. 7.3 Retainage. Per Florida Statutes 255.078, the City shall retain five percent (5%) of each monthly payment as retainage. Such sum shall be accumulated and not released to the Contractor until final payment is due. Release of any portion or percentage of sums retained before final completion of the Project shall not imply approval or acceptance of work. 7.4 Withheld Payments. The City may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections. The City may nullify the whole or any part of any approval for payment previously issued and withhold any payments otherwise due the Contractor under this Agreement, to such extent as may be necessary in the City's opinion to protec t it from loss because of: (a) defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of the Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the GMP; or (e) any other material breach of the Contract Documents. If these conditions are not remedied or removed, the City may, after three (3) days written notice, rectify the same at the Contractor’s expense. City also may offset against any sums due the Contractor the amount of any liquidated or un -liquidated obligations of the Contractor to the City, whether relating to or arising out of this Agreement 7.5 Payments to Subcontractors. Per Florida statute, 255.073, “When a contractor receives payment from a public entity for labor, services, or materials furnished by subcontractors and suppliers hired by the contractor, the contractor shall remit payment due to those subcontractors and suppliers within 10 days after the Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 10 of 42 contractor’s receipt of payment. When a subcontractor receives payment from a contractor for labor, services, or materials furnished by subcontractors and suppliers hired by the subcontractor, the subcon tractor shall remit payment due to those subcontractors and suppliers within 7 days after the subcontractor’s receipt of payment. This subsection does not prohibit a contractor or subcontractor from disputing, pursuant to the terms of the relevant contract , all or any portion of a payment alleged to be due to another party if the contractor or subcontractor notifies the party whose payment is disputed, in writing, of the amount in dispute and the actions required to cure the dispute. The contractor or subco ntractor must pay all undisputed amounts due within the time limits imposed by this subsection.” 7.6 Final Payment. Upon achieving Final Completion of the Work in accordance with the Contract Documents, as they may be supplemented, the CITY shall pay CONTRACTOR an amount sufficient to increase total payments to one -hundred percent (100%) of the Contract Price as may be adjusted by liquidated damages and inspection fees owed by the CONTRACTOR, or other additional charges in accordance with the Contract Documents, unless the City has grounds, pursuant to §218.735(8)(c), Fla. Stat. for withholding all or a portion of the re tainage payment; provided, however, not less than five percent (5%) of the Contract Price shall be retained until Record Drawings (as-builts), specifications, addenda, modifications and shop drawings, including all manufacturers’ instructional and parts manuals are delivered to and accepted by the CITY. 7.7 The CITY shall make payment to the CONTRACTOR in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes, to the extent outlined above and incorporated by reference herein, in its entirety. 7.8 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 equipment included in the project to achieve sales tax savings. The City shall purchase the Pre-Engineered Buildings and all doors as described in Section 1.2 of ITB #24-05. The City will 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 will be installed by the Contractor), 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, to the extent that any furnished and installed materials directly purchased by the City were included in the Contractor’s Guaranteed Maximum Price (GMP), the GMP will be reduced by the amount included for each item. Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 11 of 42 ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.1 In order to induce the CITY to enter into this Agreement, CONTRACTOR makes the following representations upon which the CITY has relied: 8.1.1 CONTRACTOR is qualified in the field of public construction and, in particular, to perform the Work and services outlined in this Agreement. 8.1.2 CONTRACTOR has visited the Worksite, has conducted extensive tests, examinations, and investigations and represents and warrants a thorough and complete familiarization with the nature and extent of the Contract Documents, the Work, locality, soil conditions, moisture conditions, and all year-round local weather and climate conditions (past and present), and, in reliance on such tests, examination, and investigations conducted by CONTRACTOR and the CONTRACTOR’s experts, has determined that no conditions exist that would in any manner affect the Proposed Price and that the Project can be completed for the Proposed Price submitted. Furthermore, CONTRACTOR warrants and confirms that it is familiar with, understands, and obligates CONTRACTOR to comply with all federal, state , and local laws, ordinances, rules, regulations, and all market conditions that affect or may affect the cost and price of materials and labor needed to fulfill all provisions of this Agreement or that in any manner may affect cost, progress or performance of the Work. 8.2 If applicable, CONTRACTOR has also studied carefully all reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting cost, progress or performance of the Works, and finds and has further determined that no conditions exist that would in any manner af fect the Proposed Price and that the Project can be completed for the Proposed Price submitted. 8.3 CONTRACTOR, on its own, has made or caused to be made examinations, investigations, tests and studies of reports and related data in addition to those referred to in Paragraphs 8.2 and 8.3, above, as CONTRACTOR deemed necessary to perform the Work at the Contract Price set by the CONTRACTOR, within the Contract Time and in accordance with the oth er terms and conditions of the Contract Documents and the Bid made by the CONTRACTOR; and no additional examinations, investigations, tests, reports or similar data are, or will be, required by CONTRACTOR to assure that the Work can be done at the Contract Price set by the CONTRACTOR. 8.4 CONTRACTOR has correlated the results of all such tests, investigations, reports, observations, examinations investigations, tests, reports and data conducted and compiled by the CONTRACTOR and the CONTRACTOR’s experts with the terms and conditions of the Contract Documents. Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 12 of 42 8.5 CONTRACTOR has given CITY written notice of all conflicts, errors, or discrepancies discovered in the Contract Documents and the written resolution of them by CITY is acceptable to the CONTRACTOR. 8.6 Labor: 8.6.1 The CONTRACTOR shall provide competent, suitable, qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. The CONTRACTOR shall at all times maintain good discipline and order at the site. 8.6.2 The CONTRACTOR shall, at all times, have a competent supe rintendent, capable of reading and thoroughly understanding the drawings and specifications, as the CONTRACTOR’s agent on the Project, who shall, as the CONTRACTOR’s agent, supervise, direct, and otherwise conduct the Work. 8.6.3 The CONTRACTOR shall designate its superintendent on the job to the CITY, in writing, immediately after receipt of the Notice to Proceed , but no later than at the Pre-Construction Meeting. The CONTRACTOR understands and agrees that the superintendent’s physical presence on the job site is indispensable to the successful completion of the Work. If the superintendent is absent from the job site, the Project Manager may deliver written notice to the CONTRACTOR to stop Work or terminate the Contract in accordance with Article 17. 8.6.4 If applicable, the CONTRACTOR shall assign personnel to the job site that have successfully completed training programs certified relative to trench safety, confined space, and maintenance of traffic on all roadways a nd streets, public or private. A certified “competent person” shall be assigned to the job site daily and at all times. Personnel certified by the International Municipal Signal Association with Florida Department of Transportation qualifications are required to maintain traffic on all roadways and streets, public or private. Failure to pursue the Work with the properly certified supervisory staff may result in a Notice to Stop Work or terminate the Contract in accordance with Article 17. 8.6.5 The CONTRACTOR will designate in writing all Certified pers onnel immediately after receipt of the Notice to Proceed, but no later than at the Pre-Construction Meeting. 8.7 Materials: 8.7.1 The CONTRACTOR shall furnish all materials, including but not limited to, equipment, labor, transportation, construction equipment a nd machinery, Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 13 of 42 tools, appliances, fuel, power, light, heat, telephone, water , and sanitary facilities, and all other facilities and incidentals necessary for the execution, testing, initial operation and completion of the Work. 8.7.2 All materials and equipment shall be new and of good quality, except as otherwise provided in the Contract Documents. Suppliers shall be selected and paid by the CONTRACTOR; the CITY reserves the right to approve all suppliers and materials. 8.8 Work Hours: 8.8.1 Except in connection with the safety or protection of persons, or the Work, or property at the site or adjacent thereto, all Work at the site shall be performed during regular working hours between 8:00 a.m. and 4:30 p.m., Monday through Friday. The CONTRACTOR will not permit overtime Work or the performance of Work on Saturday, Sunday , or any legal holiday (designated by the City of Sebastian) without the Project Manager’s written consent at least seventy-two (72) hours in advance of starting such Work. 8.8.2 If the Project Manager permits overtime Work, the CONTRACTOR shall pay for the additional charges to the CITY, as described herein, with respect to such overtime Work. Such additional charges shall be an additional cost and obligation of the CONTRACTOR and no extra payment shall be made to the CONTRACTOR for overtime Work. The cost to the CONTRACTOR to reimburse the CITY for overtime inspection is established at direct - labor and overtime costs for each person or inspector required. Incidenta l overtime costs for engineering, testing, and other related services will also be charged to the CONTRACTOR at the actual rate accrued. 8.9 Patent Fees and Royalties: The CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation into the Work, or any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. 8.10 Permits: The CONTRACTOR shall obtain and pay for all permits and licenses. The CONTRACTOR shall pay all government charges which are applicable at the time of opening of Bids. It shall be the responsibility of the CONTRACTOR to secure and pay for all necessary licenses and permits of a permanent or temporary nat ure necessary for the prosecution and completion of the Work 8.11 Laws and Regulations: 8.11.1 The CONTRACTOR shall give all notices and comply with the terms of this Agreement and all laws, ordinances, rules, and regulations applicable to the Work. If the CONTRACTOR observes that the specifications or plans are at Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 14 of 42 variance therewith, the CONTRACTOR shall give the Project Manager prompt written notice thereof, and any necessary changes shall be adjusted by an appropriate modification by Change Order. 8.11.2 If the CONTRACTOR performs any Work knowing or having reason to know that it is contrary to this Agreement and such laws, ordinances, rules, and regulations, and without such notice to the Project Manager, the CONTRACTOR shall bear all costs, fees and pena lties arising therefrom; and, it shall also be one of the CONTRACTOR’s primary responsibilities to make certain that the specifications and plans are in accordance with such laws, ordinances, rules and regulations. 8.12 Taxes: The CONTRACTOR shall pay all sales, consumer, use, and other similar taxes required to be paid by him in accordance with all laws. 8.13 CONTRACTOR Use of Premises: 8.13.1 The CONTRACTOR shall confine construction equipment, the storage of materials and equipment, and the operations of workmen to areas permitted by law, ordinances, permits and/or the requirements of the Contract Documents, and shall not encumber the premises with construction equipment or other materials or equipment. 8.13.2 The CONTRACTOR shall not enter upon private or public propert y for any purpose without first securing the written permission of the property owner, furnishing the Project Manager with a copy of said permission. This requirement will be strictly enforced, particularly with regard to such properties as may be utilized for storage or staging by the CONTRACTOR. 8.13.3 The CONTRACTOR shall conduct all Work in such a manner as to avoid and prevent damage to adjacent private or public property. Any damage to existing structures or property of any kind, including permanent reference markers or property corner markers, or the interruption of a telephone, telecommunications, or utility service, shall be immediately repaired or restored by the CONTRACTOR promptly, at CONTRACTOR’s expense , and no cost to the CITY. 8.13.4 The CONTRACTOR will preserve and protect all existing vegetation such as trees, shrubs, and grass on or adjacent to the site which do not interfere with the Work, as determined by the Project Manager. The CONTRACTOR will be responsible for repairing or replacing anything damaged by the CONTRACTOR including but not limited to any trees, shrubs, lawns, landscaping, and structures that may be damaged due to operation of equipment, stockpiling of materials, tracking of grass by equipment or other Work activity. The CONTRACTOR will be liable for and will be required to Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 15 of 42 replace or restore at no expense to the CITY all structures and vegetation not protected or preserved as req uired herein that may be destroyed or damaged. 8.13.5 During the progress of the Work, the CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish , and debris resulting from the Work. Upon the completion of the Work, or more frequently if so directed by the Project Manager, the CONTRACTOR shall remove all waste materials, rubbish, and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave t he site clean and ready for occupancy by the CITY. The CONTRACTOR shall restore to their original condition those portions of the site not designated for alteration by the Contract Documents at no cost to the CITY. 8.14 Project Coordination: 8.14.1 The CONTRACTOR shall provide for the complete coordination of the construction effort. This shall include, but not be limited to, coordination of the following: A. Flow of material and equipment from suppliers. B. The interrelated Work with affected utility companies. C. The interrelated Work with the CITY where tie -ins to existing facilities are required. D. The effort of independent testing agencies. E. Notice to affected property owners as may be directed by the Project Manager. 8.14.2 Included with its coordination obligations, the Contractor shall locate all existing roadways, railways, drainage facilities, and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities, and utilities being referred to in this Section 2 as the "Utilities". The contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. The contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for adequately shoring, supporting and protecting all Utilities at all times during the course of the Work. 8.15 Project Record Documents and As-Builts (Record Drawings): The CONTRACTOR shall keep one record copy of all specifications, plans, addenda, modifications, shop drawings, and samples at the site, in good order and ann otated to show all changes made during the construction process. These shall be available to the Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 16 of 42 Project Manager for examination and shall be delivered to the Project Manager upon completion of the Work. Upon completion of the project and prior to final payment, an as-built (record drawings) of the Project shall be submitted to the Project Manager. The as-built drawings shall be signed and sealed by a Florida Registered Professional Surveyor and Mapper. 8.16 Safety and Protection: 8.16.1 The CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. The CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the protection needed to prevent damage, injury, or loss to: A. All employees working on the project and other persons who may be affected thereby. B. All the Work and all materials or equipment to be incorporated therein, whether in storage on or off the site. C. Other property at the site or adjacent thereto, including but not limited to trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocation, or replacement in the course of construction. 8.16.2 The CONTRACTOR shall comply with all applicable laws, ordinances, rules, regulations, and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury , or loss; and shall erect and maintain all necessary safeguards for such safety and protection. The CONTRACTOR shall notify owners of adjacent property and utilities when prosecution of the Work may affect them at least seventy-two (72) hours in advance of commencing said Work (unless otherwise required). All damage, injury, or loss to any property caused, directly or indirectly, in whole or in part by the CONTRACTOR, any subcontractor , or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by the CONTRACTOR. The CONTRACTOR’s duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and accepted by the CITY. 8.16.3 The CONTRACTOR shall provide and maintain Work environments and procedures which will (1) safeguard the public and CITY personnel, property, materials, supplies, and equipment exposed to CONTRACTOR operations and activities; (2) avoid interruptions of CITY operations and delays in project completion dates; and (3) control costs in the perfor mance of this Contract. Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 17 of 42 8.16.4 The CONTRACTOR shall provide appropriate safety barricades, signs, and signal lights; comply with the standards established by the Secretary of Labor for OSHA; and ensure that any additional measures the Project Manager determines to be necessary. 8.16.5 Whenever the Project Manager becomes aware of any noncompliance with the requirements of this Agreement or any conditions that pose a serious or imminent danger to the health or safety of the public or CITY personnel, the Project Manager shall notify the CONTRACTOR orally, with written confirmation, and request immediate corrective action. When delivered to the CONTRACTOR or the CONTRACTOR’s representative at the Premises, this notice shall be deemed sufficient notice of the noncompliance and the corrective action required. After receiving the notice, the CONTRACTOR shall immediately take corrective action. If the CONTRACTOR fails or refuses to take corrective action promptly, the Project Manager may issue an order stopping all or part of the Work until satisfactory corrective action has been taken. The CONTRACTOR shall not be entitled to any equitable adjustment of the contract price or time because of any stop Work order issued under this Section. 8.17 Emergencies: In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, the CONTRACTOR, without special instruction or authorization from the CITY is obligated to act to prevent threatened damage, injury or loss. The CONTRACTOR shall give the Project Manager prompt written notice of any significant changes in the Work or deviations from the Contract Documents caused thereby. 8.18 Risk of Loss: The risk of loss, injury or destruction shall be on the CONTRACTOR until acceptance of the Work by the CITY. Title to the Work shall pass to the CITY upon approval of the Work by the CITY. 8.19 Environmental: 8.19.1 The CONTRACTOR and CONTRACTOR’s experts have thoroughly examined and inspected the Premises and agree to accept the Premises in an “as is” physical condition. The CITY makes no representation or warranty of any kind, including but not limited to, any environmental problems or issues, pollution, or contamination on, in, or about the Worksite. Further, the CONTRACTOR and all entities claiming by, through, or under the CONTRACTOR, release and discharge the CITY from any claim, demand, or cause of action arising out of or relating to the CONTRACTOR’s use, handling, storage, release, discharge, treatment, removal, transport, decontamination, cleanup, disposal and presence of any hazardous substances including asbestos on, under, from or about the Premises . Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 18 of 42 8.19.2 The CONTRACTOR shall not use, handle, store, discharge, treat, remove, transport, or dispose of Hazardous Substances including but not limited to asbestos at, in, upon, under, to or from the Premises until receipt of instructions from the CITY. At such time, a CITY- approved Change Order, which shall not include any profit to the CONTRACTOR, shall authorize the CONTRACTOR to perform such services needed to resolve any such hazardous substance issues. 8.19.3 The CONTRACTOR shall immediately deliver to the Project Manager complete copies of all notices, demands, or other communications received by the CONTRACTOR from any governmental or quasi-governmental authority or any insurance company or board of fire underwriters or like or similar entities regarding, in any manner, alleged violations or potential violations of any Environmental Law or otherwise asserting the existence or possible existence of any condition or activity on the Premises which is or could be dangerous to life, limb, property, or the environment. 8.19.4 For other and additional consideration, the CONTRACTOR hereby agrees, at its sole cost and expense, to indemnify and protect, defend, and hold harmless, the CITY, including but not limited to its respective employees, agents, officials, officers, volunteers, representatives, contractors and subcontractors, successors, and assigns (hereafter the CITY) from and against any and all claims, demands, losses, damages, costs, expenses, including but not limited to mitigation, restoration, and natural restoration expenses, liabilities, assessments, fines, penalties, charges, administrative and judicial proceedings and orders, judgments, causes of action, in law or in equity, remedial action requirements and/or enforcement actions of any kind, including, without limitation, attorneys' fees, expert fees and suit costs for trials and appeals directly or indirectly arising out of or attributable to, in whole or in part, the CONTRACTOR’s use, handling, st orage, release, threatened release, discharge, treatment, removal, transport, decontamination, cleanup, disposal and/or presence of a Hazardous Substance on, under, from, to, or about the Premises or any of its employees, agents, invitees, contractors or subcontractors, or any other activity carried on or undertaken on or off the Premises by or on behalf o f the CONTRACTOR in connection with the use, handling, storage, release, threatened release, discharge, treatment, mitigation, natural resource restoration, removal, transport, decontamination, cleanup, disposal and/or presence or any Hazardous Substance including asbestos located, transported, or present on, undue, from, to, or about the Premises. This indemnity is intended to be operable under all laws that apply to this Agreement. 8.19.5 The scope of the CONTRACTOR’s indemnity obligations includes, but is Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 19 of 42 not limited to: (a) all consequential damages; (b) the cost of any required or necessary repair, cleanup, or detoxification of the applicable real estate and the preparation and implementation of any closure, remedial or other required plan, including without limitation; (i) the costs of removal or remedial action incurred by the United States government or the State of Florida or response costs incurred by any other person, or damages from injury to, destruction of, or loss of, natural resources, including the co st of assessing such injury, destruction, or loss, incurred; (ii) the clean -up costs, fines, damages, or penalties incurred pursuant to any applicable provisions of law; and (iii) the cost and expenses of abatement, correction or cleanup, fines, damages, response costs, or penalties which arise from the provisions of any other statute, law, regulation, code, ordinance, or legal requirement, state or federal; and (c) liability for personal injury or property damage arising under any statutory or common law t ort theory, including damages assessed for the maintenance of a public private nuisance, response costs, or for the carrying on of an abnormally dangerous activity. 8.20 No Damages for Delays: No interruption, interference, inefficiency, suspension, or delay in the commencement or progress of the Work from any cause whatsoever, including those for which City may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from City. The contractor expressly acknowledges and agrees that it shall receive no damages for delay. The contractor's sole remedy, if any, against the City will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage for Delay" provision. This paragraph shall expressly apply to claims for early completion as well as to claims based on late completion. In no event shall the City be liable to Contractor, whether in contract, warranty, tort (including negligence or strict liability), or otherwise for any extended corporate overhead impact, extended project overhead impacts, project support services, mobilization, demobilization, so ft costs, lost profits, special, indirect, incidental, or consequential damages of any kind or nature whatsoever, related to or arising out of any interruption, interference, inefficiency, suspension, or delay in the commencement or progress of the Work. 8.21 Force Majeure and Extensions of Time: Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including, but not restricted to, acts of God or of the public enemy, acts of government, fires, floods, epidemics, quarantine regulation, strikes, lockouts, or weather conditions that are abnormal for the period of time in which the Contractor is seeking an extension, which could not have been reasonably anticipated and had an adverse impact on the critical path of the scheduled Work, Contractor shall notify City in writing within forty- eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 20 of 42 which Contractor may have had to request a time extension. Notwithstanding the foregoing, the Contractor’s schedule shall allow the number of days it deems necessary for rain and bad weather when the Contractor pre pares its schedule. The contractor and City acknowledge that any Project site rain gauge measurements will not be relied upon to determine rainfall amounts. 8.21.1 Notwithstanding the foregoing, the City shall have the right, at any time, whether or not the Contractor is behind schedule, to order the Contractor to accelerate its Work. In the event that the City orders the Contractor to expedite its Work and Contractor (i) is not behind schedule and (ii) believes that acceleration will increase the cost of performance, the Contractor shall be required to submit a Claim for an increased Contract Time and Price pursuant to the Contract Documents. Any such Claim shall be based exclusively and solely on actual and direct increased field costs associated with such acceleration only. 8.21.2 Inclement weather, continuous rain for less than three (3) consecutive days , or the acts or omissions of subcontractors, third -party contractors, material men, suppliers, or their subcontractors shall not be considered acts of force majeure. 8.22 All of the Contractor’s duties, obligations, and responsibilities set forth in the Contract Documents shall flow down and apply equally to all the Contractor’s subcontractors and suppliers in the same manner as the Contractor is bound to the City. CONTRACTOR shall be obligated to inform all subcontractors of all the provisions of this Agreement, provide them with a copy of this Agreement, obtain written proof thereof, and ensure that all subcontracts contain a similar flow-down provision binding the subcontractor to the Contractor in the same way that the Contractor is bound to the City. ARTICLE 9 – CITY’S RESPONSIBILITIES 9.1 The CITY shall furnish the data required of the CITY under the C ontract Documents promptly and shall make payments to the CONTRACTOR after they are due, as provided in Article 7. 9.2 The CITY’s duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in the Contract Documents. 9.3 Technical Clarifications and Interpretations: 9.3.1 The CITY shall issue such written clarifications or interpretations of the Contract Documents as necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 21 of 42 Should the CONTRACTOR fail to request interpretation of questionable items in the Contract Documents, the CITY shall not entertain any excuse for failure to execute the Work in a satisfactory manner. 9.3.2 The CITY shall interpret and decide matters concerning performance under the requirements of the Contract Documents and shall make decisions on all claims, disputes, or other issues in question. Written notice of each claim, dispute, or other matter will be delivered b y the claimant to the other Party but in no event later than five (5) days after the occurrence of the event, and written supporting data will be submitted to the other Party within five (5) days after such occurrence. All written decisions of the CITY on any claim or dispute will be final and binding. 9.4 The CONTRACTOR shall perform all Work to the satisfaction of the CITY in accordance with the Contract Documents and not to exceed the Contract Price. In cases of disagreement or ambiguity, the CITY shall decide all questions, difficulties, and disputes of whatever nature that may arise under or by reason of this Agreement, or the quality, amount , and value of the Work, and the CITY’s decisions on all claims, questions, and determination are final. ARTICLE 10 - BONDS AND INSURANCE 10.1 Bonds: The CONTRACTOR shall furnish a certified copy of the recorded Performance Bond meeting the approval of the CITY, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all the CONTRACTOR’s obligations under the Contract Documents. The CITY will not pay the CONTRACTOR until the CONTRACTOR has complied with this requirement. All Bonds shall be furnished and supplied by the surety and shall be in substantially the same form as prescribed by the Contract Documents and be executed by such sureties as (i) are licensed to conduct business in the State of Florida, and (ii) are named in the current list of Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies as published in Circular 570 (as amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department and (iii) otherwise meet the requirements of the CITY and as set forth herein that apply to sureties. All Bonds and other documents signed by an agent must be accom panied by a certified copy of the authority to act on behalf of the surety. 10.2 Disqualification of Surety: If the Surety on any Bond furnished by the CONTRACTOR is declared bankrupt or becomes insolvent or its right to conduct business in the State of Florida is terminated or it ceases to meet the requirements of clauses (i) and (ii) of Paragraph 10.1, the CONTRACTOR shall within five (5) days thereafter substitute another Bond and surety, both of which shall be acceptable to the CITY. Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 22 of 42 10.3 CONTRACTOR’s Liability Insurance: The CONTRACTOR shall purchase and maintain such comprehensive general liability and other insurance as will protect from claims set forth below which may arise out of or result from the CONTRACTOR’s performance of the Work and the CONT RACTOR’s other obligations under this Agreement, whether such performance is by the CONTRACTOR, by any subcontractor, by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. 10.3.1 Claims under workers’ or worker’s compensation, disability benefits, and other similar employee benefit acts; 10.3.2 Claims for damages because of bodily injury, occupational sickness or disease, or death of the CONTRACTOR’s employee; 10.3.3 Claims for damages because of bodily injury, sickness or disease, or death of any person other than the CONTRACTOR’s employee; 10.3.4 Claims for damages insured by personal injury liability coverage which are sustained (i) by any person as a result of an offense directly or indirectly related to the employment of such person by the CONTRACTOR, or (ii) by any other person for any other reason; 10.3.5 Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom; and 10.3.6 Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance , or use of any motor vehicle; and 10.3.7 Claims for losses arising out of or related to the indemnification and hold harmless clauses of the Agreement. 10.3.8 The insurance required by Paragraph 10.5 shall include the specific coverage set forth herein and be written for not less than the limits of liability and coverage provided or required by law, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. All such insurance shall contain a provision that the coverage afforded cannot be canceled, materially changed , or refused renewal until at least thirty (30) days prior written notice has b een given to the CITY. All such insurance shall remain in effect until final payment and at all times thereafter when the CONTRACTOR may be correcting, removing, or replacing defective Work in accordance with Article 11. In addition, the CONTRACTOR shall maintain such completed operations insurance for at least one (1) year after final payment and furnish CITY with evidence of continuation of such insurance at final payment and one (1) year thereafter. All insurance required by this Paragraph 10.5 will name the Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 23 of 42 CITY OF SEBASTIAN as additional insured for both ongoing and completed operations, shall be primary and non-contributory, shall not contain an endorsement prohibiting suits against or amongst named insureds, and shall contain or allow a waiver of subrogation. 10.4 Minimum insurance coverage, with limits and provisions, are as follows: 10.4.1 Comprehensive General Liability: The CONTRACTOR shall provide minimum combined single limits of $1,000,000.00 for each occurrence / $2,000,000.00 general aggregate for bodily injury and property damage liability. This shall include premises/operations, personal & advertising injury, products, completed operations, and contractual liability, specifically confirming and insuring the contract's indemnification and holding harmless clause. This insurance policy shall be considered 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. 10.4.2 Comprehensive Automobile: The CONTRACTOR shall provide minimum liability limits of $1,000,000.00 for each accident and a single limit for bodily injury and property damage. This shall include coverage for: 10.4.2.1 Owned Automobiles 10.4.2.2 Hired Automobiles 10.4.2.3 Non-Owned Automobiles 10.4.3 Workers’ Compensation: The CONTRACTOR shall provide and maintain Coverage for all employees for statutory limits as required by the State of Florida’s Statutory Workers’ Compensation Law and all applicable Federal laws. The policy(ies) must include the Employer’s Liability with minimum limits of $1,000,000 each accident and a waiver of subrogation. 10.4.4 Umbrella/Excess Liability: The CONTRACTOR shall provide umbrella/excess coverage with limits of no less than $1,000,000.00 excess of Comprehensive General Liability, Automobile Liability, and Employers’ Liability. **This coverage is optional if the CONTRACTOR carries $2,000,000 Commercial General Liability Insurance with a $2,000,000 general aggregate** 10.4.5 The CONTRACTOR shall further ensure that all of its sub -contractors maintain appropriate levels of workers’ compensation insurance. 10.4.6 Other Insurance Provisions: The CITY is to be specifically included on all Certificates of Insurance as an additional insured (with the exception of Worker's Compensation). Waiver of subrogation is required for Commercial Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 24 of 42 General Liability and Automobile Liability coverages. All certificates must be received prior to commencement of the Work. In the event the insurance coverage expires prior to the completion of this Agreement, a renewal certificate shall be issued thirty (30) days prior to the expiration date. The certificate shall provide a thirty (30) day notification clause in the event of cancellation or modification to the policy. 10.4.7 Deductible Clause: The CONTRACTOR shall declare all self-insured retention and deductible amounts. 10.4.8 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 same insurance requirements spelled out above. The CITY may request a copy of the insurance policy accordin g to the nature of the project. CITY reserves the right to accept or reject the insurance carrier. 10.4.9 All Certificates of Insurance shall be approved by the CITY before the commencement of any Work. ARTICLE 11 - WARRANTY AND GUARANTEE, TESTS AND INSPECTIONS, CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.1 Warranty: The CONTRACTOR warrants and guarantees to the CITY that all Work will be of good quality, free from all defects, and will be performed in accordance with the Contract Documents and the Contract Price proposed by the CONTRACTOR. Prompt notice of all defects shall be given to the CONTRACTOR. All Defective Work, whether or not in place, may be rejected, corrected, or accepted as provided in this Article. 11.1.1 Warranty of Title: The CONTRACTOR warrants to the CITY that it possesses good, clear, and marketable title to all equipment and materials provided and that there are no pending liens, claims , or encumbrances against the equipment and materials. 11.1.2 Warranty of Specifications: The CONTRACTOR warrants that all equipment, materials, and workmanship furnished, whether furnished by the CONTRACTOR, its subcontractors, or suppliers, will comply with the specifications, drawings, and other descriptions supplied or adopted and that all services will be performed in a workmanlike manner. 11.1.3 Warranty of Merchantability (if applicable): The CONTRACTOR warrants that any supplies, materials, and equipment to be supplied under this Agreement is merchantable, free from defects, whether patent or latent in material or workmanship, and fit for the ordinary purposes for which it is intended. Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 25 of 42 11.2 Tests and Inspections: The CONTRACTOR shall give the Project Manager timely notice (a minimum of thirty-six (36) hours) for all required inspections, tests, or approvals. 11.2.1 If any law, ordinance, rule, regulation, code , or order of any public body having jurisdiction requires any Work (or part thereof) to be inspected, tested, or approved specifically, the CONTRACTOR shall assume full responsibility, pay all costs in connection in addition to that, and furnish the Project Manager the required certificates of inspection, testing or approval . The CONTRACTOR shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with the CITY’s acceptance of a manufacturer, fabricator, supplier, or distributor of materials or equipment proposed to be incorporated in the Work, or of materials or equipment submitted for approval before the CONTRACTOR’s purchase thereof for incorporation in the Work. 11.2.2 All inspections, tests, or approvals are the CONTRACTOR's responsibility. 11.2.3 Neither observations by nor inspections, tests, or approvals by the Project Manager or others shall relieve the CONTRACTOR from his obligations to perform the Work in accordance with the Contract Documents. 11.3 Uncovering Work: If any Work to be inspected, tested, or approved is covered without approval or consent of the Project Manager, it must, if requested by the Project Manager, be uncovered for observation and/or testing. Such uncovering and replacement shall be at the CONTRACTOR’s sole expense unless the CONTRACTOR has given the Project Manager timely notice of the CONTRACTOR’s intention to cover such Work and the Project Manager has not acted with reasonable promptness in response to such notice. 11.3.1 If the Project Manager considers it necessary or advisable that Work covered in accordance with Paragraphs 11.2.1, 11.2.2, and 11.2.3 be observed by the CITY or inspected or tested by others, the CONTRACTOR at the CITY’s request, shall uncover, expose or otherwise make available for observation, inspection or testing as the Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that such Work is defective, the CONTRACTOR shall bear all the expenses of such uncovering, exposure, observation, inspection, and testing, and of satisfactory reconstruction, including compensation for additional professional services, and an appropriate deductive Change Order shall be issued. If, however, such Work is not found to be defective, the CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 26 of 42 testing, and reconstruction if he makes a claim therefore as provided in Articles 14 and 15. 11.4 CITY May Stop the Work: If the Work is defective, or the CONTRACTOR fails to supply sufficient skilled supervisory personnel or workmen or suitable materials or equipment, or the Work area is deemed unsafe, the CITY may order the CONTRACTOR to stop the Work or any portion thereo f, until the cause for such order has been eliminated; however, this right of the CITY to stop the Work shall not give rise to any duty on the part of the CITY to exercise this right for the benefit of the CONTRACTOR or any other party. The CITY will not a ward any increase in Contract Price or Contract Time if the Work is stopped due to the circumstances described herein. 11.5 Correction or Removal of Defective Work Before Final Payment: If required by the Project Manager, the CONTRACTOR shall promptly, without cost to the CITY and as specified by the Project Manager, either correct any Defective Work, whether or not fabricated, installed, or completed or, if the CITY has rejected the Work, remove it from the site and replace it with non-Defective Work. 11.6 One-Year Correction Period After Final Payment: If within one (1) year after the Final Completion Date, or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents, any Work is found to be Defective, the CONTRACTOR shall promptly, without cost to the CITY and in accordance with the CITY’s written instructions, either correct such Defective Work, or, if the CITY has rejected it, remove it from the site and replace it with non-Defective Work. Concerning the correction of any Defective or nonconforming Work, the Contractor shall be liable for all damage to any part of the Work itself and any adjacent or other property caused by the Defective Work or such corrective work. If the CONTRACTOR does not promptly comply with the terms of such instructions or in an emergency where delay would cause serious risk of loss or damage, as determined by the CITY, the CITY may have the Defective Work corrected or the rejected Work removed and replaced, and all direct and indirect costs for such removal and replacement, including compensation for additional professional services, shall be paid by the CONTRACTOR. 11.7 Acceptance of Defective Work, Deductions: If, instead of requiring correction or removal and replacement of Defective Work, the CITY, at the CITY’s sole option, prefers to accept it, the CITY may do so. In such a case, if acceptance occurs before the Project Manager recommends final payments, a Change Order shall be issued incorporating the necessary revisions in the contract documents, including an appropriate reduction in the Contract Price; or if the acceptance occurs after such recommendation, an appropriate amount shall be paid by the CONTRACTOR to the CITY. Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 27 of 42 11.8 CITY May Correct Defective Work: If the CONTRACTOR fails within a reasonable time determined by the CITY after written notice of the Project Manager to proceed to correct Defective Work or to remove and replace rejected Work as required by the Project Manager in accordance with Paragraph 11.5, or if the CONTRACTOR fails to perform the Work in accordance with the Contract Documents, the CITY may, after seven (7) days written notice to the CONTRACTOR, correct and remedy any such deficiency. In exercising its rights under this p aragraph, the CITY shall proceed expeditiously. To the extent necessary to complete corrective and remedial action, the CITY may exclude the CONTRACTOR from all or part of the site, take possession of all or part of the Work , suspend the CONTRACTOR’s services related to it, and take possession of the CONTRACTOR’s tools, construction equipment and materials stored at the site or elsewhere. The CONTRACTOR shall allow the CITY’s representative agents and employees access to the site as necessary to enable the CITY to exercise its rights under this paragraph. All direct and indirect costs of the CITY in exercising such rights shall be charged against the CONTRACTOR in an amount verified by the Project Manager, and a Change Order shall be issued incorp orating the necessary revisions in the Contract Documents and a reduction in t he Contract Price. Such direct and indirect costs shall include, in particular but without limitation, compensation for additional professional services required and costs of repair and replacement of Work of others destroyed or damaged by correction, removal , or replacement of the CONTRACTOR’s defective Work. The CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise by the CITY of the CITY’s rights hereunder. ARTICLE 12 – INDEMNIFICATION 12.1 Disclaimer of Liability: The CITY shall not, at any time, be liable for injury or damage occurring to any person or property from any cause arising from the CONTRACTOR’s fulfillment of this Agreement. 12.2 Indemnification: For other and additional good and valuable consideration, the receipt and sufficiency of which is at this moment acknowledged, the CONTRACTOR agrees as follows: 12.2.1 To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify, and hold harmless the City and its officers, agents, representatives, council members, volunteers, employees, successors, and assigns (from now on the “City”) from any liabilities, claims, damages, penalties, demands, judgments, actions, proceedings, losses, or costs, including, but not limited to, reasonable attorney fees and court costs, whether resulting from any claimed breach of this Agreement by Contractor or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 28 of 42 intentional wrongful misconduct of Contractor or its subcontractors, or anyone employed or utilized by them in the performan ce of the Work on the Project. The duty to defend under this Section is independent and separa te from the duty to indemnify, and the duty to protect exists regardless of any ultimate liability of the Contractor, City, or any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to the Contractor. The Contractor’s obligations to defend and indemnify under this Agreement will survive the expiration or earlier termination of this Agreement until it is determined by a final judgment that an action against the City or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 12.2.2 CONTRACTOR agrees to indemnify, defend, save, and hold the CITY harmless from any type whatsoever, including but not limited to damages, liabilities, losses, claims, fines, costs, expenses, and fees, and from any suits and causes of actions of every name, or description that may be brought against CITY, on account of any claims, expenses, royalties, or costs for any invention or patent and the infringement of any copyrights or patent rights claimed by any person, firm, or corporation. 12.2.3 CONTRACTOR shall pay all claims, losses, liens, settlements, or judgments of any nature in connection with the preceding indemnifications, including, but not limited to, reasonable attorney's fees and suit costs for trials and appeals. 12.2.4 If any Subcontractor, supplier, laborer, or materialmen of CONTRACTOR or any other person directly or indirectly acting for or through CONTRACTOR files or attempts to file a mechanic's or construction lien against the real property on which the Work is performed or any part thereof or against any personal property or improvements thereon or make a claim against any monies due or to become due from the CITY to CONTRACTOR or from CONTRACTOR to a Subcontractor, for or on account of any Work, labor, services, material, equipment, or other items furnished in connection with the Work or any change order, CONTRACTOR agrees to satisfy, remove, or discharge such lien or claim at its own expense by transfer to bond, payment, or otherwise within five (5) days of the filing or from receipt of written notice from the CITY. Additionally, until such lien or claim is satisfied, removed , or discharged by CONTRACTOR, all monies due to CONTRACTOR, or that become due to CONTRACTOR before the lien or claim is satisfied, removed , or otherwise discharged, shall be held by CITY as security for the satisfaction, removal , Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 29 of 42 and discharge of such lien and any expense that may be incurre d while obtaining the discharge. If CONTRACTOR fails to do so, CITY shall have the right, in addition to all other rights and remedies provided by this Agreement or by law, to satisfy, remove, or discharge such lien or claim by whatever means CITY chooses at the entire and sole cost and expense of CONTRACTOR which costs and expenses shall, without limitation, include attorney's fees, litigation costs, fees, and expenses and all court costs and assessments, and which shall be deducted from any amount owing t o CONTRACTOR. If the amount due CONTRACTOR is less than the amount required to satisfy the CONTRACTOR’s obligation under this, or any other article, paragraph, or section of this Agreement, the CONTRACTOR shall be liable for the deficiency due the CITY. 12.2.5 The CONTRACTOR and the CITY agree that they waive any defects in the wording of this Article that run afoul of any Florida statutory section. ARTICLE 13 - CHANGES IN THE WORK 13.1 Without invalidating this Agreement, the CITY may, at any time or from time to time, order additions, deletions, or revisions in the Work through the issuance of written Change Orders. Upon receipt of a written Change Order, the CONTRACTOR shall proceed with the Work involved. All Work shall be executed under the applicable conditions of the Contract Documents. If any Change Order causes an increase or decrease in the Contract Price or an extension or shortening of the Contract Time, an equitable adjustment will b e made as provided in Article 14 or Article 15 based on a claim made by either Party. 13.2 The Project Manager may authorize minor changes in the Work that do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. Such changes must be in writing and signed by both the city and the contractor . 13.3 If notice of any change affecting the general scope of the Work or change in the Contract Price is required by the provisions of any Bo nd to be given to the Surety, it will be the CONTRACTOR’s responsibility to notify so the Surety and the amount of each applicable Bond shall be adjusted accordingly. The CONTRACTOR shall furnish proof of such adjustment to the CITY. ARTICLE 14 - CHANGE OF CONTRACT PRICE 14.1 The Contract Price may only be increased by a Change Order when Work is modified in accordance with Article 13 and approved by the CITY in writing. Any claim for an increase in the Contract Price resulting from a Change Order shall be based on written notice delivered to the Project Manager within ten (10) days of the occurrence of the Change Order giving rise to the claim. Notice of the claim Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 30 of 42 amount with supporting data shall be provided in writing and delivered within twenty (20) days of such occurrence unless the Project Manager allows an additional period to ascertain accurate cost data. Any change in the Contract Price resulting from any such claim shall be incorporated in the City's Change Order. 14.2 Cost Breakdown Required: Whenever the Cost of the Work is to be determined under this Article, the CONTRACTOR, upon request of the CITY, will s ubmit in a form acceptable to the CITY an itemized cost breakdown together with supporting documentation. Whenever a change in the Work is to be based upon mutual acceptance of a lump sum, whether the amount is an addition, credit, or no - change-in-cost, the CONTRACTOR shall, upon request of the CITY, submit an estimate substantiated by a complete itemized breakdown: 14.2.1 The breakdown shall list quantities and u nit prices for materials, labor, equipment, and other cost items. 14.2.2 Whenever a change involves the CONTRACTOR and one (1) or more subcontractors and increases the agreed compensation, the overhead and profit percentage for the CONTRACTOR and each subcontractor shall be itemized separately. ARTICLE 15 - CHANGE OF THE CONTRACT TIME 15.1 The Contract Time may only be changed by a Change Order. Any claim for an extension in the Contract Time shall be based on written notice delivered to the Project Manager within five (5) days of the occurrence of the event giving rise to the claim. Any change in the Contract Time resulting from any such claim shall be incorporated in a Change Order. 15.2 If a claim is made as provided in Paragraph 15.1, the Contract Ti me will be extended in an amount equal to the time lost due to delays more fully described in Section 8.22 of this Agreement. 15.3 All time limits stated in the Contract Documents are of the essence. The provisions of this Article 15 shall not exclude reco very for damages by the CITY for delay caused by the CONTRACTOR. 15.4 Delays caused by or resulting from entities, contractors, or subcontractors who are not affiliated with the CONTRACTOR (non-affiliated Contractors) shall not give rise to a claim by the CONTRACTOR for damages for increases in mat erial and labor costs. Such entities, contractors, and subcontractors include, but are not limited to, the CITY’s contractors and subcontractors, Florida Power and Light Company. Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 31 of 42 ARTICLE 16 - LIQUIDATED DAMAGES 16.1 Upon failure of the CONTRACTOR to complete the Work by the Substantial Completion Date, the CONTRACTOR shall pay to the CITY the sum of One Hundred Dollars ($100) for every calendar day until the Work reaches the Substantial Completion Date, as fixed and agreed liquidated damages and not as a penalty. The Parties agree and recognize the impossibility of precisely ascertaining the number of damages the City will sustain if the Contractor fails to achieve the Substantial Completion Date timely. When the contractor defaults on 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. ARTICLE 17 - SUSPENSION OF WORK AND TERMINATION 17.1 CITY May Suspend Work: The CITY may, at any time and without cause, suspend the Work or any portion of the Work for not more than ninety (90) days by notice in writing to the CONTRACTOR which shall fix the date on which Work shall be resumed. The CONTRACTOR shall resume the work on the fixed date. The CONTRACTOR will be allowed an extension of the Contract Time directly attributable to any suspension if the CONTRACTOR makes a claim as provided in Article 15; provided, however, the CONTRACTOR shall not be entitled to any extended or delay damages as outlined in Paragraph 8.21. 17.2 CITY May Terminate for Convenience: The CITY retains the right to terminate this Agreement, without cause, with thirty (30) days prior written notice. In the event of such termination for convenience, the Contractor’s recovery against the City shall be limited to that portion of the Contract Price earned through the termination date, together with any retainage withheld and demobilization costs incurred. The Contractor, however, shall not b e entitled to any other or further recovery against the City, including, but not limited to, any other form of payment or damages not explicitly set forth herein or any anticipated or lost profits on portions of Work not performed. 17.3 CITY May Terminate for Cause: The City may terminate this Agreement following ten (10) days’ notice and an opportunity to cure upon the occurrence of any one or more of the following default events: 17.3.1 If the CONTRACTOR commences a voluntary bankruptcy action or a bankruptcy petition is filed against the CONTRACTOR under any chapter of any Bankruptcy Code, or if the CONTRACTOR takes any equivalent or Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 32 of 42 similar action by filing a petition under any federal or state law relating to the bankruptcy or insolvency. 17.3.2 If the CONTRACTOR makes a general assignment of its assets or receivables for the benefit of creditors. 17.3.3 If a trustee, receiver, custodian, or agent of the CONTRACTOR is appointed under applicable law or under Contract, whose appointment or authority to take charge of the property of the CONTRACTOR is to enforce a lien against such property or for the general administration of such property for the benefit of the CONTRACTOR’s creditors. 17.3.4 If the CONTRACTOR persistently fails to perform the Work as required by the Contract Documents, including but not limited to failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule as it may be revised from time to time. 17.3.5 If the CONTRACTOR repeatedly fails to promptly pay subcontractors or for labor, material, or equipment. 17.3.6 If the CONTRACTOR repeatedly disregards proper safety procedures. 17.3.7 If the CONTRACTOR disregards local, state, or federal laws or regulations. 17.3.8 If the CONTRACTOR otherwise violates any provisions of this Agreement. 17.4 Effective Immediately: This Contract will terminate immediately and absolutely if the City of Sebastian determines that adequate funds are de -appropriated such that the City of Sebastian cannot fulfill its obligations under the Contract, which determination is at the City of Sebastian’s sole discretion and shall be conclus ive. Further, the City of Sebastian may terminate the Contract for any one or more of the following reasons, effective immediately without advance notice : (i) In the event the Contractor is required to be certified or licensed as a condition precedent to providing goods and services, the revocation or loss of such license or certification may result in immediate termination of the Contract effective as of the date on which the license or certification is no longer in effect; (ii) The City of Sebastian determines that the actions, or failure to act, of the Contractor, its agents, employees or subcontractors have caused, or reasonably could cause, life, health or safety to be jeopardized; (iii) The Contractor fails to comply with confidentiality laws or provisions; and/or (iv) The Contractor furnished any statement, representation or certification in connection with the Contract or the bidding process which is materially false, deceptive, incorrect or incomplete. 17.5 CITY’s Rights After Termination for Cause: 17.5.1 Following termination for cause, the CONTRACTOR may be excluded from the Premises. The CITY may take possession of the Work and of all the Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 33 of 42 CONTRACTOR’s tools, appliances, construction equipment , and machinery at the site and use them without liability to the CITY for trespass or conversion and incorporate them in the Work, and all materials and equipment stored at the site or for which the CITY has paid the CONTRACTOR but which are stored elsewhere, and finish the Work as the CITY may deem expedient. In this instance, the CONTRACTOR shall not be entitled to receive any further compensation until the Work is finished. 17.5.2 The liability of the Contractor following termination for cause shall extend to and include the total amount of any sums paid, expenses and losses incurred, damages sustained, and obligations assumed by the City in good faith under the belief that such payments or assumptions were necessary or required in completing the Work and providing labor, materials, equipment, supplies, and other items therefor or re -letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments about or arising out of the Work hereunder. 17.5.3 If, after notice of termination of Contractor for default under Section 17.3 above, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that the City did not have the right to terminate the Contractor, then such termination shall be deemed a termination for convenience. The Contractor’s remedies shall be the same and limited to those afforded under Section 17.2 above. 17.6 If the Contractor commits a default due to its insolvency or bankruptcy, the following shall apply: 17.6.1 Should this Agreement be entered into and fully executed by the parties, and funds have been released to the Contractor by the City (Debtor) files for bankruptcy, the following shall occur: A. In the event the Contractor files a voluntary petition under11 U.S.C. 301 or 302, or an order for relief is entered under 11 U.S.C. 303, the Contractor shall acknowledge the extent, validity, and priority of the lien recorded in favor of the City. The Contractor further agrees that in the event of this default, the City shall, at its option, be entitled to seek relief from the automatic stay provisions in effect under 11 U.S.C. 362. The City shall be entitled to relief from the automatic stay under 11 U.S.C. 362(d)(1) or (d)(2), and the Contractor agrees to waive the notice provisions in effect under 11 U.S.C. 362 and any applicable Local Rules of the United States Bankruptcy Court. The Contractor acknowledges that such waiver is done knowingly and voluntarily. B. Alternatively, if the City does not seek stay relief or is denied, the City shall be entitled to monthly adequate protection payments within the Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 34 of 42 meaning of 11 U.S.C. 361. The monthly adequ ate protection payments shall each be in an amount determined by the Note and Mortgage executed by the Contractor in favor of the City. C. In the event the Contractor files for bankruptcy under Chapter 13 of Title 11, United States Code, in addition to the preceding provisions, the Contractor agrees to cure any amounts in arrears over a period not to exceed twenty-four (24) months from the date of the confirmation order . Such payments shall be made in addition to the regular monthly payments required by the Note and Mortgage. Additionally, the Contractor shall agree that the City is oversecured and, therefore, entitled to interest and attorney’s fees under 11 U.S.C. 506(b). Such fees shall be allowed and payable as an administrative expense. Further, in the event the Contractor has less than five (5) years of payments remaining on the Note, the Contractor agrees that the treatment afforded to the claim of the City under any confirmed plan of reorganization shall provide that the remaining payments shall be satisfied in accordance with the Note and that the remaining payments or claim shall not be extended or amortized over a longer period than the time remaining under the Note. 17.6.2 Should this Agreement be entered into and fully executed by the parties, and the funds have not been forwarded to the Contractor, the following shall occur: A. In the event the Contractor files a voluntary petition under 11 U.S.C. 301 or 302, or an order for relief is entered under 11 U.S.C. 303, the Contractor acknowledges that the commencement of a bankruptcy proceeding constitutes an event of default under the terms of this Agreement. Further, the Contractor acknowledges that this Agreement constitutes an executory contract within 11 U.S.C. 365. The Contractor acknowledges that this Agreement cannot be assumed under 11 U.S.C. 365(c)(2) unless the City expressly consents in writing to the assumption. In the event the City consents to the assumption, the Contractor agrees to file a motion to assume this Agreement within ten (10) days after receipt of written permission from the City, regardless of whether the bankruptcy proceeding is pending under Chapter 7, 11, or 13 of Title 11 of the United States Code. The Contractor further acknowledges that this Agreement cannot be assigned under 11 U.S.C. 365(b)(1). 17.7 Should the CITY terminate the CONTRACTOR’s services, the termination shall not affect any rights of the CITY against the CONTRACTOR then existing or which may after that accrue. Any retention or payment of money due to the CONTRACTOR by the CITY will not release the CONTRACTOR from liability. Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 35 of 42 17.8 CONTRACTOR understands and agrees that the CITY may immediately terminate this contract upon written notice if the CONTRACTOR is found to have submitted a false certification or any of the following occurs concerning the CONTRACTOR or a related entity: (i) for any contract for goods or services in any amount of monies, 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 ($1,000,000) 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. 17.9 The CONTRACTOR has no right, authority, or ability to terminate the Work except for wrongful withholding of any payments due to the CONTRACTOR from the CITY. ARTICLE 18 – NOTICES 18.1 All notices required by any of the Contract Documents shall be in writing and shall be deemed delivered upon mailing by certified mail, return receipt requested to the following: TO THE CITY: City Manager Procurement Manager City of Sebastian City of Sebastian 1225 Main Street 1225 Main Street Sebastian, FL 32958 Sebastian, FL 32958 P: 772-388-8231 E: Procurement@cityofsebastian.org TO THE CONTRACTOR: Frazier Contracting LLC Adam Smith 720 Maitland Avenue Altamonte Springs, FL 32701 P: 40-716-3575 E: adam@fraziercontracting.com ARTICLE 19 – LIMITATION OF LIABILITY 19.1 Limitation of Liability: The City desires to enter into this Agreement only if , in so doing, the City can limit the City’s liability for any cause of action arising out of this Agreement. For other and additional good and valuable consideration, the receipt and sufficiency of which is at this moment acknowledged, the Contractor Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 36 of 42 expresses its willingness to enter into this Agreement with the knowledge that the Contractor’s recovery from the City to any action or claim arising from the Agreement is limited to a maximum amount of the contract value less the amount of all funds paid by the City to Contractor under this Agreement. Nothing contained in this paragraph or elsewhere in this Agreement is in any manner intended either to be a waiver of the limitation placed upon the City’s liability as outlined in Section 768.28, Florida Statutes, or to extend the City’s liability beyond the limits established in said Section. No claim or award against the City shall include attorney fees, investigative costs, expert fees, suit costs, or pre-judgment interest. This section shall not prevent the City from taking corrective action against the Contractor. ARTICLE 20 - GOVERNING LAW / VENUE / WAIVER OF JURY TRIAL 20.1 The rights of the Parties hereto shall be construed, subject to, and by the laws of the State of Florida. THE PARTIES HEREBY WAIVE THE RIGHT TO A TRIAL BY JURY IN ANY ACTION, PROCEEDING, OR COUNTERCLAIM BROUGHT OR FILED BY EITHER OF THEM AGAINST THE OTHER. The venue for any suit filed arising out of or related to this Agreeme nt shall be in a court of competent jurisdiction in Indian River County, Florida. ARTICLE 21 – MISCELLANEOUS 21.1 The duties and obligations imposed by this Agreement and the rights and remedies available to the parties and, in particular but without limitation, the warranties, guarantees, and obligations imposed upon the CONTRACTOR and all of the rights and remedies available to the CITY, are in addition to and are not to be construed in any manner as a limitation of any rights and remedies available to any or all of them that are otherwise imposed or available by laws or regulations, by exceptional warranty or guarantee or by other provisions of the Contract Document s. Furthermore, the provisions of this Paragraph will be as effective as if explicitly repeated in the Contract Documents, and the provisions of this Paragraph will survive final payment and termination or completion of this Agreement. 21.2 Liens for Materials and Subcontractors: The Contractor agrees to ensure that no liens for materials or materialmen shall exist upon completion of the Project and that all subcontractors have received payment for services due relating to the Project and indemnify the City for same. 21.3 Disadvantage Business Enterprise (DBE): The DBE requirements of applicable federal and state laws and regulations apply under this agreement, as defined in 49 C.F.R. Part 26. DBEs should have a fair and equal opportunity to compete for dollars spent by the City of Sebastian to procure construction-related services. The Contractor shall use reasonable faith efforts to ensure opportunities to compete for and perform contracts are available on the Project. Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 37 of 42 21.4 The CONTRACTOR shall not assign or transfer this Agreement or its rights, title, or interests. The obligations undertaken by the CONTRACTOR under this Agreement shall not be delegated or assigned to any other person or firm. Violation of the terms of this Paragraph shall constitute a material breach of the Agreement by the CONTRACTOR, and the CITY may, at its discretion, cancel this Agreement and all rights, title, and interest of the CONTRACTOR, which shall immediately cease and terminate. 21.5 The CONTRACTOR and its employees, agents, representatives, offi cers, volunteers, and agents shall be and remain independent contractors and not agents or employees of the CITY concerning all of the acts and services performed by and under the terms of this Agreement. This Agreement shall not be construed to create a partnership, association , or any other kind of joint undertaking or venture between the Parties. 21.6 The CITY reserves the right to audit the records of the CONTRACTOR relating in any way to the Work to be performed under this Agreement at any time during the performance and term of this Agreement and for five (5) years after completion and acceptance by the CITY. If required by the CITY, the CONTRACTOR agrees to submit to an audit by an independent Certified Public Accountant selected by the CITY. The CONTRACTOR shall allow the CITY to inspect, examine, and review the records of the CONTRACTOR at any time during regular business hours during the term of this Agreement. 21.7 The City is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida’s Public Records law. Specifically, the Contractor shall: 21.7.1 Keep and maintain public records required by the public agency to perform the service. 21.7.2 Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested documents or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the price provided in this chapter or as otherwise provided by law. 21.7.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. 21.7.4 Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 38 of 42 contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format compatible with the public agency's information technology systems. 21.7.5 The failure of the Contractor to comply with the provisions outlined in this section shall constitute a material breach of the Agreement and cause immediate termination of the Agreement. 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: CITY CLERK 1225 MIAN STREET SEBASTIAN, FL 32958 TELEPHONE: 772-388-8215 EMAIL: CityHallPublicRecordsRequest@cityofsebastian.org 21.7.6 The remedies expressly provided in this Agreement to the CITY shall not be exclusive. Still, they shall be cumulative and in addition to all other remedies in favor of the CITY now or later existing at law or in equity. 21.7.7 Should any part, term, or provision of this Agreement be decided by the courts to be invalid, illegal, or in conflict with any state or federal law, such part, term, or provision shall be severed, and the validity of the remaining portions or provisions of this Agreement shall not be affected. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 39 of 42 IN WITNESS WHEREOF, the parties hereto have made and executed this agreement on the respective dates under each signature: the City through its City Council taking action on this 28th day of January, 2026, and the Contractor signing by and through its duly authorized corpora te officer having the complete authority to execute same. ATTEST: FRAZIER CONTRACTING LLC By: _____________________________ ___________________________ Witness Adam Smith, Owner Date: _____________________ ATTEST: CITY OF SEBASTIAN, FL By: __________________________ ___________________________ Catherine E. Testa Brian Benton, City Manager Acting City Clerk Date: ______________________ For the use and reliance of the City of Sebastian only. Approved as to form and legal sufficiency. ______________________________ James D. Stokes City Attorney Document ID: FB3088661A32F9BEB7C388B1B3F24180 ID: FC9D3E17-EA18-... Digitally signed by <adam@fraziercontracting.com> February 11, 2026 11:46 AM EST 02/11/2026 ID: 505FF16B-ADDA-... Digitally signed by <admin@fraziercontracting.com> February 11, 2026 11:55 AM EST ID: 55117725-205C-... Digitally signed by <jstokes@cityofsebastian.org> February 12, 2026 02:50 PM EST ID: 92C34ADA-6163-... Digitally signed by <bbenton@cityofsebastian.org> February 13, 2026 08:11 AM EST 02/13/2026 ID: CB2F2640-AB3A-... Digitally signed by <ctesta@cityofsebastian.org> February 13, 2026 08:58 AM EST 26-03-ITB, Police Department Tile Roof Replacement Page 40 of 42 Exhibit “A” Scope Of Services Document ID: FB3088661A32F9BEB7C388B1B3F24180 25-14-ITB Rev 7/2025 Page 7 of 33 SECTION 2 – SCOPE OF WORK 2.1 SCOPE OF WORK 2.1.1 The contractor shall provide all necessary labor, materials, equipment, transportation, supervision, and other required elements to supply and install the new roof in accordance with the scope of work. 2.1.2 The condensed scope of work is outlined in Section 2 .2. However, the Contractor shall follow the detailed instructions listed in Exhibits C -F (detailed below) to complete the tile roof replacement. • EXHIBIT C – Section 070150.19 - Preparation For Reroofing • EXHIBIT D – Section 061600 – Sheathing • EXHIBIT E – Section 073213 - Clay Roof Tiles • EXHIBIT F – Roofing Details 2.2 Condensed Scope of Work 2.2.1 Provide clear photographic documentation of the roof demolition and installation throughout the project. 2.2.2 Carefully remove and dispose of all existing tile roofing materials, including tiles, underlayment, flashing, fasteners, and any other components associated with the tile roof system. The existing plywood roof sheathing is to remain for assessment. 2.2.3 Remove and replace any compromised sheathing and fascia as necessary to prepare the surface for new installation. 2.2.4 Contractor to inspect the exposed roof sheathing and all visible structural elements for signs of deterioration, rot, or damage. 2.2.5 Provide clear photographic documentation of all damaged areas discovered during demolition and Contractor inspection. Submit photos for Owner review and approval before performing repairs. Keep an up-to-date set of as-builts of damaged roof locations that are repaired throughout construction. 2.2.6 Remove and replace the metal drip edge, fascia, sheet metal components, ridge vents, gutters, and downspouts with new materials per Exhibits C-F. 2.2.7 Install new foam adhered clay tile roof system. Clay tiles to be Spanish “S” tile with color 60% clay, 20% red, and 20% brown. Submit mockups to Document ID: FB3088661A32F9BEB7C388B1B3F24180 25-14-ITB Rev 7/2025 Page 8 of 33 Owner for approval prior to ordering material. Roo f system to have peel and stick underlayment. Provide a bid alternate to include two layers of peel and stick underlayment. Roof system to meet wind speed requirements of Vult = 176 mph (Vasd = 137 mph). 2.2.8 Roofing system to be installed in compliance with the manufacturer’s specifications, shall meet 2023 Florida Building Code requirements, and shall have a Florida Product Approval number or Miami -Dade Notice of Acceptance. 2.2.9 Roofing system to have minimum one-year workmanship warranty. Standard manufacturer product warranty to be included in the bid. 2.2.10 Install 30-ft of gutter and (2) downspouts at the location identified on the aerial view. 2.2.11 Perform flashing/waterproofing repairs to the four (4) identified RTUs on the low-sloped roof. 2.2.12 Keep the site clean throughout construction. Restore site and return staging area to the original condition. Repair any areas damaged as a result of construction. Remove all demolition debris from site in covered containers or dumpsters. 2.2.13 Provide Owner with a project schedule indicating, at a minimum, a phasing plan stating anticipated start and finish date and construction activity. Notify Owner if construction activities are anticipated to impact police department employee functions. Access to the building through all egress locations shall be maintained throughout the duration of construction. 2.2.14 Keep an up to date set of as-builts documenting locations where repairs to damaged components were made. 2.3 PERMITTING AND INSPECTION 2.3.1 The contractor shall be responsible for permit application s, all associated fees, and scheduling inspections for all required permits from the State of Florida, the City of Sebastian, and Indian River County. 2.3.2 The awarded contractor and all sub-contractors must be registered with the City of Sebastian Building Department before a permit will be issued. 2.3.3 Permit fees can be viewed at: https://www.cityofsebastian.org/190/Permit- Fees Document ID: FB3088661A32F9BEB7C388B1B3F24180 25-14-ITB Rev 7/2025 Page 9 of 33 2.4 CONTRACTOR MINIMUM QUALIFICATIONS 2.4.1 Must be registered with the State of Florida, Division of Corporations, to do business in Florida. 2.4.2 Contractor must have been in business under the same FEIN number for past three (3) years. Evidence should be submitted with the bid submittal 2.4.3 Bidder must possess three (3) years of experience providing roof replacement or general construction. 2.4.4 Contractor shall be licensed by the state of Florida as a Roofing Contractor, General Contractor, or Building Contractor . A. The contractor must provide a copy of their license with their bid submittal; and 2.4.5 If the bidder’s business is located in Sebastian, FL, or Indian River County, they must provide a copy of their business tax receipt. 2.4.6 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. 2.4.7 No contract will be awarded to any bidder 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 sure ty to the CITY or whether the bidder’s taxes or assessments are delinquent. The City has the right to disqualify any bidder who does not meet any or all qualifications necessary as determined by the City. 2.5 PERFORMANCE/PAYMENT BONDS 2.5.1 A Payment and Performance Bond equal to one hundred percent (100%) of the Agreement price shall be required on this project., The successful bidder shall, within fourteen (14) calendar days after receiving Notice of Award, submit a performance and payment bond (“Bond”). The Bo nd will guarantee the completion of the Work covered by the Contract Documents and the payment of all suppliers, Subcontractors, and the Contractor’s workforce. The Bond(s) shall not contain a provision allowing the Surety(s) to cancel the Bonds before the full Completion of the Contract, including the option to renew years. (Sample Forms are provided for information purposes.) Document ID: FB3088661A32F9BEB7C388B1B3F24180 25-14-ITB Rev 7/2025 Page 10 of 33 2.5.2 The bond (s) shall be provided by a surety company authorized to do business in Florida, and approved by the city manager and cit y attorney. In lieu of a bond(s), the contractor may furnish as security in favor of the City a certified check, a cashier’s check, or an irrevocable letter of credit 2.5.3 The check or letter of credit shall be drawn on or issued by a bank authorized to do business in Florida. The city manager and city attorney must approve the form of the check, letter, or credit. 2.5.4 Attorneys-in-fact who sign bonds must file a certified and effective dated copy of their power of attorney with each bond. Surety companies executing bonds must appear on the Treasury Department’s most current list (Circular 570 as amended), and be authorized to transact business in Florida. 2.6 CONTRACT TIME 2.6.1 The CONTRACTOR recognizes that TIME IS OF THE ESSENCE. The Contract Time shall commence on the date outlined in a Notice to Proceed issued by the City to the Contractor. The Work shall be: A. Substantially Completed within one hundred and twenty (120) calendar days after the date when the Contract Time commences to run as provided for in the Notice to Proceed, and B. Final Completion and ready for final payment in accordance with this Agreement within one hundred and fifty (150) calendar days after the date when the Contract Time commences to run as provided in the Notice to Proceed. 2.7 LIQUIDATED DAMAGES 2.7.1 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 Five-Hundred Dollars ($500.00), 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 2.7.2 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 Document ID: FB3088661A32F9BEB7C388B1B3F24180 25-14-ITB Rev 7/2025 Page 11 of 33 the actual price paid may be deducted from any current or future obligations owed to the contractor as liquidated damages. 2.8 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. 2.9 NOTICE TO PROCEED The contractor shall not commence any work or enter a worksite until the City issues a written Notice to Proceed (NTP) directing the awarded bidder to proceed with the Work; provided that such notification shall be superseded by any emergency work that may be required in accordance with the provisions included elsewhere in this ITB and resulting contract. 2.10 PROJECT COORDINATION 2.10.1 A City project manager will oversee all assigned work to ensure adherence to schedules and service quality throughout the project’s progress and submittal of final payment. The project manager will periodically inspect the work being performed to ensure compliance with the agreement's requirements. 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. 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, means of transportation, tools and equipment are made available to perform the services; and B. Contractor shall, at all times, provide an on-site supervisor or authorized representative who is fluent in English, possesses adequate knowledge of the work being performed, and holds the authority to make decisions on behalf of the Contractor; 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. Document ID: FB3088661A32F9BEB7C388B1B3F24180 25-14-ITB Rev 7/2025 Page 12 of 33 2.11 SITE INSPECTION AND DUE DILIGENCE 2.11.1 Bidders are obligated to carefully examine the project specification and exercise due diligence regarding any and all current and pre -existing conditions at the project site. 2.11.2 Before submitting their bid, the bidder shall be responsible for visiting the project site and becoming familiar with any conditions that may affect the work. 2.11.3 Before the commencement of work, the contractor shall submit photographs and/or video recordings to the project manager to document any 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. 2.11.4 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. 2.11.5 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. 2.11.6 No additional allowances shall be made due to the bidder’s lack of knowledge of the project requirements and site conditions. 2.12 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 co nditions. 2.13 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, during the agreement term, the City purchases more than the e stimated quantities in this bid. 2.14 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 negligence on the part of the awarded contractor, their Document ID: FB3088661A32F9BEB7C388B1B3F24180 25-14-ITB Rev 7/2025 Page 13 of 33 employees or other agents. The contractor must reasonably 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 caused by the awarded contractor, their employees or their agents. The contractor must not drive o r park equipment on grass, sidewalks, or patios. If concerns are raised about excessively wet conditions on grassy areas, the contractor must contact the project manager for recommendations or workarounds before 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 project manager's satisfaction. Any public or private property damaged by the contractor or a representative during the services shall be repaired or replaced to the project manager's satisfaction 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 project manager's satisfaction. 2.15 REMOVAL OF DEBRIS The contractor shall keep the worksite free and clear of rubbish and debris at all times during the performance of services. Any material or waste generated by the 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 debris, equipment, tools, and worksite hazards. 2.16 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 for 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. They shall be fully completed to the satisfaction of the project manager and City within seven (7) working days. 2.17 OWNERSHIP OF THE WORK 2.17.1 The contractor is solely responsible for all work, until final completion of the work. The contractor shall be liable for all damage, theft, maintenance, and safety until the City of Sebastian issues a notice of final completion of the Document ID: FB3088661A32F9BEB7C388B1B3F24180 25-14-ITB Rev 7/2025 Page 14 of 33 work. Upon completion of each job, the contractor shall submit the following information, as applicable: A. Final invoice with documentation. B. Acceptance from the City of Sebastian Building Department C. Warranty information to include effective dates, contact information, and details on the scope of coverage. D. Cut sheets and Operations and Maintenance manuals for any installed equipment. E. As-Built Drawings F. Contractor internal work orders/employee timesheets upon request G. Certified payroll, upon request H. Any other documents as requested by the City 2.18 INSURANCE 2.18.1 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. 2.18.2 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. 2.18.3 The certificate holder shall read: City Of Sebastian 1225 Main Street Sebastian, FL 32958 2.18.4 Minimum coverage with limits and provisions are as follows: Document ID: FB3088661A32F9BEB7C388B1B3F24180 25-14-ITB Rev 7/2025 Page 15 of 33 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 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 opera tions 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: b) 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 that 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 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. ** Document ID: FB3088661A32F9BEB7C388B1B3F24180 25-14-ITB Rev 7/2025 Page 16 of 33 2.18.5 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. 2.18.6 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. 2.18.7 All insurance carriers shall be rated (A) or better by the most recently published A.M. Best Rating Guide. Unless otherwise specified, the contractor shall 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 pr oject. The city reserves the right to accept or reject the insurance carrier. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Document ID: FB3088661A32F9BEB7C388B1B3F24180 City of Sebastian Police Department Tile Roof Replacement PREPARATION FOR REROOFING Copyright © 2018 by the American Institute of Architects. SECTION 070150.19 - PREPARATION FOR REROOFING PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Tear-off of clay tile roof areas indicated on the Site Plan. 2.Re-cover preparation of roof areas indicated on the Site Plan. 3.Removal of flashings and counterflashings. 1.2 CHANGE ORDER A.If damaged sheathing or fascia are encountered during construction and require replacement, Contractor shall submit a change order to the Owner using the unit prices on the quotation form. 1.3 PREINSTALLATION MEETINGS A.Preliminary Roofing Conference: Before starting removal Work, conduct conference at the Sebastian Police Department, located at 1201 Main St, Sebastian, FL 32958, with Richard Blankenship (Parks and Recreation Director). Cell contact 772-388-4414. Email contact RBlankenship@cityofsebastian.org. 1.4 INFORMATIONAL SUBMITTALS A.Photographs or Videotape: Show existing conditions of adjoining construction and site improvements, including exterior and interior finish surfaces, that might be misconstrued as having been damaged by reroofing operations. 1.Submit before Work begins. 1.5 FIELD CONDITIONS A.Existing Roofing System: TPO roofing over the low-sloped portion of the roof, which will remain. Clay tile roofing over the steep-sloped portion of the roof, which will be removed and replaced. B.Owner will occupy portions of building immediately below reroofing area. 1.Conduct reroofing so Owner's operations are not disrupted. 2.Provide Owner with not less than 72 hours written notice of activities that may affect Owner's operations. 3.Coordinate work activities daily with Owner so Owner has adequate advance notice to place protective dust and water-leakage covers over sensitive equipment and furnishings, 13 EXHIBIT C - Section 070150.19 - Preparation For Reroofing Document ID: FB3088661A32F9BEB7C388B1B3F24180 City of Sebastian Police Department Tile Roof Replacement PREPARATION FOR REROOFING Copyright © 2018 by the American Institute of Architects. shut down HVAC and fire-alarm or -detection equipment if needed, and evacuate occupants from below work area. 4.Before working over structurally impaired areas of deck, notify Owner to evacuate occupants from below affected area. a.Verify that occupants below work area have been evacuated before proceeding with work over impaired deck area. C.Protect building to be reroofed, adjacent buildings, walkways, site improvements, exterior plantings, and landscaping from damage or soiling from reroofing operations. D.Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. E.Conditions existing at time of inspection for bidding will be maintained by Owner as far as practical. 1.Limited elevations and details from the building’s 2004 addition Construction Drawings prepared by REG Inc. for existing roofing system are provided for Contractor's convenience and information, but they are not a warranty of existing conditions. They are intended to supplement rather than serve in lieu of Contractor's own investigations. Contractor is responsible for conclusions derived from existing documents. F.Limit construction loads on existing roof areas to remain, and existing roof areas scheduled to be reroofed to 300 lbs for point loads and 20 psf for uniformly distributed loads. G.Weather Limitations: Proceed with reroofing preparation only when existing and forecasted weather conditions permit Work to proceed without water entering existing roofing system or building. 1.Remove only as much roofing in one day as can be made watertight in the same day. 1.6 WARRANTY A.Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during reroofing, by methods and with materials so as not to void existing low-sloped roofing system warranty. Contractor to contact Owner for information regarding existing warranties. PART 2 - PRODUCTS 2.1 AUXILIARY REROOFING MATERIALS A.General: Use auxiliary reroofing preparation materials recommended by roofing system manufacturer for intended use and compatible with components of the new roofing system. 14 Document ID: FB3088661A32F9BEB7C388B1B3F24180 City of Sebastian Police Department Tile Roof Replacement PREPARATION FOR REROOFING Copyright © 2018 by the American Institute of Architects. PART 3 - EXECUTION 3.1 PREPARATION A.Seal or isolate windows that may be exposed to airborne substances created in removal of existing materials. B.Protect rooftop utilities and service piping before beginning the Work. C.Test existing roof drains to verify that they are not blocked or restricted. 1.Immediately notify Owner of any blockages or restrictions. D.Coordinate with Owner to shut down air-intake equipment in the vicinity of the Work. 1.Cover air-intake louvers before proceeding with reroofing work that could affect indoor air quality or activate smoke detectors in the ductwork. E.During removal operations, have sufficient and suitable materials on-site to facilitate rapid installation of temporary protection in the event of unexpected rain. F.Maintain roof drains in functioning condition to ensure roof drainage at end of each workday. 1.Prevent debris from entering or blocking roof drains and conductors. a.Use roof-drain plugs specifically designed for this purpose. b.Remove roof-drain plugs at end of each workday, when no work is taking place, or when rain is forecast. 2.If roof drains are temporarily blocked or unserviceable due to roofing system removal or partial installation of new roofing system, provide alternative drainage method to remove water and eliminate ponding. a.Do not permit water to enter into or under existing roofing system components that are to remain. 3.2 ROOF TEAR-OFF A.Notify Owner each day of extent of roof tear-off proposed for that day and obtain authorization to proceed. B.Lower removed roofing materials to ground, using dust-tight chutes or other acceptable means of removing materials from roof areas. C.Full Roof Tear-off: Where indicated on Drawings, remove existing tile roofing and other tile roofing system components down to the existing plywood sheathing. 1.Remove tiles and underlayment. 2.Remove base flashings and counter flashings associated with the steep-sloped tile roof. 3.Remove cap flashings at the tile roof to parapet wall intersection. 15 Document ID: FB3088661A32F9BEB7C388B1B3F24180 City of Sebastian Police Department Tile Roof Replacement PREPARATION FOR REROOFING Copyright © 2018 by the American Institute of Architects. 4.Remove flashings at penetrations through the tile roof. 5.Remove wood blocking, curbs, and nailers associated with the tile roof as required if found to be deteriorated or damaged. a.Removal is paid for by adjusting the Contract Sum according to unit prices included in the Contract Documents. 3.3 DECK PREPARATION A.Inspect deck after tear-off of roofing system. B.If broken or loose fasteners that secure deck panels to one another or to structure are observed, or if deck appears or feels inadequately attached, immediately notify Owner. 1.Do not proceed with installation until directed by Owner. C.If deck surface is unsuitable for receiving new roofing or if structural integrity of deck is suspect, immediately notify Owner. 1.Do not proceed with installation until directed by Owner. D.Replace plywood roof sheathing if found to contain moisture damage. Sheathing to comply with Section 061600 "Sheathing." 1.Roof sheathing replacement will be paid for by adjusting the Contract Sum according to unit prices included in the Contract Documents. 3.4 ROOF RE-COVER PREPARATION A.Remove substrate irregularities from sheathing that inhibit new underlayment from conforming to substrate. 1.Broom clean existing substrate. 2.Coordinate with building department to schedule times for inspections. 3.Verify that existing substrate is dry. 4.Remove materials that are wet or damp. a.Removal will be paid for by adjusting the Contract Sum according to unit prices included in the Contract Documents. 3.5 BASE FLASHING A.Do not damage metal counterflashings that are to remain. 1.Replace metal counterflashings damaged during removal with counterflashings of same metal, weight or thickness, and finish as existing. B.Inspect wood blocking, curbs, and nailers for deterioration and damage. 16 Document ID: FB3088661A32F9BEB7C388B1B3F24180 City of Sebastian Police Department Tile Roof Replacement PREPARATION FOR REROOFING Copyright © 2018 by the American Institute of Architects. 1.If parapet sheathing, wood blocking, curbs, or nailers have deteriorated, immediately notify Owner. END OF SECTION 070150.19 17 Document ID: FB3088661A32F9BEB7C388B1B3F24180 City of Sebastian Police Department Tile Roof Replacement SHEATHING Copyright © 2018 by the American Institute of Architects. SECTION 061600 - SHEATHING PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Wall sheathing. 2.Roof sheathing. 3.Parapet sheathing. 4.Composite nail base insulated roof sheathing. 5.Subflooring. 6.Underlayment. 7.Sheathing joint and penetration treatment. 1.2 ACTION SUBMITTALS A.Product Data: For each type of process and factory-fabricated product. 1.3 INFORMATIONAL SUBMITTALS A.Evaluation Reports: For the following, from ICC-ES: 1.Wood-preservative-treated plywood. 2.Fire-retardant-treated plywood. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A.Fire-Resistance Ratings: As tested according to ASTM E119; testing by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 1.Fire-Resistance Ratings: Indicated by design designations from UL's "Fire Resistance Directory" or from the listings of another qualified testing agency. 2.2 PRESERVATIVE-TREATED PLYWOOD A.Preservative Treatment by Pressure Process: AWPA U1; Use Category UC2 for interior construction not in contact with ground, Use Category UC3b for exterior construction not in contact with ground, and Use Category UC4a for items in contact with ground. 18 EXHIBIT D - Section 061600 - Sheathing Document ID: FB3088661A32F9BEB7C388B1B3F24180 City of Sebastian Police Department Tile Roof Replacement SHEATHING Copyright © 2018 by the American Institute of Architects. B.Mark plywood with appropriate classification marking of an inspection agency acceptable to authorities having jurisdiction. C.Application: Treat all plywood unless otherwise indicated. 2.3 FIRE-RETARDANT-TREATED PLYWOOD A.General: Where fire-retardant-treated materials are indicated, use materials complying with requirements in this article that are acceptable to authorities having jurisdiction and with fire- test-response characteristics specified as determined by testing identical products per test method indicated by a qualified testing agency. B.Fire-Retardant-Treated Plywood by Pressure Process: Products with a flame-spread index of 25 or less when tested according to ASTM E84, and with no evidence of significant progressive combustion when the test is extended an additional 20 minutes, and with the flame front not extending more than 10.5 feet (3.2 m) beyond the centerline of the burners at any time during the test. 1.Exterior Type: Treated materials shall comply with requirements specified above for fire- retardant-treated plywood by pressure process after being subjected to accelerated weathering according to ASTM D2898. Use for exterior locations and where indicated. 2.Interior Type A: Treated materials shall have a moisture content of 28 percent or less when tested according to ASTM D3201/D3201M at 92 percent relative humidity. Use where exterior type is not indicated. 3.Design Value Adjustment Factors: Treated lumber plywood shall be tested according to ASTM D5516 and design value adjustment factors shall be calculated according to ASTM D6305. Span ratings after treatment shall be not less than span ratings specified. For roof sheathing and where high-temperature fire-retardant treatment is indicated, span ratings for temperatures up to 170 deg F (76 deg C) shall be not less than span ratings specified. C.Kiln-dry material after treatment to a maximum moisture content of 15 percent. D.Identify fire-retardant-treated plywood with appropriate classification marking of qualified testing agency. E.Application: Treat all plywood unless otherwise indicated. 2.4 ROOF SHEATHING A.Plywood Sheathing: Either DOC PS 1 or DOC PS 2, Exposure 1, Structural I sheathing. 2.5 PARAPET SHEATHING A.Plywood Sheathing: Either DOC PS 1 or DOC PS 2, Exposure 1, Structural I sheathing. 19 Document ID: FB3088661A32F9BEB7C388B1B3F24180 City of Sebastian Police Department Tile Roof Replacement SHEATHING Copyright © 2018 by the American Institute of Architects. 2.6 FASTENERS A.General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. 1.For roof, parapet, and wall sheathing, provide fasteners with hot-dip zinc coating complying with ASTM A153/A153M of Type 304 stainless steel. 2.For roof, parapet, and wall sheathing, provide fasteners with organic-polymer or other corrosion-protective coating having a salt-spray resistance of more than 800 hours according to ASTM B117. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A.Do not use materials with defects that impair quality of sheathing or pieces that are too small to use with minimum number of joints or optimum joint arrangement. Arrange joints so that pieces do not span between fewer than three support members. B.Cut panels at penetrations, edges, and other obstructions of work; fit tightly against abutting construction unless otherwise indicated. C.Securely attach to substrate by fastening as indicated, complying with the following: 1.Table 2304.9.1, "Fastening Schedule," in the ICC's International Building Code. 2.ICC-ES evaluation report for fastener. D.Coordinate parapet and roof sheathing installation with flashing and joint-sealant installation so these materials are installed in sequence and manner that prevent exterior moisture from passing through completed assembly. E.Do not bridge building expansion joints; cut and space edges of panels to match spacing of structural support elements. 3.2 WOOD STRUCTURAL PANEL INSTALLATION A.General: Comply with applicable recommendations in APA Form No. E30, "Engineered Wood Construction Guide," for types of structural-use panels and applications indicated. B.Fastening Methods: Fasten panels as indicated below: 1.Wall and Roof Sheathing: a.Nail to wood framing. b.Screw to cold-formed metal framing. c.Space panels 1/8 inch (3 mm) apart at edges and ends. END OF SECTION 061600 20 Document ID: FB3088661A32F9BEB7C388B1B3F24180 City of Sebastian Police Department Tile Roof Replacement CLAY ROOF TILES Copyright © 2018 by the American Institute of Architects. 2.2 CLAY ROOF TILES A.Clay Roof Tiles: ASTM C1167, molded- or extruded-clay roof tile units of shape and configuration indicated, kiln fired, and free of surface imperfections. Provide with fastening holes prepunched at factory before firing. 1.Wind Speed Requirements: Vult = 176 mph (Vasd = 137 mph) 2.Durability: Grade 1 3.High-Profile Shape: Type I, Spanish or "S" a.Accessory Tiles: Ridge, ridge end, hip and hip starter 4.Size: Contractor to measure size of existing tiles and match existing. Obtain Owner approval prior to ordering product. 5.Finish and Texture: Matte, smooth 6.Color: 60% Clay, 20% Red, 20% Brown. Obtain Owner approval prior to ordering product. 2.3 UNDERLAYMENT MATERIALS A.Self adhering Felt Underlayment: ASTM D226/D226M, Type II, asphalt-saturated organic felt, unperforated. 2.4 PLASTIC RIDGE VENTS A.Rigid-Plastic Ridge Vent: Manufacturer's standard, rigid section high-density polypropylene or other UV-stabilized plastic ridge vent for use under ridge tiles. 2.5 ACCESSORIES A.Asphalt Roofing Cement: ASTM D4586/D4586M, Type II, asbestos free. B.Butyl Sealant: ASTM C1311, single-component, solvent-release butyl rubber sealant; polyisobutylene plasticized; heavy bodied. C.Elastomeric Sealant: ASTM C920, elastomeric polyurethane-based joint sealant of type, grade, class, and use classifications required to seal joints in clay-tile roofing and remain watertight. D.Roofing Asphalt: ASTM D312, Type IV. E.Cold-Applied Adhesive: Manufacturer's standard asphalt-based, one- or two-part, asbestos-free, cold-applied adhesive specially formulated for compatibility and use with underlayments. F.Mortar: ASTM C270, Type M, natural color with ASTM C979/C979M, pigmented mortar matching the color of clay roof tiles for exposed-to-view mortar, and natural color for concealed-from-view mortar. G.Foam Adhesive: Two-component, polyurethane expanding adhesive recommended for application by clay-roof-tile manufacturer. 22 EXHIBIT E - Section 073213 - Clay Roof Tiles Document ID: FB3088661A32F9BEB7C388B1B3F24180 City of Sebastian Police Department Tile Roof Replacement CLAY ROOF TILES Copyright © 2018 by the American Institute of Architects. H.Eave Closure: Manufacturer's standard eave closure formed to shape of clay roof tile. Material to be approved by Owner prior to ordering. I.Wood Nailers: To be pressure-preservative-treated wood. J.Mesh Fabric: 18-by-14 (1.1-by-1.4-mm) mesh of PVC-coated, glass-fiber thread. 2.6 FASTENERS A.Roofing Nails: ASTM F1667, hot-dip galvanized-steel, 0.120-inch- (3.05-mm-) diameter shank, sharp-pointed, conventional roofing nails with barbed shanks; minimum 3/8-inch- (10-mm-) diameter head; of sufficient length to penetrate 3/4 inch (19 mm) into substrate or through thickness of the sheathing, whichever is less. 1.Where nails are in contact with metal flashing, use nails made from same metal as flashing. B.Wood Batten Nails: ASTM F1667; common or box, steel wire, flat head, and smooth shank. C.Wire Ties: Stainless steel, 0.083-inch (2.11-mm) minimum diameter. D.Twisted-Wire-Tie System: Continuously twisted, two-wire unit with loops formed 6 inches (152 mm) apart, minimum 0.105-inch- (2.67-mm-) diameter galvanized-steel wire and 0.065-inch- (1.65-mm-) diameter galvanized-steel tie wires, with matching-metal folding clip anchors. E.Single-Line, Wire-Tie System: Interconnecting eave-to-ridge system, minimum 0.106-inch- (2.69-mm-) diameter galvanized-steel wire, preformed to accommodate clay roof tile type and application indicated. F.Hook Nails: One-piece wind lock and clay roof tile fastener system, minimum 0.120-inch- (3.05-mm-) diameter galvanized-steel wire, for direct deck nailing. G.Tile Locks: Hot-dip galvanized-steel, 0.1-inch- (2.5-mm-) diameter wire device designed to secure butt edges of overlaid clay roof tiles. H.Storm Clips: Hot-dip galvanized-steel, minimum 0.048-by-1/2-inch (1.22-by-13-mm) strap- type, L-shaped retainer clips designed to secure side edges of clay roof tiles. Provide with two fastener holes in base flange. 2.7 METAL FLASHING AND TRIM A.General: Comply with requirements in Section 076200 "Sheet Metal Flashing and Trim." 1.Sheet Metal: Stainless steel, Zinc-tin alloy-coated stainless steel, Zinc-tin alloy-coated steel, or Zinc-tin alloy-coated copper. B.Fabricate sheet metal flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" for design, dimensions, metal, and other characteristics of the item. 23 Document ID: FB3088661A32F9BEB7C388B1B3F24180 City of Sebastian Police Department Tile Roof Replacement CLAY ROOF TILES Copyright © 2018 by the American Institute of Architects. C.Sheet Metal Ridge Vent: Fabricate from 16-oz./sq. ft.- (0.55-mm-) thick copper sheet, terminating each side in V-shaped external baffles with venting holes producing net-free ventilating area of 2.65 sq. in./ft. (56 sq. cm/m). D.Vent-Pipe Flashings: ASTM B749, Type L51121, at least 1/16 inch (1.6 mm) thick. Provide lead sleeve sized to slip over and turn down into pipe, soldered to skirt at slope of roof and extending at least 4 inches (102 mm) from pipe onto roof. PART 3 - EXECUTION 3.1 UNDERLAYMENT INSTALLATION A.General: Comply with clay roof tile manufacturer's written instructions and with recommendations in NRCA's "NRCA Roofing Manual: Steep-Slope Roof Systems" unless more stringent requirements are indicated. 1.Cover ridge and hip wood nailers with underlayment strips. B.Single-Layer Felt Underlayment: Install on roof deck parallel with and starting at the eaves. Lap sides a minimum of 4 inches (102 mm) over underlying course. Lap ends a minimum of 4 inches (102 mm). Stagger end laps between succeeding courses at least 72 inches (1829 mm). Fasten with underlayment nails. 1.Install felt underlayment on roof deck not covered by self-adhering sheet underlayment. Lap sides of felt over self-adhering sheet underlayment not less than 4 inches (102 mm) in direction that sheds water. Lap ends of felt not less than 6 inches (152 mm) over self- adhering sheet underlayment. 2.Install fasteners at no more than 12 inches (305 mm) o.c. between side laps and 6-inch (152-mm) spacing at side laps. C.Self-Adhering Sheet Underlayment: Install wrinkle free; comply with low-temperature installation restrictions of underlayment manufacturer if applicable. Install lapped in direction that sheds water. Lap sides not less than 3-1/2 inches (89 mm). Lap ends not less than 6 inches (152 mm), staggered 24 inches (610 mm) between succeeding courses. Roll laps with roller. Cover underlayment within seven days. 1.Prime concrete and masonry surfaces to receive self-adhering sheet underlayment. D.Double-Layer Felt/Self-Adhering Sheet Underlayment: 1.Install single layer of felt underlayment on roof deck parallel with and starting at the eaves. Lap sides a minimum of 4 inches over underlying course. Lap ends a minimum of 4 inches (102 mm). Stagger end laps between succeeding courses at least 72 inches (1829 mm). Fasten with underlayment nails. a.Install fasteners at no more than 12 inches o.c. between side laps and 6-inch spacing at side laps. 2.Install self-adhering sheet underlayment, wrinkle free, on felt underlayment; comply with low-temperature installation restrictions of underlayment manufacturer if applicable. Lap sides not less than 3-1/2 inches in direction that sheds water. Lap ends not less than 6 24 Document ID: FB3088661A32F9BEB7C388B1B3F24180 City of Sebastian Police Department Tile Roof Replacement CLAY ROOF TILES Copyright © 2018 by the American Institute of Architects. inches, staggered 24 inches between succeeding courses. Roll laps with roller. Cover underlayment within seven days. E.Valley Underlayment: Install two layers of 36-inch- (914-mm-) wide felt underlayment centered in valley. Stagger end laps between layers at least 72 inches (1829 mm). Lap ends of each layer at least 12 inches (305 mm) in direction that sheds water, and seal with asphalt roofing cement. Fasten each layer to roof deck with underlayment nails. 1.Lap roof-deck underlayment over first layer of valley underlayment at least 6 inches (152 mm). 3.2 METAL FLASHING INSTALLATION A.General: Install metal flashings according to clay roof tile manufacturer's written instructions and recommendations in NRCA's "NRCA Roofing Manual: Steep-Slope Roof Systems." B.Pipe Flashings: Form flashing around pipe penetrations and tile roofing. Fasten and seal to tile roofing. C.Sheet Metal Ridge Vents: Install centrally, and mechanically fasten to wood ridge. Adhere each side to clay roof tile with elastomeric sealant. 1.Install fabric mesh over roof-deck air ventilation gaps to prevent insect entry. 3.3 WOOD NAILERS A.Install wood nailers securely fastened to roof deck at the following locations: 1.Hips. 2.Ridges. 3.Rakes. B.Install beveled wood cant at eaves and securely fasten to roof deck. 3.4 CLAY ROOF TILE INSTALLATION A.General: Install clay roof tiles according to manufacturer's written instructions and recommendations in TRI/WSRCA's "Concrete and Clay Roof Tile Design Criteria Installation Manual for Moderate Climate Regions" and NRCA's "NRCA Roofing Manual: Steep-Slope Roof Systems" unless more stringent requirements are indicated. 1.Maintain uniform exposure and coursing of clay roof tiles throughout roof. 2.Extend tiles 2 inches (51 mm) over eave fasciae. 3.Nail Fastening: Drive nails to clear the clay roof tile so the tile hangs from the nail and is not drawn up. a.Install wire through nail holes of cut tiles that cannot be nailed directly to roof deck and fasten to nails driven into deck. 25 Document ID: FB3088661A32F9BEB7C388B1B3F24180 City of Sebastian Police Department Tile Roof Replacement CLAY ROOF TILES Copyright © 2018 by the American Institute of Architects. 4.Wire-Tie Fastening: Install wire-tie systems and fasten clay roof tiles according to manufacturer's written instructions. 5.Mortar Setting: Install clay roof tile according to TRI/FRSA's "Concrete and Clay Roof Tile Installation Manual." 6.Foam-Adhesive Setting: Install clay roof tile according to TRI/FRSA's "Concrete and Clay Roof Tile Installation Manual." 7.Storm Clips: Install to capture edges of longitudinal sides of clay roof tiles and securely fasten to roof deck. 8.Tile Locks: Install to support and lock overlying tile butts to underlying tiles. 9.Cut and fit clay roof tiles neatly around roof vents, pipes, ventilators, and other projections through roof. Fill voids with mortar. 10.Install clay roof tiles with color blend approved by Architect. B.High-Profile Clay Roof Tile Installation: 1.Install eave closure in accordance with 2.5H. 2.Provide minimum 3-inch (76-mm) lap between succeeding courses of clay roof tiles. 3.Install rake tiles indicated. 4.Install ridge tiles with laps facing away from prevailing wind. Seal laps with asphalt roofing cement. C.Closed Valleys: Cut clay roof tiles at closed valleys to form straight lines, trimming upper concealed corners of tiles. Maintain uniform gap of 1/2 to 3/4 inch (13 to 19 mm) on either side of the water diverter at centerline of valley. 1.Drill or notch cut valley tiles and wire-tie to fastener placed clear of valley metal flashings. 2.Do not nail tiles to metal flashings. 3.5 PLASTIC RIDGE VENTS A.Rigid-Plastic Ridge Vents: Install continuous ridge vents over clay roof tiles according to manufacturer's written instructions. Fasten with nails of sufficient length to penetrate substrate. END OF SECTION 073213 26 Document ID: FB3088661A32F9BEB7C388B1B3F24180 kimley-horn.com 11601 Kew Gardens Avenue, Suite 200, Palm Beach Gardens, FL 33410 561-463-0665 27 Legend Limits of Tile Roof Replacement: RTUs to be Waterproofed: Gutter / Downspout (DS): Job: Sebastian Police Department - Tile Roof Replacement Location: 1201 Main St, Sebastian, FL 32958 Site Plan Main St. Fr i e n d s h i p L n . DS 1 DS 2 EXHIBIT F - Roofing Details Document ID: FB3088661A32F9BEB7C388B1B3F24180 kimley-horn.com 11601 Kew Gardens Avenue, Suite 200, Palm Beach Gardens, FL 33410 561-463-0665 28 Eave1 Eave With Gutter2 Source: 2024 NRCA Roofing Manual Typical Roofing Details Document ID: FB3088661A32F9BEB7C388B1B3F24180 kimley-horn.com 11601 Kew Gardens Avenue, Suite 200, Palm Beach Gardens, FL 33410 561-463-0665 29 Eave/Rake3 Ridge4 Source: 2024 NRCA Roofing Manual Typical Roofing Details Document ID: FB3088661A32F9BEB7C388B1B3F24180 kimley-horn.com 11601 Kew Gardens Avenue, Suite 200, Palm Beach Gardens, FL 33410 561-463-0665 30 Hip5 Sidewall Flashing With One-Piece Counterflashing 6 Source: 2024 NRCA Roofing Manual Typical Roofing Details Document ID: FB3088661A32F9BEB7C388B1B3F24180 kimley-horn.com 11601 Kew Gardens Avenue, Suite 200, Palm Beach Gardens, FL 33410 561-463-0665 31 Valley7 Clay Tile Transition at Parapet8 Source: 2024 NRCA Roofing Manual & Construction Drawings Prepared By REG Incorporated and Dated 10/6/2003 Typical Roofing Details Document ID: FB3088661A32F9BEB7C388B1B3F24180 kimley-horn.com 11601 Kew Gardens Avenue, Suite 200, Palm Beach Gardens, FL 33410 561-463-0665 32 Typical Roofing Details Ridge Tile at Transition To Pyramid Roof 9 Source: Construction Drawings Prepared By REG Incorporated and Dated 10/6/2003 EXISTING RTU FLASHING, TYP.10 PROPOSED RTU FLASHING, TYP.11 RTU AND SKIRT TO REMAIN IN PLACE REMOVE TERMINATION BAR, DETERMINE LIMITS OF SHEET METAL - CONTRACTOR TO DETERMINE FUNCTIONALITY AND NECESSITY OF SHEET METAL - INSTALL FLASHING PER DETAIL 11 INSPECT REINFORCED PIB FLASHING FOR DAMAGE - REPAIR WITH HOT AIR WELDED OR ADHEARED MEMBRANE IF DAMAGED MODIFY ROOF MEMBRANE AND CORNER FLASHING AS NECESSARY TO COMPLETE REPAIR - PLACE BACK MEMBRANE IN ACCORDANCE WITH NRCA ROOFING GUIDELINES NOTES: 1. CONTRACTOR TO PERFORM A TEST PILOT FLASHING REPAIR AT ONE (1) RTU TO DETERMINE EFFICACY AND FEASIBILITY OF REPAIR PRIOR TO COMPLETING DEMO AND REPAIR AT ALL IDENTIFIED RTUS. 2. DETAIL 11 SHOWS A GENERALIZED SCHEMATIC OF PROPOSED FLASHING AT AN RTU. DESTRUCTIVE TESTING MAY SHOW THAT ON SITE CONDITIONS VARY FROM THOSE SHOWN IN DETAIL 11. 3. CONTRACTOR TO NOTIFY OWNER IF FIELD CONDITIONS PREVENT COMPLETION OF THE RTU FLASHING REPAIR AND PROPOSE ALTERNATIVE SOLUTION TO OWNER. 4. CONTRACTOR TO INSPECT INTERIOR SIDE OF RTU CURB UNDER EACH RTU FOR DAMAGE AND REPORT FINDINGS TO OWNER. REMOVE AND REINSTALL OR REROUTE CONDUITS AS NECESSARY TO COMPLETE REPAIRS, TYP. LAG BOLT THRU EQUIPMENT CURB FLANGE TO REMAIN NEOPRENE STRIP TO REMAIN RTU SKIRT TO REMAIN PRESSURE TREATED WOOD NAILER STRIP TO REMAIN RTU BASE EQUIPMENT SUPPORT CURB AND FRAME TO REMAIN ADHERE REINFORCED PIB FLASHING TO ROOF PIB FIELD MEMBRANE - LAP 4" CANT STRIP TO REMAIN MODIFY ROOF MEMBRANE AS NECESSARY TO COMPLETE REPAIR - PLACE BACK MEMBRANE IN ACCORDANCE WITH NRCA ROOFING GUIDELINES ROOF RIGID INSULATION TO REMAIN ROOF JOIST TO REMAIN ROOF DECK TO REMAIN Document ID: FB3088661A32F9BEB7C388B1B3F24180 Kimley-Horn ClaimsReady™ Report September 11, 2025 © 2008-2025 Eagle View Technologies, Inc. and Pictometry International Corp. – All Rights Reserved – Covered by one or more of U.S. Patent Nos. 8,078,436; 8,145,578; 8,170,840; 8,209,152; 8,515,125; 8,825,454; 9,135,737; 8,670,961; 9,514,568; 8,818,770; 8,542,880; 9,244,589; 9,329,749. Other Patents Pending. Measurements provided by www.eagleview.com www.eagleview.com/Guarantee.aspx 1201 Main St, Sebastian, FL 32958 In this 3D model, facets appear as semi-transparent to reveal overhangs. Report Details Roof Details Report Contents Report: 67381534 Total Roof Area = 23,234 sq ft Total Roof Facets = 24 Predominant Pitch = 4/12 Number of Stories <=1 Total Ridges/Hips = 380 ft Total Valleys = 108 ft Total Rakes = 39 ft Total Eaves = 1,270 ft Total Penetrations = 37 Total Penetrations Perimeter = 294 ft Total Penetrations Area = 348 sq ft Images ..........................................................1 Length Diagram...............................................4 Pitch Diagram .................................................5 Area Diagram .................................................6 Notes Diagram ...............................................7 Penetrations Diagram ......................................8 Report Summary .............................................9 Contact:Jason Goldman Company: Kimley-Horn Address: 1920 Wekiva Way West Palm Beach FL 33411 Phone: 561-593-0423 33 Document ID: FB3088661A32F9BEB7C388B1B3F24180 1201 Main St, Sebastian, FL 32958 September 11, 2025 Report: 67381534 © 2008-2025 Eagle View Technologies, Inc. and Pictometry International Corp. – All Rights Reserved – Covered by one or more of U.S. Patent Nos. 8,078,436; 8,145,578; 8,170,840; 8,209,152; 8,515,125; 8,825,454; 9,135,737; 8,670,961; 9,514,568; 8,818,770; 8,542,880; 9,244,589; 9,329,749. Other Patents Pending. Kimley-Horn Page 1 Images The following aerial images show different angles of this structure for your reference. 34 Document ID: FB3088661A32F9BEB7C388B1B3F24180 1201 Main St, Sebastian, FL 32958 September 11, 2025 Report: 67381534 © 2008-2025 Eagle View Technologies, Inc. and Pictometry International Corp. – All Rights Reserved – Covered by one or more of U.S. Patent Nos. 8,078,436; 8,145,578; 8,170,840; 8,209,152; 8,515,125; 8,825,454; 9,135,737; 8,670,961; 9,514,568; 8,818,770; 8,542,880; 9,244,589; 9,329,749. Other Patents Pending. Kimley-Horn Page 2 North Side South Side 35 Document ID: FB3088661A32F9BEB7C388B1B3F24180 1201 Main St, Sebastian, FL 32958 September 11, 2025 Report: 67381534 © 2008-2025 Eagle View Technologies, Inc. and Pictometry International Corp. – All Rights Reserved – Covered by one or more of U.S. Patent Nos. 8,078,436; 8,145,578; 8,170,840; 8,209,152; 8,515,125; 8,825,454; 9,135,737; 8,670,961; 9,514,568; 8,818,770; 8,542,880; 9,244,589; 9,329,749. Other Patents Pending. Kimley-Horn Page 3 East Side West Side 36 Document ID: FB3088661A32F9BEB7C388B1B3F24180 1201 Main St, Sebastian, FL 32958 September 11, 2025 Report: 67381534 © 2008-2025 Eagle View Technologies, Inc. and Pictometry International Corp. – All Rights Reserved – Covered by one or more of U.S. Patent Nos. 8,078,436; 8,145,578; 8,170,840; 8,209,152; 8,515,125; 8,825,454; 9,135,737; 8,670,961; 9,514,568; 8,818,770; 8,542,880; 9,244,589; 9,329,749. Other Patents Pending. Kimley-Horn Page 4 Length Diagram Total Line Lengths: Ridges = 54 ft Hips = 326 ft Valleys = 108 ft Rakes = 39 ft Eaves = 1,270 ft Flashing = 155 ft Step flashing = 88 ft Parapets = 495 ft Note: This diagram contains segment lengths (rounded to the nearest whole number) over 5 feet. In some cases, segment labels have been removed for readability. Plus signs preface some numbers to avoid confusion when rotated (e.g. +6 and +9). 105 2727 4 9 3 0 20 6 3 20 27 8 1 4 2 27 27 3 0 27 27 3 0 27 105 1 7 17 1 7 17 18 18 27 3 7 27 18 18 18 27 3 7 27 18 1 6 70 70 1 6 70 2 0 2 0 70 8 39 4 6 70 4 0 5 4 70 1 6 40 13 5 4 21 3 9 1 8 3 9 21 4 2 2 7 2 6 3 0 SN W E © 2 0 2 5 E a g l e V i e w T e c h n o l o g i e s , In c . , A l l R i g h t s R e s e r v e d . 37 Document ID: FB3088661A32F9BEB7C388B1B3F24180 1201 Main St, Sebastian, FL 32958 September 11, 2025 Report: 67381534 © 2008-2025 Eagle View Technologies, Inc. and Pictometry International Corp. – All Rights Reserved – Covered by one or more of U.S. Patent Nos. 8,078,436; 8,145,578; 8,170,840; 8,209,152; 8,515,125; 8,825,454; 9,135,737; 8,670,961; 9,514,568; 8,818,770; 8,542,880; 9,244,589; 9,329,749. Other Patents Pending. Kimley-Horn Page 5 Pitch Diagram Pitch values are shown in inches per foot, and arrows indicate slope direction. The predominant pitch on this roof is 4/12. Note: This diagram contains labeled pitches for facet areas larger than 20 square feet. In some cases, pitch labels have been removed for readability. Plus signs preface some numbers to avoid confusion when rotated (e.g. +6 and +9). Blue shading indicates a pitch of 3/12 and greater. Gray shading indicates flat, 1/12 or 2/12 pitches. If present, a value of "F" indicates a flat facet (no pitch). 4 4 4 4 4 4 4 4 4 4 4 4 4 2 F 4 4 4 4 4 2 4 4 4 SN W E © 2 0 2 5 E a g l e V i e w T e c h n o l o g i e s , In c . , A l l R i g h t s R e s e r v e d . 38 Document ID: FB3088661A32F9BEB7C388B1B3F24180 1201 Main St, Sebastian, FL 32958 September 11, 2025 Report: 67381534 © 2008-2025 Eagle View Technologies, Inc. and Pictometry International Corp. – All Rights Reserved – Covered by one or more of U.S. Patent Nos. 8,078,436; 8,145,578; 8,170,840; 8,209,152; 8,515,125; 8,825,454; 9,135,737; 8,670,961; 9,514,568; 8,818,770; 8,542,880; 9,244,589; 9,329,749. Other Patents Pending. Kimley-Horn Page 6 Area Diagram Total Area = 23,234 sq ft, with 24 facets. Note: This diagram shows the square feet of each roof facet (rounded to the nearest foot). The total area in square feet, at the top of this page, is based on the non-rounded values of each roof facet (rounded to the nearest square foot after being totaled). 1403 768 1120 113 312 1366 1679 312 113 824 342 1684 343 941 78 9607 361 589 343 361 342 7878 78 SN W E © 2 0 2 5 E a g l e V i e w T e c h n o l o g i e s , In c . , A l l R i g h t s R e s e r v e d . 39 Document ID: FB3088661A32F9BEB7C388B1B3F24180 1201 Main St, Sebastian, FL 32958 September 11, 2025 Report: 67381534 © 2008-2025 Eagle View Technologies, Inc. and Pictometry International Corp. – All Rights Reserved – Covered by one or more of U.S. Patent Nos. 8,078,436; 8,145,578; 8,170,840; 8,209,152; 8,515,125; 8,825,454; 9,135,737; 8,670,961; 9,514,568; 8,818,770; 8,542,880; 9,244,589; 9,329,749. Other Patents Pending. Kimley-Horn Page 7 Notes Diagram Roof facets are labeled from smallest to largest (A to Z) for easy reference. T P S E G U V H F Q J W L R C X M O K N I DB A SN W E © 2 0 2 5 E a g l e V i e w T e c h n o l o g i e s , In c . , A l l R i g h t s R e s e r v e d . 40 Document ID: FB3088661A32F9BEB7C388B1B3F24180 1201 Main St, Sebastian, FL, 32958 September 11, 2025 Report: 67381534 © 2008-2025 Eagle View Technologies, Inc. and Pictometry International Corp. – All Rights Reserved – Covered by one or more of U.S. Patent Nos. 8,078,436; 8,145,578; 8,170,840; 8,209,152; 8,515,125; 8,825,454; 9,135,737; 8,670,961; 9,514,568; 8,818,770; 8,542,880; 9,244,589; 9,329,749. Other Patents Pending. Kimley-Horn Page 8 Penetrations Notes Diagram Penetrations are labeled from smallest to largest for easy reference. Total Penetrations = 37 Total Penetrations Area = 348 sq ft Total Penetrations Perimeter = 294 ft Total Roof Area Less Penetrations = 22,886 sq ft 13 9 27 10 1 2 3 11 12 4 28 5 14 29 15 16 6 17 18 19 7 20 21 22 23 24 25 26 30 8 31 34 32 33 35 36 37 SN W E © 2 0 2 5 E a g l e V i e w T e c h n o l o g i e s , In c . , A l l R i g h t s R e s e r v e d . 41 Document ID: FB3088661A32F9BEB7C388B1B3F24180 1201 Main St, Sebastian, FL 32958 September 11, 2025 Report: 67381534 © 2008-2025 Eagle View Technologies, Inc. and Pictometry International Corp. – All Rights Reserved – Covered by one or more of U.S. Patent Nos. 8,078,436; 8,145,578; 8,170,840; 8,209,152; 8,515,125; 8,825,454; 9,135,737; 8,670,961; 9,514,568; 8,818,770; 8,542,880; 9,244,589; 9,329,749. Other Patents Pending. Kimley-Horn Page 9 Report Summary Below is a measurement summary using the values presented in this report. All Structures Areas per Pitch Roof Pitches Area (sq ft) % of Roof 0/12 2/12 4/12 9607.1 2486.2 11139.8 41.3%10.7%47.9% The table above lists each pitch on this roof and the total area and percent (both rounded) of the roof with that pitch. Penetrations Area (sq ft) Perimeter (ft) 1-9 10-26 27-28 29 30 31 32 33 34 35 0.2 1 2.2 2.3 4 4.5 24 34.3 41.6 70 2 4 6 6 8 9 20 24.2 25.8 34 Area (sq ft) Perimeter (ft) 36 37 70 73.5 34 35 Any measured penetration smaller than 3x3 feet may need field verification. Accuracy is not guaranteed. The total penetration area is not subtracted from the total roof area. All Structures Totals Total Roof Facets = 24 Total Penetrations = 37 Lengths, Areas and Pitches Ridges = 54 ft (3 Ridges) Hips = 326 ft (16 Hips). Valleys = 108 ft (4 Valleys) Rakes † = 39 ft (2 Rakes) Eaves/Starter ‡ = 1,270 ft (31 Eaves) Drip Edge (Eaves + Rakes) = 1,309 ft (33 Lengths) Parapet Walls = 495 (16 Lengths). Flashing = 155 ft (5 Lengths) Step flashing = 88 ft (8 Lengths) Total Penetrations Area = 348 sq ft Total Roof Area Less Penetrations = 22,886 sq ft Total Penetrations Perimeter = 294 ft Predominant Pitch = 4/12 Total Area (All Pitches) = 23,234 sq ft Property Location Longitude = -80.4742917 Latitude = 27.8176023 Notes This was ordered as a commercial property. There were no changes to the structure in the past four years. Parapet Wall Area Table Wall Height (ft) Vertical Wall Area (sq ft) 1 2 3 4 5 6 7 495 990 1485 1980 2475 2970 3465 This table provides common parapet wall heights to aid you in calculating the total vertical area of these walls. Note that these values assume a 90 degree angle at the base of the wall. Allow for extra materials to cover cant strips and tapered edges. SN W E ©20 2 5 Ea g l e Vi e w Te c h n o l o g i e s , In c . , Al l Ri g h t s Re s e r v e d . † Rakes are defined as roof edges that are sloped (not level). ‡ Eaves are defined as roof edges that are not sloped and level. 42 Document ID: FB3088661A32F9BEB7C388B1B3F24180 1201 Main St, Sebastian, FL 32958 September 11, 2025 Report: 67381534 © 2008-2025 Eagle View Technologies, Inc. and Pictometry International Corp. – All Rights Reserved – Covered by one or more of U.S. Patent Nos. 8,078,436; 8,145,578; 8,170,840; 8,209,152; 8,515,125; 8,825,454; 9,135,737; 8,670,961; 9,514,568; 8,818,770; 8,542,880; 9,244,589; 9,329,749. Other Patents Pending. Kimley-Horn Page 10 Online Maps Online map of property http://maps.google.com/maps?f=g&source=s_q&hl=en&geocode=&q=1201+Main+St,Sebastian,FL,32958 Directions from Kimley-Horn to this property http://maps.google.com/maps?f=d&source=s_d&saddr=1920+Wekiva+Way,West+Palm+Beach,FL,33411&daddr=1201+Main+St,Seb astian,FL,32958 Enclosed is your ClaimsReady report. Please click the link to supplement your report with a walls report that includes areas of facets and cut-outs, line lengths, a notes diagram, and waste table calculations. Request a walls report. 43 Document ID: FB3088661A32F9BEB7C388B1B3F24180 1201 Main St, Sebastian, FL 32958 September 11, 2025 Report: 67381534 © 2008-2025 Eagle View Technologies, Inc. and Pictometry International Corp. – All Rights Reserved – Covered by one or more of U.S. Patent Nos. 8,078,436; 8,145,578; 8,170,840; 8,209,152; 8,515,125; 8,825,454; 9,135,737; 8,670,961; 9,514,568; 8,818,770; 8,542,880; 9,244,589; 9,329,749. Other Patents Pending. Important Legal Notice and Disclaimer Notice and Disclaimer No Warranty: The Copyrighted Materials are provided to you "as is," and you agree to use it at your own risk. EagleView Technologies makes no guarantees, representations or warranties of any kind, express or implied, arising by law or otherwise, including but not limited to, content, quality, accuracy, completeness, effectiveness, reliability, fitness for a particular purpose, usefulness, use or results to be obtained from the Copyrighted Materials. Contractors agree to always conduct a preliminary site survey to verify Roof Report ordered. In the event of an error in a Report, your sole remedy will be a refund of the fees paid by you to obtain this Report. 44 Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 41 of 42 Exhibit “B” Price Proposal Document ID: FB3088661A32F9BEB7C388B1B3F24180 Pay Item No. Repair Item Unit Quantity Unit Cost Total Cost GC-1 Mobilization/demobilization, construction debris removal & site maintenance, dumpster, project management LS 1 5,617.83$5,617.83$ GC-2 Permit documents process & submittals LS 1 286.83$286.83$ 5,904.66$ Pay Item No. Repair Item Unit Quantity Unit Cost Total Cost S-1 Demo existing clay tile roof covering to clean and workable surface SF 11,150 3.30$36,795.00$ S-2 Check plywood deck and repair damages. Include a price per plywood sheet to replace if found to be damaged.EA 1 75.00$75.00$ S-3 Check fascia board and repair damages. Include a price per foot to replace fascia board if found to be damaged.LF 1 8.00$8.00$ S-4 Installation of peel and stick underlayment. Quantity does not include underlayment side and end laps SF 11,150 1.41$15,721.50$ S-5 Installation of accessories including metal drip edge, metal eave closure, flashing, ridge and hip caps, valley underlayment LS 1 10,000.00$10,000.00$ S-6 Remove and replace 30-ft of gutter and (2) downspouts on the tile roof LS 1 3,000.00$3,000.00$ S-7 Installation of new clay tile roof using adhesive foam SF 11,150 3.35$37,352.50$ S-8 Flashing/waterproofing repairs at identified RTUs (4)LS 1 3,500.00$3,500.00$ 106,452.00$ Pay Item No. Repair Item Unit Quantity Unit Cost Total Cost BA-1 Installation of 2nd layer of peel and stick underlayment. Quantity does not include underlayment side and end laps SF 11,150 1.41$15,721.50$ 15,721.50$ 112,356.66$ 128,078.16$Total Bid Price WITH Alternate Site Work General Building Storefront Renovation Subtotal Site Work Subtotal Bid Alternate Alternate Subtotal Total Bid Price WITHOUT Alternate ***Note: Quantities were taken from Eagleview report number 67381534, included in this bid package. Contractor to field verify quantities.*** Company Name General Building Storefront Renovation Proposer submits the following prices for the work described in this solicitation. Rates provided include all costs associated with the performance of the work, such as mobilization and demobilization, the operator, supervision, fuel, repairs, overhead and profits, insurance, lodging, meals, transportation, rentals, safety gear, telephone costs, cameras, GPS devices and all other materials, items and miscellaneous expenses associated with providing the requested services. Bid Price Sheet Solicitation # 26-03-ITB Solicitation Title: Police Department Tile Roof Replacement Frazier Contracting LLC Procurement Division 1225 Main Street, Sebastian, FL 32958 Phone: 772-388-8231 Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB, Police Department Tile Roof Replacement Page 42 of 42 Exhibit “C” Contractor Submittal Document ID: FB3088661A32F9BEB7C388B1B3F24180 25-14-ITB Rev 7/2025 Page 18 of 33 SECTION 4 REQUIRED FORMS Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 19 of 33 CONTACT INFORMATION SHEET DUE DATE: November 14, 2025 Bids due on or before 2:00 PM LOCAL TIME Proposals must be submitted electronically via VendorLink 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: Police Department Tile Roof Replacement ITB NO.: 26-03-ITB Bidder Name and “Doing Business As”, if applicable: Federal Tax Identification Number: Unique Entity ID (SAM.GOV): Address: City: State: Zip Code: Telephone 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 bidder named above, and that the bidder 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. The bid submittal shall be marked non -responsive if a Corporate Resolution cannot be provided . The City reserves the right to reject any and all bids or to accept an y bid or portion deemed to be in the City's best interest and waive any non-substantial irregularities. Frazier Contracting LLC Z2BBDCSBABQ1 720 Maitland Avenue Altamonte Springs Florida 32701 407-716-3575 adam@fraziercontracting.com Adam Smith Owner 11/19/2025 83-2094712 Document ID: FB3088661A32F9BEB7C388B1B3F24180 Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 21 of 33 STATEMENT OF BIDDER’S QUALIFICATIONS Solicitation Title: Solicitation Number: Name of Bidder: Professional License Type and Number: 1. Contractor’s Compliance with Employment Eligibility Requirements (§448.095, Fla. Stat. – E-Verify) The E-Verify system is an internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. Florida Statutes §448.095 provides that any person or entity that has entered or is attempting to enter into a contract with the City of Sebastian to provide labor, supplies or services must register with and use the E-Verify system to verify the work authorization status of all employee s hired after January 1, 2021. Further, the contractor must maintain certain required employment compliance records of subcontractors for the duration of the contract with the City of Sebastian. Contractor E-Verify Registration Number: 2. How long has your organization performed services under your present name? 3. How long has your company provided ROOFING OR GENERAL CONSTRUCTION as a contractor or subcontractor? 4. Has your organization, any officer, or partner failed to complete any work awarded to you? If so, where and why? 5. 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.) 26-03-ITB POLICE DEPARTMENT TILE ROOF REPLACEMENT Frazier Contracting LLC Roofing: CCC1332478 2531092 7 Years 7 Years NO No. Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 22 of 33 6. 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 7. 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 8. 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 agree 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 Adam Smith Owner 11/19/2025 Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 23 of 33 CERTIFICATION REGARDING DEBARMENT AND SUSPENSION This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. 1. The Contractor (or subcontractor) 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 commiss ion of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and d. Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cau se or default. 2. Where the prospective contractor is unable to certify to the above statement, the prospective contractor shall attach an explanation to this form. 3. The City of Sebastian will not make award to parties listed on the government wide exclusions in the System for Award Management (SAM). Authorized Signature Address Printed Name & Title City, State, Zip Code Company Date Adam Smith Owner MGR Frazier Contracting LLC 720 Maitland Avenue Altamonte Springs FL 32701 11/19/2025 Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 24 of 33 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 p laced 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 o r 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 fo und to have been engaged in business operations in Cuba or Syria. Authorized Signature Printed Name & Title Date 11/19/2025 Adam Smith Owner MGR Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 25 of 33 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 Frazier Contracting LLC Adam Smith Owner MGR 11/19/2025 Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 26 of 33 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 City. 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 in Paragraphs 2 (a) – (c) (Bidder's/Proposer's Legal Company Name) 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: ________________________ Owner MGR Adam Smith 11/19/2025 Frazier Contracting LLC Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 27 of 33 HUMAN TRAFFICKING AFFIDAVIT In compliance with Section 787.06(13), Florida Statutes, this affidavit must be completed by an officer or representative of a nongovernmental entity that is executing, renewing, or extending a contract with the City of Sebastian (the “Governmental Entity”). The undersigned, on behalf of the entity listed below (the “Nongovernmental Entity”), hereby swears or affirms as follows: 1. I am over eighteen (18) years of age. The following information is based on my own personal knowledge. 2. I am an officer or representative of______________________________________, a Nongovernmental entity, and I am authorized to provide this affidavit on behalf of the Nongovernmental Entity. 3. Neither Nongovernmental Entity, nor any of its subsidiaries or affiliates, uses coerci on for labor or services, as such italicized terms are defined in Section 787.06, Florida Statutes, as may be amended from time to time. 4. If, at any time in the future, Nongovernmental Entity does use coercion for labor or services, Nongovernmental Entity will immediately notify Governmental Entity, and no contracts may be executed, renewed, or extended between the parties. 5. Nongovernmental Entity has read the foregoing attestation, confirms that the facts stated in it are true, and is made for the benefit o f, and reliance by, Governmental Entity. 6. This declaration is made pursuant to Section 92.525(1)(c), Florida Statutes. I understand that making a false statement in this declaration may subject me to criminal penalties. UNDER PENALTIES OF PERJURY, I DECL ARE THAT I HAVE READ THE FOREGOING ANTIHUMAN TRAFFICKING AFFIDAVIT AND THAT THE FACTS STATED IN IT ARE TRUE. FURTHER AFFIANT SAYETH NOT. Company Name Authorized Signature Printed Name & Title Date Frazier Contracting LLC Frazier Contracting LLC Adam Smith Owner MGR 11/19/2025 Document ID: FB3088661A32F9BEB7C388B1B3F24180 Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 29 of 33 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 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. ***Do not list the City of Sebastian as a reference. *** 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: Habitat for Humanity of Greater Orlando Osceola Orlando, Florida Greg Moore 407-216-3546 gmoore@habitatorlando.org February 2024-November 2025 Residential Roof Replacements City of Clermont Clermont Florida Ramsey Jimenez 352-241-7353 rjimenez@clermontfl.org May 2024 Roof Replacments City of Ocala Ocala Florida clewis@ocalafl.g Christopher Lewis 352-629-8333 October 2024 Roof Replacement Frazier Contracting LLC Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 30 of 33 SUBCONTRACTOR LIST Bidder Name: Phone #: ITB Title: 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 bidder 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. T he City reserves the right to inspect all facilities of any sub -contractor in order to make a determination as to the foregoing. ***The contractor shall not subcontract more than 85% of the total contract value *** 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 Frazier Contracting LLC POLICE DEPARTMENT TILE ROOF REPLACEMENT 26-03-ITB 407-716-3575 MR. Gutter Gutter and Downspout Fred/Ana (407) 987-3919 11/19/2025 Adam Smith Owner MGR Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 31 of 33 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 lo cated 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 Frazier Contracting is NOT claiming Local Preference Document ID: FB3088661A32F9BEB7C388B1B3F24180 26-03-ITB Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 32 of 33 SECTION 5 – BID PRICE FORM INSTRUCTIONS The Electronic Price Sheet, Attachment A, is in Excel Format. Bidders must upload their completed price sheet in .xlsx or .xls format to VendorLink. The price sheet includes the following worksheets: 1. PD Roof Replacement a. Pricing on this worksheet is MANDATORY. b. This pricing is all-inclusive. All rates include all costs associated with the work's performance, such as mobilization, demobilization, fuel, insurance, overhead and profits, lodging, meals, transportation (includ ing trip charges), rentals, safety gear, telephone costs, and all other materials, items, and miscellaneous expenses. The Bid Prices shall remain good for ninety (90) days after the due date of this ITB. The Bidder certifies that the price quoted represents and includes the entirety of the work, fees, profit, overhead, general requirements, general conditions, etc., of the project per the ITB documents. By affixing their signature to the Bid Price Sheet, the Bidder hereby states that they have read all bid specifications, terms, and conditions outlined in the Invitation to Bid and agree to such. Bidder also declares that the individual signing this Bid Price Sheet has the legal capacity to sign on behalf of Bidder and to obligate Bidder contractually. Bidder Name: Signature: Date: Print Name: Title: 11/19/2025 Frazier Contracting LLC Adam Smith Owner MGR Document ID: FB3088661A32F9BEB7C388B1B3F24180 Mark Richardson Project Manager Adam Smith Owner MGR Document ID: FB3088661A32F9BEB7C388B1B3F24180 Document ID: FB3088661A32F9BEB7C388B1B3F24180 Document ID: FB3088661A32F9BEB7C388B1B3F24180 Nov 12, 2025 Proposal City of Sebastian 1201 Main Street Sebastian, FL 32958 Adam Smith Frazier Contracting LLC (407) 796-1157 adam@fraziercontracting.com License Number CCC1332478 Tile Roof Replacement Adam Smith Frazier Contracting LLC (407) 796-1157 adam@fraziercontracting.com 2 Proposal Item Tear-Off and Removal Carefully remove approximately 107 squares of the existing tile roofing system, including all underlayment, fasteners, and flashings down to the roof deck. Inspect all roof decking and structural components for deterioration or damage. Properly dispose of all roofing debris using a licensed dump trailer and maintain a clean jobsite throughout the process. Re-nail Sheathing Re-nail all roof decking to meet Florida Building Code (FBC) 2007, Section 507.2.2, which requires a minimum of 6 inches on center fastener spacing. Utilize 8d ring-shank nails to provide enhanced uplift resistance and ensure the roof deck is securely fastened for code compliance and long-term performance. Peel and Stick Underlayment Install approximately 107 squares of Polyglass Polystick TU Plus, a premium dual-reinforced, self-adhered waterproofing underlayment engineered specifically for high-wind and tile roof applications. Apply underlayment over the entire steep-slope roof system, ensuring full adhesion and watertight coverage in compliance with the current Florida Building Code. Tile System Installation Install approximately 107 squares of Spanish Barrel Tile, chosen for its durability, aesthetic appeal, and suitability to Florida’s coastal environment. Set tiles using manufacturer-approved foam or mechanical fastening systems to ensure compliance with FBC High- Velocity Hurricane Zone (HVHZ) wind requirements. Align and level all rows for a uniform, professional finish consistent with architectural specifications. Hip, Ridge, and valley metal Install a complete metal hip and ridge support system, fabricated from corrosion-resistant galvanized steel or aluminum. Install pre-formed valley metal with integrated water diverters to ensure optimal drainage and protection against water intrusion. Tile Roof Replacement Adam Smith Frazier Contracting LLC (407) 796-1157 adam@fraziercontracting.com 3 All metals will be primed and painted to match the roof finish for a seamless appearance. Ventilation & Accessories Remove and replace all existing lead plumbing stacks, goosenecks, vents, and roof accessories with new components. Upgrade and install ridge ventilation system, color-matched to complement the new tile roof. Verify all flashings and penetrations are properly sealed for long-term watertight protection. Drip Edge and Perimeter Flashing Remove and replace all eave and rake drip edges with 3” x 3” 26-gauge galvanized metal flashing, installed beneath underlayment per code. Homeowner may select drip edge color (White, Black, or Brown) to coordinate with overall exterior finishes. Unforeseen Wood or Flashing Replacement (If Required) Replace any damaged or deteriorated materials discovered during tear-off beyond the initial allowance at the following rates: Plywood Decking: $75.00 per sheet 1x or Common Board Replacement: $8.00 per linear foot Metal Flashing Replacement: $8.00 per linear foot All additional work will be pre-approved prior to execution. Warranty Coverage Workmanship Warranty: Frazier Contracting provides a 20-year workmanship warranty on all labor associated with this tile roof replacement. This warranty covers installation quality, adherence to Florida Building Code, and correction of any workmanship-related defects arising within the warranty period. Limited Lifetime Material Warranty This warranty certifies that the Spanish Barrel Tile roofing materials installed by Frazier Contracting LLC are covered by a Limited Lifetime Material Warranty provided by the tile manufacturer. Estimate subtotal $112,356.66 Summary Adam Smith Frazier Contracting LLC (407) 796-1157 adam@fraziercontracting.com 4 Please review and sign the proposal with any notes. Tile Roof Replacement Proposal $112,356.66 Total $112,356.66 Customer notes City of Sebastian Date By signing this document you agree to the statement of works provided by Frazier Contracting LLC and in accordance with any terms described within. City Of Sebastian1225 Main StreetSebastian, FL 32958 Document ID: FB3088661A32F9BEB7C388B1B3F24180 City Of Sebastian1225 Main StreetSebastian, FL 32958 Document ID: FB3088661A32F9BEB7C388B1B3F24180 DateCERTIFICATE OF LIABILITY INSURANCE 12/23/2024 Plymouth Insurance AgencyProducer:This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder. This Certificate does not amend, extend or alter the coverage afforded by the policies below.2739 U.S. Highway 19 N. Holiday, FL 34691 (727) 938-5562 Insurers Affording Coverage NAIC # Insurer A: Lion Insurance Company 11075Insured:South East Personnel Leasing, Inc. & Subsidiaries Insurer B:2739 U.S. Highway 19 N.Insurer C:Holiday, FL 34691 Insurer D: Insurer E: Coverages The policies of insurance listed below have been issued to the insured named above for the policy period indicated. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions of such policies. Aggregate limits shown may have been reduced by paid claims. Policy Effective Date (MM/DD/YY) Policy Expiration Date(MM/DD/YY)INSR LTR ADDL INSRD LimitsType of Insurance Policy Number GENERAL LIABILITY Each Occurrence $ Commercial General Liability Damage to rented premises (EA occurrence)Claims Made Occur $ Med Exp $ Personal Adv Injury $ General aggregate limit applies per: General Aggregate $ Policy Project LOC Products - Comp/Op Agg $ AUTOMOBILE LIABILITY Combined Single Limit (EA Accident)$ Any Auto Bodily Injury All Owned Autos (Per Person)$ Scheduled Autos Bodily InjuryHired Autos (Per Accident)$Non-Owned Autos Property Damage (Per Accident)$ EXCESS/UMBRELLA LIABILITY Each Occurrence Occur Claims Made Aggregate Deductible A Workers Compensation and Employers' Liability X WC Statu- tory Limits OTH- ERWC 71949 01/01/2025 01/01/2026 E.L. Each Accident $1,000,000Any proprietor/partner/executive officer/member excluded?NO E.L. Disease - Ea Employee $1,000,000 If Yes, describe under special provisions below.E.L. Disease - Policy Limits $1,000,000 Other Lion Insurance Company is A.M. Best Company rated A (Excellent). AMB # 12616 Descriptions of Operations/Locations/Vehicles/Exclusions added by Endorsement/Special Provisions: Client ID:93-68-441 Coverage only applies to active employee(s) of South East Personnel Leasing, Inc. & Subsidiaries that are leased to the following "Client Company": Frazier Contracting LLC Coverage only applies to injuries incurred by South East Personnel Leasing, Inc. & Subsidiaries active employee(s) Coverage does not apply to statutory employee(s) or independent contractor(s) of the Client Company or any other entity. A list of the active employee(s) leased to the Client Company can be obtained by emailing a request to certificates@lioninsurancecompany.com , while working in: FL. Project Name: ISSUE 12-23-24 (KLT) Begin Date:12/5/2022 CERTIFICATE HOLDER CANCELLATION Should any of the above described policies be cancelled before the expiration date thereof, the issuing insurer will endeavor to mail 30 days written notice to the certificate holder named to the left, but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives. CLEARWATER, FL 33756 Document ID: FB3088661A32F9BEB7C388B1B3F24180 Document ID: FB3088661A32F9BEB7C388B1B3F24180