Loading...
HomeMy WebLinkAbout2023 ContractDocuSign Envelope ID: C5ABBEBE-1406-49CO-A799-9C6FDDFOE5IC SENIOR CENTER RE -ROOFING FOR THE CITY OF SEBASTIAN AGREEMENT This Agreement is entered into by the parties this 20 day of August, 2023. 1. PARTIES: CITY OF SEBASTIAN, a municipal corporation of the State of Florida, (City). and ALL AREA ROOFING AND CONSTRUCTION, INCORPORATED (Contractor). 2. DESIGNATED CONTACT PERSON AS TO CITY: City of Sebastian Paul Chapline, Public Facilities Superintendent 1225 Main Street Sebastian, Florida 32958 Cell: 772-321-6736 3. DESIGNATED CONTACT PERSON AS TO CONTRACTOR: All Area Roofing and Construction, Incorporated Jennifer Richards, President 3921 South US Highway 1 Fort Pierce, Florida 34982 (772)464-6800 Don Miller, Consultant/Estimator (772) 322-4802 4. NOTICES. All notices between City and Contractor, as required under the Agreement, shall be in writing and in the form of facsimile, e-mail, mail, or by personal delivery to the respective designated contact person identified above. Either designated recipient may notify the other, in writing, if someone else is designated to receive notice. 5. TERMS OF AGREEMENT AND COMMENCEMENT OF SERVICES. This is a one (1) time agreement and the effective date of the agreement is estimated to begin on August 24, 2023, and shall be fully completed with all invoices submitted no later than September 29, 2023. Full turn -key completion within hventy-five days of Notice to Proceed. 6. ENTIRE AG$EEMPT. This Agreement, and its associated Bid Documents, and the Bidder's Documents, reierenceaa hherein, together with any executed Addenda if any, shall constitute the entire Agreement between Contractor and City (hereinafler referred to as the "Agreement"). In resolving conflicts, errors, discrepancies, and disputes concerning the scope of Services or other rights or obligations of the parties, precedence shall be given in the following order (1) provisions of this agreement, (2) provisions of the Bid, (3) provisions of the Purchase Order, (4) provisions of the Contractor's/Bidder's Documents & Price Form submitted to the City, (5) provisions contained in any governmental regulation incorporated herein by reference, and (6) a fully executed Amendment to this Agreement. There are no understandings or agreements except as herein expressly stated. 7. AGREEMENT DOCUMENTS. 1. Exhibit "A"- Contractors/Bidders Documents & Price Form submitted to the City 2. Exhibit "B" — ITB #23-13, Senior Center Re -Roofing Documents 3. Exhibit "C" - Addenda fros CITY OF SEBASTIAN, FLORIDA / InitialJF BID 23-13, SENIOR CENTER RE -ROOFINGS of 13 DocuSign Envelope ID: C5ABBEBE-1406.49CO-A799-9C6FDDFOE5IC 8. MODIFICATION OF AGREEMENT. The Agreement may only be modified or amended upon mutual written agreement of City and Contractor. No oral agreements or representations shall be valid or binding upon City or Contractor. No alteration or modification of the Agreement terms, including substitution of product, shall be valid or binding against City. Contractor may not unilaterally modify the terms of the Agreement by affixing additional terms by incorporating such terms onto Contractor's documents forwarded by Contractor to City for payment. City's acceptance of services, product, or processing of documentation on forms furnished by Contractor to City for approval or payment shall not constitute acceptance of the proposed modification to terms and conditions. 9. SERVICES PROVIDED BY CONTRACTOR. The Services to be provided by Contractor are in Exhibit A, B, and C, attached to this agreement and as stated in all bid documents and any addenda. If the City identifies any additional Services to be provided by Contractor that are not covered under the original Agreement, such additional services shall be made a part of this Agreement by a written Amendment. 10. CITY'S PROJECT MANAGER. All work done by the Contractor shall be subject to the review, inspection and acceptance of the Project Manager and the City. Any and all technical questions which may arise as to the quality, completeness and acceptability of work performed, or work to be performed, interpretation of Technical Specifications and all technical questions as to the acceptable fulfillment of the Contract on the part of the Contractor shall be referred to the Citv Manaeer who will resolve such questions. At all times, all work shall be subject to inspection and review by the Project Manager and the City. In addition, the inspection and review may also include and apply to the tools and equipment used by the Contractor for the performance of Work. 11. MATERIALS. SERVICES. AND FACILITIES. It is understood that, except as otherwise specifically stated in the Contract Documents, Contractor shall provide and pay for all materials, labor, tools, equipment, machines, water, light, power, transportation, supervision, temporary construction of any nature, permits, and all other services and facilities of any nature whatsoever necessary to execute, complete, and deliver the Services within the specified time. 12. COMPENSATION TO CONTRACTOR. Compensation to be paid to Contractor for the provision of the Services agreed to herein shall be per the firm/fixed guaranteed maximum pricing noted in the Bidders Price Form, Section 9 — Bid Form, attached to this Agreement. Duc to the inability to determine what is under the existing roof tiles, the City has established a I S% contingency to cover any unforeseen repairs that are necessary with the removal of the existing roof surface. Any expenditure above the $49,375.00 bid price shall be approved by the project manager before proceeding with the roofing project. 13. PAYMENT OF PAYMENT REOUESTS. Contractor shall aeree to schedule a drive throuah and/or walk throueh inspection for each section of the completed work with the Citv of Sebastian's Project Manaeer or their desienee to verifv work has been corn tad and in complete compliance of the contract/bid documents prior to invoices Ts submitted to the Citv. (_De CITY OF SEBASTIAN, FLORIDA / Initial X BID 23-13, SENIOR CENTER RE -ROOFING of 13 DocuSign Envelope ID: C5ABBEBE-140649CO-A799-9C6FDDFOE5IC 13.1 Payment Reauests/Invoices. Requests for payment for the provision of the Services provided under the Agreement shall be submitted no more frequently than once per month. All requests for payment/invoices shall be submitted in sufficient detail to demonstrate compliance with the terms of the Agreement and to allow for the proper pre - audit, and post -audit thereof. Upon receipt of Contractor's payment request/invoice, the City will review such to ensure completion with required basic information and that the Services covered under the payment request have been completed in accordance with this Agreement. If it is found that the payment request/invoice is not complete, or the Services covered under the payment request do not satisfy this Agreement, the payment request may be rejected. 13.2 Retainage. City shall retain five percent (5%) of the gross amount of each monthly payment request or five percent (5%) of the portion thereof approved by the City for payment, whichever is less, up to fifty percent (50%) completion. Thereafter, if on schedule, the City shall retain two point five percent (2.5%) of the gross amount of the total of all payment request paid to date. Such sum shall be accumulated and not released to the Contractor until final payment is due. Any interim interest on such sums shall accrue to City. Due to circumstances beyond the Contractor's control and at the City's sole discretion, a percentage of the amount retained from the gross amount of each monthly payment may be reduced prior to final completion of the Project and said percentage released to the Contractor. Release of any portion or percentage of sums retained prior to final completion of the Project shall in no way imply approval or acceptance of work. 13.3 Form of Payment Reauest. If the payment request is not received in proper order, City may reject the payment request within ten (101 business days after the date on which the payment request is recorded as received by City. City shall provide Contractor with a written notification of the rejection specifying the deficiency and corrective measures necessary to make the payment request proper. Upon receipt of a payment request that corrects the deficiency, City shall make payment in accordance with Chapter 218, Part VII of the Florida Statutes "Local Government Prompt Payment Act", or reject the payment request, within ten (10 business days after the date on which the corrected and proper payment request is recordeN as received by City. 13.4 Resolution of Payment Rgpuest Disgutes. In the event of a dispute between Contractor and City concerning the tu" 11 or partial payment of a payment request, such disagreement shall be determined by City. If the dispute between Contractor and City involves a portion of a payment request, the undisputed portion shall be paid by City in a timely manner, as long as the payment request for the undisputed portion is in proper order. Proceedings to resolve the dispute will be commenced within forty-five (451 business days after the date the payment request in dispute was recorded as being received by City. The proceedings may include meetings between the parties, telephone conferences or such other measures to clarify the dispute and attempt to resolve the problem; they will be concluded by a final written decision by City within sixty 160) business days after the date on which the payment request was recorded as being received by City. Such procedures do not constitute an administrative proceeding that prohibits a court from deciding de novo any action arising out of the dispute. 13.5 Payments to Subcontractors. When Contractor receives from City any payment for Services covered under the Agreement, Contractor must nay such moneys received to each subcontractor or supplier, and employees in proportion to the percentage of the Services completed by each subcontractor, supplier, or employees within ten (101 business days after Contractor's receipt of the payment. If Contractor receives less than full payment, then Contractor shall be required to disburse only the funds received on a oro rota basis to its subcontractors, suppliers, and employees, each receiving a prorated portion based on the amount due on the payment. If a subcontractor receives payment from Contractor for labor, services or materials furnished by subcontractors or suppliers hired by the subcontractor, the subcontractor must remit CITY OF SEBASTIAN, FLORIDA / Initial BID 23-13, SENIOR CENTER RE -ROOFING_ of 13 DoeuSign Envelope to: C5ABBEBE-1406-49CO-A799-9C6FDDFOE5IC payment due to those subcontractors or suppliers within seven (7) business days after the subcontractor's receipt of payment from Contractor. 14. WARRANTIES. 14.1 Warrantv of Abilitv to Perform. Contractor warrants that, to the best of its knowledge, there are no pending or threatened actions, proceedings, investigations, or any other legal or financial conditions, that would in any way prohibit, restrain, or diminish Contractor's ability to satisfy its obligations under the Agreement. 14.2 Warranties yainst Defects in Workmanshim. Contractor shall wan -ant its Services against defects in materials and workmanship for a minimum period of ten41o) years from acceptance of the Services by City. Should any defects in materials, products, services or workmanship appear during the warranty period, Contractor shall replace the materials or Equipment, or repair or redo the materials, products, or services, immediately upon notice from City, at no additional expense to City. Contractor shall warrant such replaced materials, products, or equipment, or repaired or redone Services, for the term and extensions of this agreement, after acceptance of such by City's Project Manager. 14.3 Warrantv of Standard Care. In the performance of professional services, Contractor will use that degree of care and skill ordinarily exercised by other similar professionals in the field under similar conditions in similar localities. Contractor will use due care in performing its Services and will have due regard for acceptable professional standards and principles. Contmcloes standard of care shall not be altered by Ate application, interpretation, or construction of any other provision of this Agreement. If any of the Services performed by Contractor do not comply with the foregoing warranties and City notifies Contractor of such, then Contractor shall (at the Contractor's sole expense) promptly re - execute the nonconforming Services. All such re -performed Services shall be performed on a mutually agreed schedule. Contractor shall and does hereby assign to City die benefits of any of Contractor's sub consultant's or subcontractor's warranties. Such assignment shall not relieve Contractor of its warranty obligations for performance or standard of care to City under this Agreement. 14.4 Warrantv of Title. Title to any work product furnished by Contractor under the Agreement shall pass to City to the extent of the payments made for such by City, or on the date that City accepts the completed Services of Contractor. When title passes to City in accordance with the Agreement, Contractor warrants that the work product famished will be free and clear of all security interests. liens and encumbrances or claims of any oarty. 15. PUBLIC RECORDS. Contractor will keep and maintain public records required by the City to perform the service. Upon request from the City's custodian of public records, Contractor will provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time and at a cost that does not exceed the cost provided in Chapter 119, Florida Statues, or as otherwise provided by law. Upon completion of the Agreement, Contractor will transfer, at no cost to the City, all public records in possession of the Contractor or keep and maintain public records required by City to perform the service. Contractor will ensure the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the term of the Agreement and following completion of the Agreement if Contractor does not transfer the records to the City. If Contractor keeps and maintains public records upon completion of the Agreement, Contractor shall meet all applicable requirements for retaining public records. If Contractor transfers all public records to City upon completion of the Agreement, Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City, uporaliest from the City's custodian of public records, in :.:. _ . . I CITY OF SEBASTIAN, FLORIDA / Initial - BID 23-13, SENIOR CENTER RE -ROOFING 4 of 13 DocuSign Envelope ID: C5ABBEBE-1406-49CO-A799-9C6FDDFOE5IC a format that is compatible with the information technology system of the City. If Contractor does not comply with the City's request for public records, the City shall enforce the provisions of the Agreement in accordance with the terms of the Agreement and may cancel the Agreement. This provision shall survive termination of this agreement. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT JEANETTE WILLIAMS, CITY CLERK AND CUSTODIAN OF PUBLIC RECORDS, AT 1225 MAIN STREET, SEBASTIAN, FL 32958; EMAIL: iwilliamsncitvofsebastian.ora; PHONE: 772-388-8215. 16. INSURANCE. During the tern of the Agreement, Contractor, at its sole expense, shall provide insurance of such a type and with such terns and limits as noted below. Providing and maintaining adequate insurance coverage is a material obligation of Contractor. Contractor shall provide City a certificate(s) of insurance, evidencing such coverage. It is the Contractor's responsibility to ensure that the City has current Certificate(s) of Insurance at all times during the duration of the agreement, including renewal terms. 16.1 Minimum Insurance Reauirements. Contractor shall obtain and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the contract or, his agents, representatives, employees or subcontractors. The coverage's, limits or endorsements required herein protect the primary interests of the City, and these coverages, limits or endorsements shall in no way be required to be relied upon when assessing the extent or determining appropriate types and limits of coverage to protect Contractor against any loss exposures, whether as a result of the Project or otherwise. The requirements contained herein, as well as the City's review or acknowledgement, is not intended to and shall not in any manner limit or qualify the liabilities and obligations assumed by the Contractor under this contract. Comprehensive General an amount not less than: Liability $2,000,000.00 Combined Single Limit per each occurrence Contractor shall submit and maintain worker's compensation insurance to the extent required by law for all Worker's Compensation their employees to be engaged in work under this contract. In case any employees are to be engaged in hazardous work under this contract and are not protected under the worker's compensation statute, Contractor shall provide adequate coverage for the protection of such employees. Automobile Liability an amount not less than: $1,000,000.00 Combined Single Limit per each occurrence 16.2 Other Insurance Provisions. 16.2.1 City of Sebastian, its council members, officers, employees and agents are to be covered as an Additional Named Insured on all policies except Worker's Compensation. The coverage shall contain no special limitation on the scope of protection afforded to the City, its council members, officers, employees and agents. Contractor shall provide a Certificate of Insurance to City with a thirty (30) day notice of cancellation and/or changes in policy language, and ten ( ] 0) day notice if cancellation is for nonmavment of premium. The certificate shall indicatlieif coverage is provided under a "claims made" or CITY'6F SEBASTIAN, FLORIDA I Initials �• BID 23-13, SENIOR CENTER RE -ROOFING of 13 DocuSign Envelope ID: C5ABBEBE-1406-49CO-A799-9C6FDDFOE5IC "occurrence" form. 16.2.2 All required insurance policies must be written with an insurance carrier having a minimum A.M. Best rating of A+. 16.2.3 Contractor has sole responsibility for all insurance premiums and shall be fully and solely responsible for any costs or expenses as a result of a coverage deductible, co- insurance penalty, or self -insured retention; including any loss not covered because of the operation of such deductible, co-insurance penalty, self -insured retention, or coverage exclusion or limitation. 16.2.4 Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be excess of Contractor's insurance and shall be non-contributory. 16.2.5 For all policies of insurance, Contractor and its insurance carrier waive all subrogation rights against City for all losses or damages that occur during the contract and for any events occurring during the contract period, whether the suit is brought during the contract period or not. The City requires General Liability policies to be endorsed with CG 24 04 Waiver of Transfer of Rights of Recovery against Others to Us or similar endorsement, and a WC 00 0313 Waiver of Our Right to Recover from Others for Workers Compensation coverage. 16.2.6 It is the Contractor's responsibility to insure that all subcontractors comply with these insurance requirements. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each sub -contractor. All coverage's for subcontractors shall be subject to all of the requirements stated herein. 17. INDEMNIFICATION. The Contractor or its Subcontractors shall indemnify and hold harmless the CITY, and its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or its Subcontractors and other persons employed or utilized by the Contractor or its Subcontractor in the performance of the contract; regardless of the negligence of the indemnitee or its officers, directors, agents, or employees. However, such indemnification shall not include claims of, or damages resulting from, gross negligence, or willful, wanton or intentional misconduct of the indemnitee or its officers, directors, agents or employees. Upon request of the City, the Contractor or its Subcontractors shall, at no cost or expense to the City, indemnify and hold the City harmless of any suit asserting a claim for any loss, damage or liability specified above, and Contractor or its Subcontractors shall pay any cost and reasonable attorneys' fees that may be incurred by the City in connection with any such claim or suit or in enforcing the indemnity granted above. Nothing in this agreement shall be construed as the City waiving its sovereign immunity pursuant to §768.28, et seq., Florida Statutes, or any other sovereign or governmental immunity. This provision shall survive termination of this aereement. 18. CHANGE ORDERS City may at any time, as the need arises, order changes within the scope of the services without invalidating the Agreement. If such changes result in an increase or decrease in the Contract Price, or in the time required for performance of the Services, an equitable adjustment shall be authorized by way of a Change Order. m 61ITY OF SEBASTIAN, FLORIDA / Initials �• BID 23-13, SENIOR CENTER RE -ROOFING of 13 DocuSign Envelope ID: C5ABBEBE-140649CO-A799-9C6FDDFOE5IC 19. TERMINATION OF ACREEMENI'. The agreement resulting from this Bid can be terminated immediately for cause if contractor is found to have failed to perfonll services in a manner satisfactory to the City; or for convenience upon thirty (30) days' written notice to the Bidder. In the event of either termination, the Bidder shall be compensated for all services performed to the City's satisfaction. The City shall be the sole judge of non-performance. Contractor shall not be entitled to compensation for loss of anticipated profit. 20. LICENSES AND CERTIFICATIONS. Contractor, or its Subcontractor(s), shall possess and maintain during the term of this Agreement any and all licenses and certifications required to perform the Services covered under this Agreement, as stipulated by the State of Florida and the City of Sebastian. 21. ADDITIONAL TERMS AND CONDITIONS (alphabetically listed): 21.1 Assienment. Neither City nor Contractor shall sell, assign or transfer any of its rights, duties or obligations under the Agreement without the prior written consent of the other Party. In the event of any assignment, Contractor remains secondarily liable for performance of the Agreement, unless City expressly waives such secondary liability. 21.2 Bankruntcv or Insolvencv. Contractor shall promptly notify City in writing of the filing of any voluntary or involuntary petition for bankruptcy and/or of any insolvency of Contractor or any of its subcontractors who are involved in the provision of the Services under this Agreement. 21.3 Compliance with Laws. Contractor shall comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of Local, State and Federal agencies having jurisdiction and authority. These laws, shall include, but not be limited to, Chapter 287 of the Florida Statutes, the Uniform Commercial Code, the Immigration and Nationalization Act, the Americans with Disabilities Act, the United States Occupational Safety and Heald: Act, the United States Environmental Protection Agency, the State of Florida Department of Environmental Protection, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, sexual orientation, gender identity or expression or veteran's status. Violation of such laws shall be grounds for termination of the Agreement. 21.4 Conflict of Interest. Contractor covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner of degree with the performance of the Services covered under this Agreement. Furthermore, Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Contractor to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for Contractor any fee, commission, percentage, gill or other consideration contingent upon or resulting from the award or making of this Agreement. Contractor, and its subcontractors at any tier, certify that they have not entered into any contract, sub -contract, or arrangement in connection with the Project covered under this Agreement, or of any property included or planned to be included in the Project, in which any member, officer, or employee of Contractor or its subcontractors, during its tenure, or for two (2) vears thereafter, has any interest, direct or indirect. nos CITY OF SEBASTIAN, FLORIDA; lnitialj if BID 23-13, SENIOR CENTER RE-ROOFING7 of 13 DocuSign Envelope ID: C5ABBEBE-1406-49CO-A799-9C6FDDFOE5IC 21.5 Correction of Services. Contractor shall promptly remove from the premises all Services rejected by City for failure to comply with the Contract Documents, whether incorporated into the Project or not. Contractor shall promptly, in accordance with Contract Documents, replace and re -execute all Services without additional expense to City. Contractor shall bear the expense of making good all Services of other contractor's work destroyed or damaged by such removal or replacement. All removal and replacement of Services shall be done at Contractor's expense. If contractor does not take action to remove such rejected Services within two (2) calendar days after receipt of written notice from City's Project Manager, City may remove such Services on their own and store the materials at the expense of Contractor. 21.6 City Funds. If sufficient funding is not available for Contractor to complete the Services, City reserves the right to modify the terms and conditions of the Agreement to change the Scope of Services to reduce the cost to match any available funding. If such modifications to the Scope of Services are not feasible, or if funding has been totally exhausted prior to Contractor's completion of its Services, the Agreement shall be terminated on terms reasonably acceptable to both parties. Additionally, in accordance with Section 216.347, Florida Statutes, and as provided herein, Contractor may not expend any City funds for the purpose of lobbying the legislature, or local, state or federal agencies. 21.7 Debarment. Contractor certifies to the best of their knowledge and belief, that they and their principals (1) are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Municipal, City, State or Federal department or agency; (2) have not, within a three-(3) year period preceding execution of this Agreement, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, Stale 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; (3) 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 above; (4) have not within a three-(3) year period preceding execution of this Agreement had one or more public transactions (Federal, State or local) terminated forcause ordefault; and (5) will advise City immediately if their status changes and will provide an explanation for the change in status. Contractor shall submit their Comuanv Profile Paee from SAM before si2nine of contract. 21.8 Di:`` r' ('po Vendor. Contractor certifies that they are not subject to Section 287.1 � a) Florida Statutes which specifies that an entity or affiliate who has been placed on the discriminatory vendor list may not submit a Bid on a contract to provide any goods or services to a public entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work, may not be awarded or perform work as a contractor, supplier, sub -contractor, or consultant under a contract with any public entity, and may not transact business with public entity. 21.9 Disoute Resolution. For any dispute concerning performance of the Agreement, which includes without limitation controversies based upon breach of contract, mistake, misrepresentation, or other cause for contract modification or rescission, City shall attempt to reach a mutual agreement as to the settlement and resolution of the dispute with Contractor. Should a mutual agreement not be reached, CITY SHALL RENDER A DECISION, REDUCE IT TO WRITING AND SERVE A COPY ON CONTRACTOR. THE DECISION SHALL BE FINAL AND CONCLUSIVE. (—DS CITY OFSEBASTIAN,FLORIDA nRiald _ _._.,...._..-.,...,.— - BID 23-13, SENIOR CENTER RE -ROOFINGS of 13 DocuSign Envelope ID: C5ABBEBE-1406-49CO-A799-9C6FDDFOE5IC 21.10 Disposal of Wastes. Contractor shall handle any waste materials generated in the performance of the Services in full compliance with all laws, regulations, and requirements of all governmental authorities and those of City. Contractor shall use only disposal facilities which have proper permits and are in full compliance with all Laws. Contractor agrees that City has the right to reject, for any reason, Contractor's use of any particular disposal facility. Refer to Section 6.1 — 6.9, General in the iTB Documents. Contractor shall restore in an acceptable manner, or replace all property, both public and private, which has been displaced or damaged by the Contractor during the execution of all work. Contractor shall leave the Worksites unobstructed and in a neat and presentable condition. The term "property" shall include, but is not limited to, roads, sidewalks, curbs, walls, fences, landscaping, awnings, utilities, footings and drainage structures. 21.11 Docr men ra . . All tracings, plans, specifications, maps, computer files and/or reports prepare or obtained under this Agreement, as well as all data collected, together with summaries and charts derived there from, will be considered works made for hire and shall become the property of City upon expiration or termination of the Agreement without restriction or limitation on their use. Upon delivery to City of said document(s), City will become the custodian thereof in accordance with Chapter 119, Florida Statutes. Contractor will not copyright any material and products or patent any invention developed under this Agreement. Copies of these documents shall not be sold or distributed to third parties without the written consent of City. 21.12 Drue Free Worktlace. Contractor certifies that it has in place a Drug -Free Workplace Program in accordance with the Dmg-Free Workplace Act of 1988 (41 U.S.C. 702-706). Refer to Section 1, Subsection 1.10 of the BiD General Information, page 6. 21.13 EmDlovees. Subc@ntraftors and Aeents. All Contractor employees, subcontractors, and agents performing any of the Services under the Agreement shall be properly trained to meet or exceed any specified training qualifications. Upon request, Contractor shall furnish a copy of certification or other proof of qualification. All employees, subcontractors, and agents of Contractor must comply with all security and administrative requirements of City. City may conduct, and Contractor shall cooperate in, a security background check or otherwise assess any employee, sub-contmctor, and agents of Contractor. City may refuse access to, or require replacement of, any of Contractor's employee(s), subcontractor(s) and agent for cause, including, but not limited to, technical or training qualifications, quality of services, change in security status, or noncompliance with City's security or other requirements. Such refusal shall not relieve Contractor of its obligation to perform all Services in compliance with the Agreement. City may reject and bar from any facility for cause any of Contractor's employees, subcontractors, or agents. City shall have the right to review and approve any sub -contractor used by Contractor. Contractor shall be fully responsible to City for the acts and omissions of its subcontractors, and persons directly or indirectly employed by them. It is Contractor's responsibility to ensure that their subcontractors are properly licensed to do business in the State of Florida and City of Sebastian, as required by law. ALL WORKERS SHALL HAVE SUFFICIENT KNOWLEDGE. SKILL AND EXPERIENCE TO PROPERLY PERFORM THE WORK ASSIGNED TO THEM. 21.14 Eaual EmDlovment OD9ortunity. Contractor shall not discriminate on the basis of race, color, sex, age, national origin, religion, and disability or handicap in accordance with the Provisions of: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000 et seq.), Title V11 of the Civil Rights Act of 1968 (42 USC. § 3601 et seq.), Florida Civil Rights Act of 1992 (§ 760.10 et seq.), Title 41 CFR Part 60 for compliance with Esecative Orders 11246 and 11375, Title 49 CFR 13 and Tide 49 CFR 26 for Disadvantaged Business Enterprises, Age Discrimination Act of 1975 (42 U.S.C. § 6101, et seq), Title 49 CFR 21 and Title 49 CFR 23, Nondiscrimination on the basis of handicap, Tide 49 CFR 27, Americans with Disabilities Act qJ 1990 (42 U.S.C. 12102, et. seq.), Federal Fair Labor Standards Act (29 U.S.C. § 201, et seq.), and any other Federal �os CITY OF SEBASTIAN, FLORIDA / Initial - BID 23-13, SENIOR CENTER RE -ROOFING of 13 DocuSign Envelope ID: C5ABBEBE-140649CO-A799-9C6FDDFOE5IC and State discrimination statutes. Contractor shall furnish pertinent information regarding its employment policies and practices as well as those of their proposed subcontractors as the State of Florida Department of Transportation, the Secretary of Labor, or City may require. The above shall be required of any sub -contractor hired by Contractor. All Equal Employment Opportunity requirements shall be included in all non-exempt sub- contracts entered into by Contractor. Sub -contracts entered into by Contractor shall also include all other applicable labor provisions. No sub -contract shall be awarded to any non -complying sub -contractor. Additionally, Contractor shall insert in its subcontracts a clause requiring subcontractors to include these provisions in any lower tier sub- contracts that may in turn be made. Contractor shall comply with all state laws and local ordinances. 21.15 Force Ma)'eure Event. Neither party shall be considered to be in default in the performance of its obligations under this Agreement, except obligations to make payments with respect to amounts already accrued, to the extent that performance of any such obligations is prevented or delayed by any cause, existing or future, which is beyond the reasonable control, and not a result of the fault or negligence of, the affected party (a "Force Majeure Event"). If a party is prevented or delayed in the performance of any such obligations by a Force Majeure Event, such party shall immediately provide notice to the other party of the circumstances preventing or delaying performance and the expected duration thereof. Such notice shall be confirmed in writing as soon as reasonably possible. The party so affected by a Force Majeure Event shall endeavor, to the extent reasonable, to remove the obstacles which prevent performance and shall resume performance of its obligations as soon as reasonably practicable. A Force Majeure Event shall include, but not be limited to, acts of civil or military authority (including courts or regulatory agencies), act of God (excluding normal or seasonal weather conditions), pandemic, war, riot, terrorism or insurrection, inability to obtain required permits or licenses, hurricanes and severe floods. 21.16 Governine Law and Venue/Waiver of Jury Trial. The Agreement shall be governed in accordance with the laws of the State of Florida. In the event of litigation with respect to the obligation of the parties to the Agreement, thejurisdiction and venue of such action shall be an appropriate State Court in Indian River County, Florida. The Parties agree that in the event of litigation arising from this Agreement, that each shall waive any right to trial by jury. 21.17 Governmental Restrictions. If Contractor believes that any governmental restrictions Have been imposed that require alteration of the materials used, the quality, workmanship or performance of the Services offered under the Agreement, Contractor shall immediately notify City in writing, indicating the specific restriction. CITY RESERVES THE RIGHT AND THE COMPLETE DISCRETION TO ACCEPT ANY SUCH ALTERATION OR TO CANCEL THE AGREEMENT AT NO FURTHER EXPENSE TO CITY. 21.18 Immigration and Nationality Act. Contractor shall comply with all immigration laws as outlined in 8 USC § 1324a - Unlawful Employment of Aliens. City will not intentionally award City contracts to any Contractor who knowingly employs unauthorized alien workers. Any violation of the employment provisions outlined in the Immigration and Nationality Act throughout the term of any Agreement with City may result in immediate termination of the Agreement. City will consider the employment of unauthorized aliens a violation of Section 274A (e) of the Immigration and Nationality Act. Such violation will be cause for unilateral cancellation of the Agreement, by City, if Contractor knowingly employs unauthorized aliens. CITY OF SEBASTIAN, FLORIDA / Initial BID 23-13, SENIOR CENTER RE-ROOFING`70 of 13 DocuSign Envelope ID: C5ABBEBE-1406-49CO-A799-9C6FDDFOE5IC 21.19 Ins4ection. Performance,, Sup�tervision. City reserves the right to inspect the Services provided by Contractor, whether partially or fully completed, at any time, as deemed appropriate by City for the purpose of ensuring Contractor's performance under the Agreement. Such inspections performed by City, shall not be construed as a final approval of Contractor's Service, and shall not relieve Contractor from its obligations under the Agreement. City reserves the right to inspect, at any reasonable time with prior notice, Contractor's facilities to assess conformity of the provision of the Services with the Agreement requirements. City reserves the right to investigate or inspect, at any time, whether the provision of the Services complies with the Agreement requirements. Contractor shall at all times during the Agreement term remain responsive and responsible. Contractor must be prepared, if requested by City, to present evidence of experience, ability, and financial standing, as well as a statement as to capacity of Contractor for the performance of the provision of the Services covered under the Agreement. This paragraph shall not mean or imply that it is obligatory upon City to make an investigation either before or after award of the Agreement, but should City elect to do so, Contractor is not relieved from fulfilling all Agreement requirements. Contractor shall supervise and direct theperformance of its Services and shall be solely,responsible for the means. methods. techniques. sequences, and safety of construction anoperations. Contractor will emnlov and maintain at the Proiect Site a aualifted sunervisor or superintendent who shall have been designated in writing by Contractor as the Contractor's representative at the Proiect Site. The supervisor or superintendent shall have full authority to act on behalf of Contractor and all communications given to the supervisor or superintendent shall be as binding as if given directly to Contractor. The supervisor or slinipmendent shall be English sgcaking and shall be present on the Pro eet Site at all times as reouired to perform adequate supervision and coordination of the Contractor's Services. 21.20 Laivful Claims and Demands. Should any outstanding claims by subcontractors or suppliers incurred in the performance of the Services materialize after City has made Payment to Contractor, Contractor will indemnify and save City harmless from such claims. Acceptance by Contractor of payment shall be and shall operate as a release to City of all claims and all liabilities to Contractor, other than claims in stated amounts as may be specifically excepted by Contractor for things done or furnished in connection with the provision of the Services, and for every act and neglect of City and others relating to or arising out of the provision of the Services covered under this Agreement. Any payment, whether final or otherwise, shall not release Contractor or his sureties from any obligations under the Agreement. 21.21 Liquidated Damages. The City shall be entitled to lippuidate damages in the amount of Three Hundred Dollars (S300.00) per day for every dav�that the Contractor is late in completing all of the work requirements acceptable to the City. This is turn-kev completion acceptable to the City. Said damages shall be deducted by the City from monies due to Contractor. 21.22 Lobbying. Contractor shall not, in connection with the Agreement, directly or indirectly (1) offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for any City officer or employee's decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty; or (2) offer, give, or agree to give to anyone any gratuity for the benefit of, or at the direction or request of, any City officer or employee. For purposes of clause Two (2), "gratuity" means any payment of more than nominal monetary value in the form of cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, Services, employment, or contracts of any kind. oe C'1 N OF SEBASTIAN, FLORIDA / Initial BID 23-13, SENIOR CENTER RE -ROOFING I1 of 13 DocuSign Envelope ID: C5ABBEBE-140649CO-A799-9C6FDDFOE5IC 21.23 N o n-Collusion. Contractor agrees that neither it, nor any of its officers, partners, agents or employees have entered into any agreement, participated in any collusion, or otherwise taken any action which is in restraint of a free competitive solicitation in connection with this Agreement, and that Contractor intends to do the work with its own bona fide employees or subcontractors and has not provided a response for the benefit of another contractor. Furthermore, Contractor certifies that its affiliates, subsidiaries, directors, officers, and employees are not currently under investigation by any governmental authority and have not in the last len (10) years been convicted or found liable for any act prohibited by law in any jurisdiction, involving conspiracy or collusion with respect to submitting a response on any public agreement. 21.24 Non -Performance Clause. The Contractor recognizes that due to the nature of the services to be performed under this Agreement, it is essential that the Work be completed in a timely manner in accordance with the schedules approved by the City. Non-performance/deficiencies as identified by the City to the Contractor shall be addressed in the following manner: 1. by verbal communication. Performance/deficiency must be resolved by the end of the THIRD day after verbal communication, if not; 2. Written Notice will be served to the Contractor. Performance/deficiency must be corrected by the end of the SECOND day after the Contractor has received the written notice, to the satisfaction of the City, if not; 3. The City may have the work performed by either its internal personnel or a third party and charge the cost against payments due the Contractor. This does not relieve the Contractor of Liquidated Damages. REPEATED PERFORMANCE/DEFICIENCIES MAY RESULT IN THE TERMINATION OF THIS AGREEMENT. 21.25 Pro)cct Site Conditions. Contractor shall be deemed to have examined Project Site(s), if applicable, and to have secured full knowledge of all conditions under which the Services are to be executed and completed. 21.26 Protection of Persons. Contractor shall be responsible for the safety of its employees and the employees of its subcontractors, during the provision of the Services. Contractor shall be responsible for initiating, maintaining and supervising all safety programs in connection with the provision of the Services in accordance with applicable safety standards and regulations, as promulgated by the United States Occupation! Safety and Health Act. Contractor shall report promptly to City any accident or unusual occurrence during performance of the Services, including personal injury or death to any Contractor employee, sub -contractor employee or any member of the public, or any damage to any of City's property, the Project Site, or adjacent property. 21.27 Public Entitv Crime. persons or affiliates who have been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid. proposal. or reolv on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids. oronosals. or reolies on leases of real property to a public entity; may not be awarded or gerform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with anv Dublic entitv in excess of the threshold amount provided in s. 287.017, Florida Statutes for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 21.28 Indeuendent Contractor Relatioil Contractor is an independent contractor to City in the provision of the Services Under this Agreement and is not an employee, agent, joint -venture, or partner of City. 21.29 Risk of Loss. Until the Services have been accepted by City, risk of loss or damage to any materials, equipment, supplies or work product, whether partially, or fully completed, that are associated with the Services shall remain with Contractor. CWOF SEWSTIAW, RLORIDA / InitleF BID 23-13, SENIOR CENTER RE -ROOFING 2 of 13 DocuSign Envelope ID: C5ABBEBE-1406-49CO-A799-9C6FDDFOE5IC 21.30 Schedule Resorts and Records. The City reserves the right to inspect and audit Contractor's books and records relating to the Agreement, when deemed appropriate by City. All schedules, reports and records of Contractor, as they relate to the Agreement, shall be retained in accordance with Paragraph 15 above of this Agreement. 21.31 Security and Contidentialitv. Contractor shall comply fully with all security procedures of City in the performance of the Agreement. Contractor shall not divulge to third parties any information obtained by Contractor or its agents, distributors, resellers, subcontractors, officers or employees in the course of the provision of the Services without the written consent of City. However, Contractor shall be permitted to release information to third parties if such information is publicly available through no fault of Contractor, information that Contractor developed independently without relying on City's information, or infonnation that is otherwise obtainable under State and Federal -law as a public record. To insure confidentiality, Contractor shall lake appropriate sreesures as to its personnel, agents, and subcontractors. The warranties of this paragraph shall survive the agreement. 21.32 Severability. If a court deems any provision of the Agreement void or unenforceable,1hat provision shall be enforced only to the extent that it is not in violation of law or is not otherwise unenforceable and all other provisions shall remain in full force and effect: 21.2i3 Survival. All express representations, waivers, indemnifications, and limitations of liability included in this Agreement shall survive completion or termination of the Agreement for any reason. 21.34 Taxes. Contractor shall pay all sales, consumer, use and other similar taxes required to be paid by Contractor in accordance with the laws and regulations of the State of Florida which are applicable to the provision of the Services under the Agreement. City shall not pay for any personal property taxes levied on Contractor or for any taxes levied on Contractor's employees' wages. City is a political subdivision of the State of Florida and holds a State of Florida Sales Tax Exemption Certificate. All purchases made by City directly from a dealer, distributor or manufacturer for materials, equipment or supplies ("direct purchase"), instead of through the Contractor, are exempt from sales, consumer, use and other similar taxes. 21.35 Waiver. The delay or failure by City to exercise or enforce any of its rights under this Agreement shall not constitute or be deemed a waiver of City's right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude the City of any other or further exercise thereof or the exercise of any other right. r-De CITY OF SEBASTIAN, FLORIDA / Initial ,— BID 23.13, SENIOR CENTER RE -ROOFING 3 of 13 DocuSign Envelope ID: C5ABBEBE-1406-09CO-A799.9C6FDDFOE5IC 22. AUTHORITY. Each person signing the Agreement warrants that he or she is duly authorized to do so and to bind the respective party to the Agreement. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed, the day and year noted above. ATTEST (SEAL): Iityanette MMC Clerk Approved as to form 71e ity: AW, Jf nnjjer Cockcroft, Esq. Chf Attorney CITY OF SEBASTIAN, FLORIDA I Initial BID 23-13, SENIOR CENTER RE-ROOFINI CITY OF SEBASTIAN, FLORIDA BY: k� BriaK Benton, Interim City Manager Date: thilaiii.a CONTRACTOR All Area Roofing and Construction, Inc. Docusiyned by: t�tAt� trl ai^ooF cent Th,.oaoom [VnMA. ai ea, uu f i i. - Hagpim Date:8/30/10L3 I IU:35:U8 AM PDT �4 L( 04 f e- C. b o o -� L, 0/7 SWIdT _--a L) d Cj IT.B #23-13, BID irourarttivaauum tom/ % i „t a j SENIOR CENTERRE•ROOFING BID CHECKLIST Please use the following checklist as a reference document to confirm all requirements are met in your ITB submission. Please be advised that this checklist should not be interpreted as a comprehensive list of all information required by this Solicitation from prospective Bidders. It simply serves as a guide for the most significant documents to be included in the Bid and should be entranced as deemed necessary. It is solely the Bidder's responsibility to read and understand all requirements and adhere to all issued Addenda. Letter (Refer to Section TAB 3ti -BID FORM St SCHW_D= (Refer to Sections 2.2- 2.3) Bid Form, Page 37 -- -"- - "—� Schedule: Include a detailed breakdown yourd schedule. V ----q--Iyst�mates -. _ -� 'SAT iP2-EM'ETi%N C+,s (Refer to Sections 2.�1 Experience -- -- j 1'A� #3 L1siP� idCS 6c t iCS l IS S (Refer to Sections 2.5 & 2.6) X Certificate of Insurance (COI) X j Licenses :AS 44 - RE a"3J'di�ISI (Refer to Section 2.7) ) rConlact Informatics Sheet - FORM A — X Addenda Acknowledgment - FORM B Reference List —FORM C Sub Contractors -FORMD � Bidder's l3isclosure -FORM E Document Notification Affidavit - FORM F t Bidder Qualification Questionnaire, Page 34 Scope of Work & Compliance to Scope of Work Form, Page 36 PLEASE ENSURE THE MAILING LABEL IS AFFIXED TO THE SEALED ENVELOPE. IMPORTANT: Failure to submit the requested copies or complete and submit the required forms may result in submittal being deemed non -responsive and removed from consideration. Page 21 of 37 0 yEr�-c. rraaavaruaawm SECTION 9 - Bill FORM ITB #23-13, BID SENIOR CENTER RE -ROOFING I the undersigned have become familiar with all of the Bidding Documents incorporated herein and having attended a Pre -Bid ConferenceiMeeting, hereby proposes to perform everything required to be performed in strict conformity with the requirements of these documents, meeting and exceeding the City's specifications, manufacturer's written specifications and instructions, industry standards and Florida Building Codes for the prices stated below. The price(s) quoted is (are) inclusive of any Addenda which may have been issued prior to this submittal. By the signature below the Vendor agrees that this Bid is made without any other understanding, agreement, or connection with any person, corporation, or fim submitting a bid for the same purpose and that the bid is in all respects fair and without collusion or fraud. if awarded any work under this bid, the Vendor agrees to enter into said agreement within ten (10) consecutive calendar days' notice by the City, and agrees to all the terms and conditions of all documents stated herein with the City of Sebastian for the below stipulated price which shall remain firm for ninety (90) days following the bid opening date. Price and all work shall include complete removal and proper disposal, in a county landfill, of the existing roofing. 1 I fit' / , I Name of Product being used: m_ aN_g �_ � tt MA.. 7 V �Itit P Minimum Product Warranty Minimum Labor Warranty: --- — - Mobilization Total Price: S 1 kvA.0-mio Senior Center Roofine & Installation. Tots) Price: S 4lgl 515. It Turn-Kev Total Price Printed (GMT): S C q :; Turn-Kev Total Price Written iGMPr: S Plvtyood decldn,, replaced at S 6.040 ;ar snuare foot if necessary and aereed noon b% Proiect Manager. K� �j�� Company Name:- TId�.,� LL ' w'1� Tf 44r7vz �vc6 ��`�• Authorized Signature:. _. - -C dl�. -- - _ --. - Date: OIIS z� Printed Name: Address: Phone Number: C. -� �'�O� E-Mail Address j P►l tit G e�� � (�(tEa (Uo tt� � r4: t r - - Page 37 of 37 EXTREMEMETAL FABRICATORS SKILLED CRAFTERS OF METAL ROOFING SYSTEMS I "W7 JMAtkX f illJ.. P;,0,pv 9 T' EXTREMEMETAL ' G+� , uarocumesasunx rooru'csrsrtxs (SVVV �: � 11 1 SSQ CG jJJY� CQ G ^�Ja • ot� - Sf�• t t 1_ ti 4T III u .•l Residendai J J J J J J J J J I J J Commercial J J J J J J J J J ! J J Agrlo lturei Aluminum .032 .032 .032 .032 .032 .032 .032 .030 'D32 .040 .040 .040 .040 .040 .040 .040 .040 MAXalume ga 26 249 ga ga 2� 26 ga 26 ge 26 9a a 26 26 9a 269 a 29 9H 26 26 ga COPPERMaa 16oa. Premium Kyiw SOO' J J J J. J J J J J I J J J Coating Option Standard(SMP) Coating Option ✓ ✓ J ✓ Custom Colors Option J ✓ ✓ ✓ J J J ✓ J ✓ ✓ J Minimum Slope 2:12 2:12 2:12 2:12 2:12 2:12 2:12 3:12 3:12 3:12 2:12 3:12 Support Wood Deck Sleet Deck Wood Dad; WoodDeck Woad Deck Derkg Wood Dadt Wood Ded Wod Dede SWDeck Wood Ded W.WW& 0pmkamMg Deck Wood Dedt Wood Detk Wood Deck O 0pSW mrmm4 O�FmDed mkg Height 11/2' 11/2' 1' 2' 112' 112' 13/4' 3/4' I 314" 11/4• 11/4' 1/2 Coverage • 12' 1206' 15.5' 16' 14 te' 15" 19, 15" 19" 14' iB' 21' 29.Y 36' 36' 28' 21' 24to Wall Application Coverage 335' 36" I 36" Custom Lengths ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ J ✓ ✓ J Striated, Pencil Bead or J J J J J J J J R@bon Bead Profile Option Curve Capability ✓ On -Site Production Available J J J J J J J I I J Florida Product Approved ✓ ✓ ✓ ✓ J J J ✓ J ✓ ✓ J Miami -Dade Approved J J J J J J J J J J J Deutlptbnsol pmdumand spedgaUonsooeaindheminwen Inefleclallhe Ume thin Wblimdon vasappmved wipdmNg. ineme Meal Fabduton nan,n Me dghtto mah•and$hel beheld humlesalmmdalne resua'v�g homcMnyes to pidua dedgoandiorspeeimlom• dwpna pmdua appmoah•nt dao4ndnuad4n of pmdum alaM Ume.bensuregou Mve dte blestinfasmetlmevaaeue,mnanpus Fnreme MeW hadmlarsvles apasematln at 1%'XMFFOOi ♦Seefpeedkauaa6leenaeaaproahs iUM wMpwfMr�asapirsenuhvrouonbmaroaaMirydmlxfam. *All dlmenalamwe nadnd. /fir, r.i All Area 966fing and Con tion, Inc V Yaur Pram/ar Rna/Jrig ConUacfo� August 7,2023 City of Sebastian Attn: Procurement Division 1225 Main Street Sebastian, FL 32958 rrrl:taR71q Job: Senior Center Re -roofing 1255 Main Street Sebastian, FL 32958 RE: CRITICAL PATH/SCHEDULE FOR WORK AT SENIOR CENTER 1. Obtaining permits/warranties 5 days 2. Tear -off and dry -in (self -adhered membrane) 3 days 3. Install edge metal 1 day 4. Call for inspection 3 days 5. Install metal roof 4 days 6. Install saddle materials I day 7. Final inspection and warranty I day 8. Total days required for project 18 days Auwz Don Miller Consultant/Estimator 724-322-4802 donna allarearoofineftn.com 3921 S US Hwy 1 • Fort Pierce, FL 34982. Office: (772) 464-6800 • Fax: (772) 464-6600 A°►� REP CERTIFICATE OF LIABILITY INSURANCE J D4DwBlnoz�a 1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT- If the certificate holder M an ADDITIONAL INSURED, the pollcy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of eucl endorDement(s). PRODUCER I cJxrFeTm195iraughn NAYE: Brown & Brown of Florida, Inc. PHON u Ed,, (727) 461.6044 .Nab (727) 442-7885 83 Park Place Blvd, Suite 101 F&WATFTam ADDRESS: mie.Streughn®bbbrownm .co If'MIRM �AFFOFB]INO OE _ NMCS_ Clearwater FL 33759 !My ERA: Palms nl sVSmw Company. Llm 16764 INSURED I SURBLB: Auto -Owners Insurance Company loose Au Area Roofing & Construction, Inc wauRm c: Richmond National Insurance Company 17103 3921 S US HWY 1 IxsuRSR o; INSURER E; Fort Pierce FL 34982 INSURM F: COVERAGES CERTIFICATE NUMBER: 2023 COI Master REVISION NUMBER: THIS IS TO CERTIFYTHATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOPIMTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT MATH 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 PO' ICIES. UMITS SHONM MAY HAVE BEEN REDUCED BY PAID CLAIMS. II.SR _ AUDL bVUR — LTR TYPE OF INSURANCE INSo woo PDUCY NIIMEBT i"Morrym XWK I UMRS �X COMMERCIALOENERALLASaITY FwcHacCURBeICE S 1,000,000 CLAMSYAOE ®OCCUR PRBIISESIC� amesANt a _ I MEn Exp IA. we PYme a 5,000 A Y Y DENV0000576-00 04/24/2023 W2412024 S I 1,000,000 PERSONALa AOJIWURY uILA[#JREmTE UYRnppuFS PERK ces, �.ree,-�.e a 2,000.0110 M©�T nOEM OTHER: i.1 AUIDMOBILE W&UTY �( ANYALRD r M. X HIRED 4 AUTOS DNLY L J SACI�IOEW LED NONONNED AUmS ONLY YIN F1IN 5173892700 R14-7.0325416 Contrackus Po&ilbn Is 2,000,000 CamBINm SSHRE L0IR a 1,000,000 !Ea aaYxRf BODILY eUURY pvrpbnm) la 04/24/2023 04/24/2024 BODILY eIJURY (PYactltivQ � a 0511712023 10412412024 ELEACNACCIOBYT S EL DISEASE -EA ELwLOYEE $ EL DISEASE -POLICY MIT a DESCRIPTIONOFOP MONSILOCATIONSIVEHICLES(ACORD101,Addabnal Remad,a SC 100, may boaWched amanapace Ir ry Ilrad) Proctor & Associates General Contractors, LLC 1s Additional Insured on a primary non-mntdbutory bask Including ongoing and completed operations with respect to General Liability R required by written contract A Waiver of Subrogation in favor of Proctor &Associates General Contractors, LLC applies to General Liability Ifrequired by written contract. 30 day notification of cancellation applies, eacept 10 days for non-payment of premium CERTIFICATE HOLDER [q-111.34411_YIC•7J SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE MILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ADTHOm2® REPRESENTATIVE ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD r Rom CERTIFICATE OF LIABILITY INSURANCE °"W"Y/°NW" 12H 9/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: H the certlgcale holder Is an ADDITIONAL INSURED, the Policy(les) must have ADDITIONAL INSURED provisions or be endorsed. N SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, Certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsament(a), PRODUCER CONTACTNTodd George Bouchard Insurance for WB$ -TG PHONE _ FAX PO Box 6090 wo. rv. L.u: (ass) 2B3.3BD0 SA. 823 IAtC, Not: Clearwater, FL 33758-6090 ADORess; INSURED Worktofce Business Servkec, Inc A11. Emp: All Aroa Roofing S Constludion Inc 1401 Manatee Ave, West Ste 600 Bradenton, FL 342066708 INBURER(B) AFFORDING COVERAGE NAIC0 NSURERA: American Zurich Insurance Company__ 140142 INSURER e: INSURER C_: INSURER 0: INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER:22FLO79881034 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. �A6DL PE LTR TYOP MHURANCE ricn u 6i wrP\ POLICY EXP POLICYNUYatlI I YNIgB/Wvvr�I ICY ( .-._.MMIODM'WI _ 1 UNITS146R I COMMERCIAL GENERAL LIABLFTY EACH OCCURRENCE S DATIAUETO'RENTFD CLAaRS-0tAOE OCCUR PREMISES LEA.Rmvnno.) S _- MEDEXP(Ani.Feraon) S - _ PERSONALS AD/INJURY f GENL AGGREGATE UAWAPPLIES PEA 'GENERALAGGREMTE i ❑ I PODGY Jppa LOC PRODUCTS-COMPIOPAGG f .OTHER: � � f AUTOY ILELMOLLT OMBINEOSINE UMGT �e enGGL S 'ANY AUTO _ ODDLY INJURY(P.r Persian) If OPINED AUTOS ONLY SCHEDULED AUTOS BODILY INJURY (Per aoidenl), - It HIRED NONOWFED PROPERrYDAMAAGE - It AUT08 ONLY AUTOONLY �LPraWdenll I- _ S OWRBW LYB �II IOCCIIN NIC@l�LMa I CLAIMSJUADE TRETENTION I CEO-f --- —�--- WORKERS COMPENSATION - --- ANOEMPLOYERS'LUUMJrY YIN A 'OFA FiCCERIMEMSEEREXCLUCEwE%ECUDYE F-1 NIA WC 90-OD-818-12 (Yandebory In NH) It Yes. d%,ore. u DESCRIPTION Oc OFI RATRW9 b Location Coverage Period: x STANrE ER 12131=22 1=1/2023 E.L..EACHACCIDEKT _ F I. a1W"F-P0LkW LIMB I I 121311`2022 12131120231 Cllentif 054180 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORO 101, Mililonat Remarbe SehMrle, a" be aWahed it more .;i. Is naelrad) Coverage Is provided for AA Area Roofing & Construction Inc any time wemployeec 3921 South US Highway 1 Pf, bet nat aubrantredom Fort Pierce, FL 34982 to: CERTIFICATE HOLDER — I All Area Roofing & Construction Inc 3921 South US Hlghwey 1 Fort Pleras, FL 34982 CANCELLATION - ,000.0m _ 1,000,000 1.000,000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE MALL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHOraII'D�REIPREMMAVM ACORD, 251201SM31 ©1988.2015 ACORD CORPORATION. All rights reserved. The ACORD name and loan ere realstered marks of ACORD Ron DeSantis, Governor d Flonaa 3 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION C( THE Melanie S. Griffin. Secretary EXPIRATION DATE: AUGUST 31, 2024 Always verify licenses online at MyFloridaLicense.com OARD DER THE TES Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. 1— JPIN All Area Roofing &Construction, Inc. Is certified under the provisions of 287 and 295.187, Florida Statutes, for a period from: 07/10/2023 7.. 07/10/2025 J. Todd Inman - Florida Department of Management Services Office of Supplier DiversitV 4050 Esplanade Way, Suite 380 Tallahassee, FL 323M99 850-487-0915 www.dms.myftrida.com/osd Ei$ TB #23-13, BID . - HDNEOFIii " 1AND SENIOR CENTER RE -ROOFING FORM A ITB NO.: RELEASE CONTACT: DUE DATE: Bide due on or before 2:00 PM #23-13 LOCAL TIME: City of Sebastian Senior ATTN: Procurement Center Re- 1225 Main Street Roofing Sebastian, Florida 32958 Tuesday, August 15, 2023 .'heck Addenda for any revised opening dates ITB TITLE: before submitting your Bid. Bid(s) received, after the date and time stated above, will not be ouened. Bid , , s N/�m�e and "Do Business As"",, if applicable: N�+- / tf�► eFNWA 4C (S ►`III=ILL jb►`� Federal Tax Identification Number: .46-41,1 2IP51a City: Ad d ress: Code: 4M 6 I op'Le lI DATE: Don Wixon, Wednesday, procurement/Comracts July 26, 2023 Manager (772)388-8231 SENIOR CENTER RE ROOFING I a. state- 4W4 PA -!:W8ep Telephone No:77244 &&-A2 I Fox No:7,2-44A-106do E-Mail Address of Authorized Representative: �eytn l feram (a fear"ra fi P•evin I certify that I have carefully examined the ITB document and associated documents, including Addenda, accompanying or made a part of this solicitation. I further certify that all information contained in this bid/Bid is truthful to the best of my knowledge and belief and that I am duly authorized to submit this bid/Bid on behalf of the Bidder names 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 prim or rates in my bid/Bid and prices will remain Bidder for a pepod��of ninety-(9n0)`days ` iinn-oorrder to allow the City adequate time to evaluate the bid/Bids.Sig re of iutNorizend resentative (hfanual) N4 Aathodyed Representative (Typed or Printed) 1 The City reserves the right to reject any and all Bids, or to accept any Bid or portion thereof deemed to be in ' the best interest of the City, and to waive any non -substantial irregularities. Failure to faliv comulete and submit this Information Sheet mas result in resection of the sqbmiftal Page 22 of 37 M.. Haar Of FRIaH MW ITB #23-13, BID SENIOR CENTER RE -ROOFING j ADDENDA AC%NOWI EDGEMENT , h Bidder's Name: A,- Apo o ' ` % } ac . , I w- Phone #: TTB'Tltie: SENIOR CENTER RE -ROOFING rIB #: 23-13 Bidder shall indicate Mow all Addenda received. Acknowledgement confirms receipt and understanding of issued Addenda Bidder understands that failure to acknowledge any addenda issued may cause their Bid to be considered non -responsive. To confirm the number of addenda (if any), Bidder may contact the Procurement Division at (772) 388-8231. ADDENDDUM # --- DATE ! RECEIVED�I FORM B ElNo Addenda was received in connection to this solicitation. Print Preparer's N' y: I I,LIs� -^ .___ _ Title: 6CMMWqAL Signature: -- — —_��__ Date: ,IF,/ 07i�i Failure to fully complete you and submit this Form may result in reiectfon of the onbmittal Page 23 of 37 91te ""�T Administrative Services Department S� { Procurement Division 1225 Main Street Sebastian, FL 32958 HOME OF PELICAN ISLAND (772) 388-8232 August 8,2023 ADDENDUM #3, REVISED TO THE CONTRACT DOCUMENTS FOR THE CITY OF SEBASTIAN PROJECT NAME AND NUMBER: ITB 23-13 — Senior Center Re -Roofing FROM: Don Wixon City of Sebastian 1225 Main Street Sebastian, Florida 32958 (772) 388-8231 E-Mail: dwixon@cityofsebastian.org TO: All Parties Holdine Specifications Ql: If the screws for the 5V roofing system are driven through the current decking, the fasteners will be visible from the underside of the breezeways. How does the City wish to deal with the exposed underside of the breezeways? Does the City wish to include the required additional plywood decking in the base bid or handle it as a change order on a per sheet basis during the project? AI: Any screws going through the wood will be handled by the city Q2: How does the City wish to handle any fascia replacement required due to rotten fascia? Is there an amount of fascia replacement that should be included in the base bid or will all fascia replacement be handled as a change order during the project? Does the City have the paint or paint codes for the fascia and building? A2-a: Any fascia rot will be replaced by the contractor at the time of roof replacement upon the approval of the city. Fascia replaced at $ 20.E Per foot if necessart and aereed upon by Proiect Manaeer. A2-b: Paint codes for building and fascia: Awarded vendor will be supplied with paint codes. 2 Q3. How does the City wish to handle the gutters currently attached to certain areas of the project? A3: Any gutters will be removed and re installed by the contractor. Page 1 of 2 Q4: What buildings, breezeways and overhangs are being done? A4: All of the buildings, breezeways and overhangs located at and in conjunction with 1255 Main Street that have shtni les are expected to be completed. Leave out the gravel roof on the front building and the very west small fiat roof. Again, The entire roofing area of the rear building (Senior Center) including the bathroom and all walkway canopies that are shingled. The front main roof and small west flat roof are not included. Q5: What will be the metal color for the roof? Q5: Standard galvanized color. DATE: �� WRITTEN SIGNATURE: PRINTED SIGNA J 1 COMPANY NAME: 9 MIN Page 2 of 2 `W / Administrative Services Department SAST1, Procurement Division 1225 Main Street Sebastian, FL 32958 HOME OF PELICAN ISLAND (772) 388-8232 August 7, 2023 ADDENDUM #2 TO THE CONTRACT DOCUMENTS FOR THE CITY OF SEBASTIAN PROJECT NAME AND NUMBER: iTB 23-13 — Senior Center Re -Roofing FROM: Paul Chapline (Please contact the followine until Monday, August 7, 20231 City of Sebastian 1225 Main Street Sebastian, Florida 32958 (772)321-6736 E-Mail: pchapline@cityofsebastian.org TO: All Parties Holding Specifications Q 1: If the screws for the 5 V roofing system are driven through the current decking, the fasteners will be visible from the underside of the breezeways. How does the City wish to deal with the exposed underside of the breezeways? Does the City wish to include the required additional plywood decking in the base bid or handle it as a change order on a per sheet basis during the project? Al: Any screws going through the wood will be handled by the city Q2: How does the City wish to handle any fascia replacement required due to rotten fascia? Is there an amount of fascia replacement that should be included in the base bid or will all fascia replacement be handled as a change order during the project? Does the City have the paint or paint codes for the fascia and building? A2: Any wood rot will be replaced by the contractor at the time of roof replacement apon the approval of the city Q3. How does the City wish to handle the gutters currently attached to certain areas of the project? A3: 3Any gutters to be removed will be re installed by the contractor Page 1 of 2 Q4: What buildings, breezeways and overhangs are being done? A4: All of the buildings, breezeways and overhangs located at and in conjunction with 1255 Main Street that have shingles are expected to be completed. Leave out the gravel roof on the front building and the very west small flat roof. Again, The entire roofing area of the rear building (Senior Center) including the bathroom and all walkway canopies that are shingled. The front main roof and small west flat roof are not included. Q5: What will be the metal color for the roof? Q5: Standard galvanized color. DATE:_ � 7i C --- WRITTEN PRINTED SIGNATURE- �_}$/-,'.�,✓ W A COMPANY NAME: / lu- PA Page 2 of 2 gym. SEBAS1.AN Administrative Services Department t Procurement Division 1225 Main Street - - Sebastian, FL 32958 HOME OF PELICAN ISLAND (772) 388-8232 August 3, 2023 ADDENDUM #2 TO THE CONTRACT DOCUMENTS FOR THE CITY OF SEBASTIAN PROJECT NAME AND NUMBER: PCB 23-13 — Senior Center Re -Roofing FROM: Paul Chapline (Please contact the following until Monday, August 7, 2023) City of Sebastian 1225 Main Street Sebastian, Florida 32958 (772)321-6736 E-Mail: pchapline@cityofsebastian.org TO: All Parties Holding Specifications Ql: What buildings, breezeways and overhangs are being done? Al: All of the buildings, breezeways and overhangs located at 1255 Main Street that have shingles are expected to be completed. Leave out the gravel roof on the front building and the very west flat roof. Q2: Will the City be expecting the contractor to replace the roof vents? A2: Yes, the contractor is expected to replace the roof vents with like for like vents. Q3: What is the thickness of the plywood that you want the roofers to bid? A3: The City wishes for the contractors to install a price for 5/8 inch plywood in Section 9, Bid Form. DATE: A�/Ia/I S' 2 ZJ WRITTEN SIGNA PRINTED COMPANY NAME: rV L- M* TIOVIFlU-N, " Page 1 of 1 Cm:Lf 5ESASO Administrative Services Department r�( Procurement Division 1225 Main Street ` "• `'� Sebastian, FL 32958 HOME OF PELICAN ISLAND (772) 388-8232 July 31, 2023 ADDENDUM #1 TO THE CONTRACT DOCUMENTS FOR THE CITY OF SEBASTIAN PROJECT NAME AND NUMBER: ITB 23-13 — Senior Center Re -Roofing FROM: Don Wixon City of Sebastian 1225 Main Street Sebastian, Florida 32958 TO: All Parties Holdinu Soecifications Cith staff HIGHLY Recommends Bidders attend the Pre Bid Meetine as follows: A Non -Mandatory (Attendance Highly Encouraged) Pre -Bid Meeting and Site Visit will be held on WednesdaN. Auuust 2. 2023. at 10:00 A.M. Local Time in the ChN of Sebastian Citv Council Chambers._ Measurements by contractors will be taken at the Site Visit. Ql: What is the physical address of the Senior Center? Al: 1255 Main Street Q2: While the project can easily be completed within 25 days, the longest portion of the process tends to be the permitting process. What steps are contemplated by the City to have the permits issued in a timely fashion? A2: If all documents are submitted correctly, the City can generally turn a permit around in less than 48 hours. Q3: Based on the bid spec, we understand that the City wants to install a 5 V roofing system. Would the City consider other roofing systems such as fastener flange to avoid issues such as screws backing out and causing leaks or otherwise compromising the roof? A3: The City cannot guarantee it will accept any material changes to the bid specifications, but the City will consider I bids, as submitted. Please be sure to include backup documentation supporting your bid. DATE—, DLy - 1 , Z2z-5 WRITTEN SIGNATURE: t,; I' M N iLua_- PRINTED COMPANY I IY s lL�u��iL'T1�.E I n�• Page I of 1 LlerSerut�es ArmsrJt57&x Com M. 1TB #23-13, BID FORM "oueena'CU-01 ° SENIOR CENTER REROOFING ' C f^1 /,tip REFERENCE LIIjS��Tf Bidder's Name: ALL ar tR A �tvt �`^ i List a minimum of three (3) client references that can speak to the Bidder's experience and performance, within the lest five (5) years. The City will send Reference Check Surveys via email to the references provided. If the contact information is incorrect or the reference does not respond, the Bidder will lose points awarded for this criterion. ----------- ----- ---- ..---------- Reference#1 Company Name: — (LG&A 13TI�j Location (City, State):GEBZ Contact Person: Mm MA Contact Number: — Email Address: Dates of Service _ Services Provided: _ — /h, >�R��i�t£ Il/(�pILI t'% V�(i Reference #2 _ Company Name: Location (City, State): i Contact Person: --- PM 7 _...._ _ Contact Number. _ 7j ��jaj 1p I g Email Address: 4 Dates of Service: Services Provided: !A`�FhW(,Ic Reference #3 i Company Name: Location (City, State): Contact Person. Contact Number_: Email Address: Dates of Service: Services Provided: Pr►; 4 LFL 09 cr �►� Failure to frail\ comolete and submit this List may result in reiection of the submittal Page 24 of 37 -7AI Z- ITB#23-13, BID .----- H010F1a"""u'"ND SENIOR CENTER R&ROOFING FORM D RUB -CONTRACTORS LIST Bidder's Name: AL Ago 1z- 4 � Ru i�e#: •— — — ITB Title: SENIOR CENTER RE ROOFING ITB #: 23-13 NOTE: List all sub -contractors and the percentages of work to be performed, you invited to bid on this project, whether they were selected or not. 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. The City reserves the right to inspect all facilities of any sub - Contractor in order to make a determination as to the foregoing. Company Work to. Be Name Percentage of Work to be Performed 1 2 3 4 5 Contact Telephone Person Number IX I I affirm that sub-contractor(s) will lotbebe�used to complete projects under this agreement. Print Preparer's Name: l n u-+1 Title: nn (� Signature: I�+CQ t�1� — Date: 8I 3 -- Failure to full complete. sign and submit this Form ma result in rejection of the submittal Page 25 of 37 9P7- arit a emuw uuno BIDDER'S DISCLOSURE ITB #23-13, BID, - OF ---. — - — G M. FOR SENIOR CENTER RE-ROING E The undersigned certifies under oath the truth and correctness of all statements questions made hereinafter. Additional sheets may be attached if required. Bidder's Name: Address: Contact Person: Wle: Phone No.: Email Address: Federal Identification No.: This Business is: Bidder's License No., if applicable: I q/ 'Attach certificate of status, competency, and/or state registration and all answers to (1) Has your Bidder or any of its officers, received a reprimand of any ngture 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 z (2) Has your Bidder, or any member of your Bidder, been declared in default, terminated or removed from a contract or job related to the services your Bidder provides in the regular course of business within the last five (5) years? YES [I NO (3) Has your Bidder had against it or filed any request for equitable adjustment, contract claims, bid protest, or- litigation in the past five (5) years that is related to the services your Bidder provides in the regular course of business? YES N014 (4) Describe each affiliation or business relationship with an employee, board member, elected official(s) or an immejdi�attee family member of any such person of the City of Sebastian. If none, write NONE. _ ' `�N� - -- - — — (5) Describe ANY other aflBistion or business relationship that may cause a conflict of interest. If none, write NONE. 'Y I�LRI�� If yes, state the nawre of the request far equitable adjustment, contract claim, litigation, or protest, and state a brief description of the case, the outcome or status of the suit and the monetary amounts or extended contract time involved. I hereby verb that all statements made are true and I agree and understand that any misstatement or misrepresentation or falsication offarts shall be. caaseforfotfeiture ofrtghts for farther coonsiideml%'on ofthis Bid for the City ofSebavdan. �L�Z� Sfgtt ire Date Failure to fully comuletc. si--n and submit this Disclosure may result in reiection of the, submittal Page 26 of 37 �2� 0 NOINE p eatuaaluro STATE OF ITB #23-13, BID SENIOR CENTER RE -ROOFING DOCUMENT NOTIFICATION AFFIDAVIT COUNTY OF acknowledge that Ihave legal authorization (PrintiName)Q� to contractually bind � trziA (Company Name) FORM F I acknowledge that as part of my response to this solicitation I have read and reviewed copies of the following documents/notifications, General Information Section, pages 4 through 8. • Conflict of Interest Disclosure Notification • No Lobbying Notification • No Collusion Notification • Immigration Laws Notification • Drug -Free Workplace Provisions Notification • Public Entity Crimes Notification • Debarment and Suspension Certification Notification, Bidder must submit their Profile Paee from SAM with their Bid. • Scrutinized Companies Notification • E-Verify Acknowledgement Notification, Bidder must submit their Profile Patre from E Verifv with their Bid. I hereby swear or affirm that I have read and that I understand and accept all the requirements and regulations unposed by the above -referenced documents and that I acknowledge and accept that the above -referenced documents and all terms and conditions contained therein are included in the response to this solicitation. 6? -Z5 SW re -1..-- Sigi re Date The foregoing Affrd vit was subN&ed an sworn o tbefore me this � day of 2023, by �CV��n . ��t , p � t-J C who is personally known to me or who has produ ed as identification and who did take an oath. Notary Public Name: _- Notary yIPppu�bbt�h!6JA{teW RNCof aaa 4 dfn�f�tOn NM 551516 111� Expires 112612027 S n>;fure: --- 5 1 Notary Commission Expiration: Failure to fully coml,lete. siom and submit this Affidavit max,result in reiection of the submittal Page 27 of 37 VP .a ITB #23-13, BID HOME eF 1nlrMl IRM SENIOR CENTER RE -ROOFING SECTION 7 - BIDDER QUALIFICATION QUESTIONNAIRE (This form is not required to be included in the bid submittal. However, prior to any Contract Award, such Bidder Qualification Questionnaire must be completed and submitted by the Bidder, and reviewed and approved by the City.) Submitted by. tt Name of Bidd General Contractor's License # 1 ------- )An Individual ( ) A Partnership (<A Corporation Federal Identification # 9—AW546� Principal Office Addre (1) o many years has your organza ion been in busin as a contractor under your present Fame? (2) How many years' experience in Re -Roofing construction work has your organization had as a contractor? - 17- `19_40s As a Subcontractor? (3) List below the requested information concerning projects your organization has completed in the last five (S) years for the type of work requited in this project. (Use additional sheets if necessary). Include the type of work similar to the work included in this contract if possible. Project Contract Required Actual Name/Address(iel Title Amount Comoletion Date CM)leliQgpQAte of QW-A r F 37 fie 60U-1s Page 34 of 37 -M7- ch. � ! -N HOW aPELICAN ai;wo JTB #23-13, BID SENIOR CENTER RE -ROOFING (4) Have you ever failed to complete any work awarded to you? If so, where and why? 1kl p (5) Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract? If so, state name of individual, name of othcroprization, and reason therefore. (6) Has any officer or partner of your organization ever failed to complete any construction contract handled in tts own name? If so, state name of individual, name of owner and reason therefore. rl D (7) Give below any information which would indicate the size and capacity of your organization, including number of employees, equipment owned by your organization, etc., which are available f� `tlizati n on this Contract. D[IC04u01!1;7+`�'i'I�`, (g) Has Your company been in disputes or litigations in the last five (5) years over construction projects which are completed or still pending for completion? If so, describe the nature of the disputes or litigations and state the Owner's Name, Address, Telephone, and amount of disputes or litigatiis. (Use additional sheets if necessary.) b Page 35 of 37 a" SWRFN . �-. - ITB #23-13, BID "oiaraparc�+►aur� SENIOR CENTER RE ROOFING ff"FON 8 - SCOPE OF WORK 1) Remove existing roofing to wood deck and replace any wood that is rotten. 2) Clean all surfaces meeting and exceeding City specifications, manufacturer's written specifications and instructions, industry standards and Florida Building Codes. 3) Fasten all wood deck to current City specifications, manufacturer's written specifications and instructions, industry standards and Florida Building Codes using ring shank nails. 4) Install self-adhesive modified sheet to entire deck (secondary wager barrier). 5) Install 26 Gauge 5V Galvalutne Metal to current Florida Building Code and manufacturer specifications and instructions. 6) The Roof package shall include all drip edges, valleys, and Ridge metal. 7) Install new Flashing at junction of roof to the wall of the art center building in accordance with current Florida Building Code and manufacturer specifications and instructions. 8) Price shall include disposal of all waste in a county landfill. OOMPLL4NCE TO SCOPE OF WORK FORM This Form is to record your bid material for the Re -Roofing Specifications. State "Comply" if the product you are bidding meets the specification, or list the Exemption if it does not comply with the specifications. Provide detailed information if you have bid an alternate. JkLghgeball be coati, leted agd_submitted with vzF,.Ki1iJ 1) Remov existing roofing to wood deck and replace any wood that is rotten. 2) Clean all faces meeting and exceeding City specifications, manufacturer's written specificatio and instructions, industry standards and Florida Building Codes. 3) Fasten all wood deck to current City specifications, manufacturer's written specifications and instructions, ' stry standards and Florida Building Codes using ring shank nails. 4) Install self-ve modified sheet to entire deck (secondary water barrier). - -_ i 5) Install 26 Gauge 5V Galvalume Metal to current Florida Building Code and manufacturer specificati nd mstsuctio 6) The Roof paWes include all drip edges, valleys, and Ridge metal. 7) Install new Flashjag at junction of roof to the wall of the art center building in accordance with current Florida RuildinS Co4e and manufacturer specifications and instructions. 8) Price shall incly6 disposal of all waste in a county landffil 1. Page 36 of 37 a ITB #23-13 BID HDOfa"'D SENIOR CENTER RE -ROOFING SOLICITATION INFORMATION FORM Please submit this form to assist us in learning more about how our solicitation opportunities are most often found. Company's Name: ALi^ l t - t_�cv-F, �,f'i 4, elc- 1 l� . Q Company Address: U � �. I- r� w Far Pm� fL �782 Phone No: -71 - 4" - lv&a Please tell us how you found out this Invitation to Bid was released/available (mark all that applies): Indian River Press Journal (TCPalm) /` DemandSYar/Onvia _ _ City ofSebasdan Web Site VendorLink Other (please sped below) REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Page 29 of 37 .ma ITS #23-13, BID °1AF0FP�""mAND SENIOR CENTER RE-ROOFING STATEMENT OF NO RESPONSE If your Bidder is does not intend on submitting a Bid, please complete and return this form prior to the Solicitation Opening date shown herein. Return by email tngi n ,. cls n :;.i ;:;t 2 y>;) or by mail to: CITY OF SEBASTIAN AT": PROCUREMENT 1225 MAIN STREET SEBASTIAN, FLORIDA 32955 Company Name: Company Address: Phone Number: - - ----- We are not responding to I—B #23-13 — SENIOR CENTER RE -ROOFING for the joIlowing reacon(s) (mark all that applies): Do not offer the good(s) or service(s) required Our schedule would not permit us to perform responsibly Unable to meet specificationVscope of work Unable to meet minimum requirements Insufficient time allowed for preparation of response _ Project/Budget too small Specificotions undeor —ton vague, rigid, etta (plcase a rlrlain below) Other (please specify below) REMARKS Page 28 of 37 Signature Name i Title Date a[YOF SEe�T�A1V HOME OF PELICAN ISLAND ITB #23-13, Senior Center Re -Roofing Company Name All Area Roofing, Incorporated Highland Homes Roofing CMM Roofing, Incorporated LaPorta Contracting Rogers Roofing Construction The Roof Authority, Incorporated DMS Contractors, LLC Wooley Brothers, Incorporated Page 1 of 1 Administrative Services Department Procurement Division 1225 Main Street Sebastian, FL 32958 (772)388-8232 Bid Total $49,375.00 $55,200.00 $59,950.00 $62,394.64 $65,000.00 $70,000.00 $73,585.00 $74,515.00 I CIIY OF SE HOME OF PELICAN ISLAND EVENT RELEASE DATE: h\/Y � : II ITB #23-13 SENIOR CENTER RE -ROOFING Contact Person Don Wixon Procurement/Contracts Manager Phone: (772) 388 — 8231 Email: dwixonna.citvofsebastian.ore DATE TIME WEDNESDAY, JULY 26, 2023 PRE -BID MEETING AND SITE VISIT 10:00 AM Local (Non -Mandatory but Highly Encouraged): WEDNESDAY, AUGUST 2, 2023 Time QUESTIONS DUE DEADLINE: TUESDAY, AUGUST 8, 2023 2:00 PM Local Time 00 ITB DUE/BID OPENING: TUESDAY, AUGUST 15, 2023 Tim PM Local Time RECOMMENDATION OF AWARD — CITY COUNCIL MEETING BID DELIVERY: City of Sebastian City Hall 1225 Main Street Sebastian, Florida 32958 *Dates in this schedule occurring after the release date may be amended by the City. The City reserves the right to delay or modify dates and will notify Bidders/Bidders of all changes. It is the Bidder/Bidder's responsibility to check for addenda associated with to this solicitation. In accordance with the Americans with Disabilities Act, any person who believes he or she has a disability requiring the use of a special accommodation at the pre -bid conference or bid opening should contact the City of Sebastian at 772-388-8231, at least five (5) days prior to the event to advise of his/her special requirements. Page 1 of 37 ITB #23-13, BID A HOMEM PE N15MD SENIOR CENTER RE -ROOFING INVITATION TO BID The City of Sebastian seeks bids from Licensed Contractors to provide and install Metal Roofing on the City of Sebastian Senior Center. The awarded contractor shall be responsible for supplying and installing the Metal Roofing, and supplying, at the Contractor's expense, all expertise, supplies, supervision, labor, equipment, machines, tools, materials, water, light, power, transportation and anything necessary to perform the services and fully complete the work meeting and exceeding the City's specifications, manufacturer's written specifications and instructions, industry standards, and Florida Building Code. Work shall include complete removal and proper disposal, in a county landfill, of the existing roofing, and replacement with Metal Roofing. Roof preparation, shall be completed at a minimum industry standard for the type of Metal Roofing being installed. The square foot area is approximately 5,500square feet; however, contractor shall be responsible for their own square foot measurements. This is a turn -key project. This Invitation to Bid (ITB) and related documents are available for download online at www.citvofsebastian.or2 (Current Bids), DemandStar.com and VendorLink com. A Non -Mandatory (Attendance Highly Encouraged) Pre -Bid Meeting and Site Visit will be held on Wednesday. Aueust 2. 2023. at 10:00 A.M. Local Time in the Citv of Sebastian Citv Council Chambers. Measurements by contractors can be taken at the Site Visit. The deadline to submit questions concerning this ITB will be Tuesday. Aueust 8. 2023. by 2:00 P.M. Local Time. Any and all questions should be emailed ONLY to the Procurement/Contracts Manager at dwixonQcitvofsebastian.ore. All communication regarding this ITB shall be directed to the same point of contact. Contact by a Bidder (or anyone representing a Bidder) regarding this ITB with the City Council or a City employee/representative other than the point of contact listed above, is erounds for disqualification. ITB documents and any addenda may be obtained from the sites listed above, or by contacting the Procurement Division. It will be the sole responsibility of the Bidder to determine if any addenda have been issued prior to submitting a Bid. All bids are due by Tuesday. Aueust 15. 2023 by 2:00 P.M. Local Time. Bidders will submit their bids by mail or physically (in -person or mailed). In -person or mailed submissions shall provide one- 1 clearlv marked orieinal, and two-(2) conies, marked with the Bidder's name and address, ITB number and title with Solicitation Opening date and time (lower left comer of envelope). All physical, in person submissions must be delivered or mailed to: City of Sebastian Don Wixon ATTN: Procurement Division 1225 Main Street Sebastian, Florida 32958 Late Bids will not be opened or announced. All bids submitted to the City, even if unopened during the selection process, become public record unless exempt under Florida or other law as outlined above herein. The City reserves the right to reject any and all Bids, or to accept any Bid or portion thereof deemed to be in the best interest of the Citv, and to waive any non -substantial irregularities. By: Don Wixon Procurement/Contracts Manager Advertised: Wednesday, July 26, 2023 Page 2 of 37 0 R�M" .SE S-Iyr HOME OF PELICAN ISLAND TABLE OF CONTENTS ITB #23-13, BID SENIOR CENTER RE -ROOFING INVITATIONTO BID...............................................................................................................................2 TABLEOF CONTENTS............................................................................................................................3 DEFINTIONS..............................................................................................................................................3 SECTION 1— GENERAL INFORMATION...........................................................................................4 SECTION 2 — BID REQUIREMENTS.....................................................................................................9 SECTION 3 - INSTRUCTIONS TO BIDDERS.....................................................................................11 SECTION 4 — GENERAL CONDITIONS.............................................................................................14 SECTION5 — FORMS.............................................................................................................................20 MAILINGLABEL.................................................................................................................................20 BIDCHECKLIST...................................................................................................................................21 CONTACT INFORMATION SHEET — FORM A................................................................................22 ADDENDA ACKNOWLEDGEMENT — FORM B..............................................................................23 REFERENCE LIST — FORM C............................................................................................................24 SUB -CONTRACTORS LIST — FORM D..............................................................................................25 BIDDER'S DISCLOSURE — FORM E..................................................................................................26 DOCUMENT NOTIFICATION AFFIDAVIT — FORM F....................................................................27 STATEMENT OF NO RESPONSE.......................................................................................................28 SOLICIATION INFORMATION FORM..............................................................................................29 SECTION 6 - SPECIAL TERMS AND CONDITIONS............................................................30 SECTION 7 — BIDDER QUALIFICATION QUESTIONNAIRE...................................................34 SECTION 8 - SCOPE OF WORK & COMPLIANCE FORM..........................................................36 SECTION9 — BID FORM...........................................................................................................................37 ATTACHMENT "A" SAMPLE AGREEMENT DEFINITIONS Invitation to Bid ("ITB"): This Solicitation document, including any and all addenda. Bid: Submission in response to this ITB. Bidder: Person or Bidder submitting a Bid in response to this ITB, "pre -award". Contractor: Selected Bidder that is awarded a contract to provide the goods or services to the City, "post - award". City: Refers to the City of Sebastian. Contract or Agreement: Invitation to Bid, all addenda issued thereto, all affidavits, the signed agreement, and all related documents that comprise the totality of the contract or agreement between the City and the Contractor. Resaonsible Bidder: Bidder that has the integrity, reliability and capability in all respects to perform in full the contract requirement as stated in the ITB. Resnonsive Bidder: Bidder who's Bid fully conforms in all material respects to the ITB and its entire requirement, including form and substance. Days: Refers to calendar days, unless otherwise stated. Shall. Must & Will: Interpreted as mandatory language. Page 3 of 37 ITB #23-13, BID %- HOME OF PELICAN ISLIWD SENIOR CENTER RE -ROOFING SECTION 1— GENERAL INFORMATION 1.1 SCOPE OF WORK The City of Sebastian seeks bids from Licensed Contractors to provide and install Metal Roofing on the City of Sebastian Senior Center. The awarded contractor shall be responsible for supplying and installing the Metal Roofing, and supplying, at the Contractor's expense, all expertise, supplies, supervision, labor, equipment, machines, tools, materials, water, light, power, transportation and anything necessary to perform the services and fully complete the work meeting and exceeding the City's specifications, manufacturer's written specifications and instructions, industry standards, and Florida Building Code. Work shall include complete removal and proper disposal, in a county landfill, of the existing roofing, and replacement with Metal Roofing. Roof preparation, shall be completed at a minimum industry standard for the type of Metal Roofing being installed. The square foot area is approximately 5,500square feet; however, contractor shall be responsible for their own square foot measurements. This is a turn -key project. 1.2 AGREEMENT TERMS This ITB will result in a one-time agreement for completion of the scope of work described herein, within twenty Five-25 business days from the date indicated in the Notice to Proceed (NTP). Intended start date is Tuesday. September 5. 2023. The City seeks a Contractor that will provide timely completion and adhere to the agreed upon schedule. 1.3 LIOUIDATED DAMAGES The City shall be entitled to liquidated damages in the amount of three hundred ($300.00) dollars per day for every day that the Contractor is late in completing the work requirements for each Phase as stipulated in the agreement, and bidding documents. Said damages shall be deducted by the City from monies due Contractor. 1.4 PROJECT COORDINATION Contractor must commit to participating in a pre -construction meeting and regularly scheduled (weekly or bi-weekly) project coordination meetings with the City's Project Manager. 1.5 INDEMNIFICATION The CONTRACTOR and its SUB -CONTRACTORS shall indemnify, defend and hold harmless the CITY, and its officers and employees, from all claims, demands, liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the CONTRACTOR or its SUB- CONTRACTORS and other persons employed or utilized by the CONTRACTOR or its SUB- CONTRACTORS in the performance of the agreement; regardless of the negligence of the indemnitee or its officers, directors, agents, or employees. However, such indemnification shall not include claims of, or damages resulting from, gross negligence, or willful, wanton or intentional misconduct of the indemnitee or its officers, directors, agents or employees. Upon request of the CITY, the CONTRACTOR or its SUB -CONTRACTORS shall, at no cost or expense to the CITY, indemnify and hold the CITY harmless of any suit asserting a claim for any loss, damage or liability specified above, and CONTRACTOR OR ITS SUBCONTRACTORS shall pay any cost and reasonable attorneys' fees that may be incurred by the CITY in connection with any such claim or suit or in enforcing the indemnity granted above. Nothing in this agreement shall be construed as the CITY waiving its sovereign immunity pursuant to 768.28, et seq., Florida Statutes, or any other sovereign or governmental immunity. This provision shall survive the termination of this bid. Page 4 of 37 ITB #23-13, BID iOME OF PELICAN ISLAND SENIOR CENTER RE -ROOFING 1.6 CONFLICT OF INTEREST The resulting agreement is subject to the provisions of Chapter 112, Florida Statutes. All Bidders shall disclose within their bid to the City the name of any officer, director, or agent who is also an employee of the City. Furthermore, all Bidders must disclose the name of any City employee who owns, directly or indirectly, an interest of more than five percent (5%) in the firm of any of its branches. Please submit to the City all information on any potential conflict of interest related to provision of the goods or services requested in this Solicitation. The purpose of this disclosure is to give the City the information needed to identify potential conflicts of interest for evaluation by the team members and other key personnel involved in the award of this contract. The term "conflict of interest" refers to situations in which financial or other personal consideration may adversely affect, or have the appearance of adversely affecting, an employee's professional judgment in exercising any City duty or responsibility in administration, management, instruction, research, or other professional activities. Should the successful Bidder permanently or temporarily hire any City employee or Council member, who is, or has been, directly involved with the Bidder prior to or during performance of the resulting contract, the Agreement shall be subject to immediate termination by the City. 1.7 NO LOBBYING All Bidders and its officers, partners, owners, agents, representatives, employees or parties in interest are hereby placed on notice that any communication, whether written or oral, with City elected officials or any other staff or outside individuals working with the City in respect to this request (with exception of the Procurement Division personnel designated to receive requests for interpretation or corrections) is prohibited. These persons shall not be lobbied, either individually or collectively, regarding any request for bids, qualifications and/or any other solicitations released by the City. To do so is grounds for immediate disqualification from the selection process. The selection process is not considered final until such time as the City, Mayor, and City Council have made a final and conclusive determination. 1.8 NO COLLUSION Bidder and its officers, partners, owners, agents, representatives, employees or parties in interest, swears and attests that it is fully informed respecting the preparation and contents of the attached Bid, and of all pertinent circumstances respecting the provision of the goods or services to the City, the Bid, or offer being made is genuine and is not collusive or a sham. By submitting a Bid, Bidder certifies that all information contained in the Bid is truthful to the best of their knowledge and belief. Bidder further certifies, under oath, that this Bid is made without any colluded, conspired, connived or agreed, directly or indirectly, with any other firm, person or corporation responding to this solicitation for the same product or service. Bidder further certifies that Bidder has not divulged discussed, or compared this Bid with other Bids and has not colluded with any other Bidder or parties to the Bid. Any violation of this provision will result in the cancellation and/or return of Bidder's materials (as applicable) and the removal of the Bid from the list(s). 1.9 IMMIGRATION LAWS The City will not intentionally award City contracts to any Firm who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in an 8 U.S.C. Section 1324 a(e) (Section 274A (e) of the Immigration and Nationality Act ("INA"). Refer to E-Verify Acknowledgment in solicitation documents. Page 5 of 37 OM1Q SEBASTLAN HOME OF PELICAN ISLAND 1.10 DRUG -FREE WORKPLACE ITB #23-13, BID SENIOR CENTER RE -ROOFING In accordance with Florida Statute Section 287.087, Bidder certifies the following: 1.9.1. A written statement is published notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace named above and specifying actions that will be taken against violations of such prohibition. 1.9.2. Employees are informed about the dangers of drug abuse in the work place, the Bidder's policy of maintaining a drug free working environment, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug use violations. 1.9.3. Employees are notified that as a condition of working on the commodities or contractual services being solicited, they will notify the employer of any conviction of, plea of guilty or nolo contendere to, any violation of Chapter 1893, or of any controlled substance law of the State of Florida or the United States, for a violation occurring in the work place, no later than five (5) days after such conviction, and requires employees to sign copies of such written statement to acknowledge their receipt. 1.9.4. The Bidder/employer imposes a sanction, or requires the satisfactory participation in, a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. 1.9.5. Makes a good faith effort to continue to maintain a drug free work place through the Implementation of the drug free workplace program. 1.11 PUBLIC ENTITY CRIMES A "public entity crime" as defined in Paragraph 287.133 (1) (g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. "Convicted" or "conviction" as defined in Paragraph 287.133 (1) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. "Affiliate" as defined in Paragraph 287.133 (l) (a). Florida Statutes. means: 1.10.1. A predecessor or successor of a person or a corporation convicted of a public entity crime, or 1.10.2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime, or 1.10.3. Those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate, or 1.10.4. A person or corporation who knowingly entered into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months. BIDDER CERTIFIES THAT NEITHER THE ENTITY PROPOSING, NOR ANY OF ITS OFFICERS, DIRECTORS, EXECUTIVES, PARTNERS, SHAREHOLDERS, EMPLOYEES, MEMBERS OR AGENTS WHO ARE ACTIVE IN MANAGEMENT OF THE ENTITY, NOR ANY AFFILIATE OF THE ENTITY HAVE BEEN CHARGED WITH AND CONVICTED OF A PUBLIC ENTITY CRIME SUBSEQUENT TO JULY 1, 1989. w, Page 6 of 37 ITB #23-13, BID HOME OF PELICAN ISLAND SENIOR CENTER RE -ROOFING WHERE THE BIDDER IS UNABLE TO CERTIFY TO ALL OF THE STATEMENT ABOVE, BIDDER SHALL ATTACH AN EXPLANATION TO THIS BID. 1.12 DEBARMENT AND SUSPENSION Bidder certifies to the best of its knowledge and belief that it and its orincinals: 1.12.1. Are not presently debarred, suspended, proposed for disbarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; 1.12.2. Have not within a three-year period preceding this application been convicted or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or Local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 1.12.3. 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 1.12.4. Have not within a three-year period preceding this application had one or more public transactions (Federal, State or local) terminated for cause or default. 1.12.5. The City of Sebastian will not make award to parties listed on the government wide exclusions in the Svstem for Award Management (SAM). BIDDER MUST SUBMIT THEIR COMPANY PROFILE PAGE FROM SYSTEM FOR AWARD MANAGEMENT (SAM) WITH THEIR BID. WHERE THE BIDDER IS UNABLE TO CERTIFY TO ALL OF THE STATEMENTS ABOVE, BIDDER SHALL ATTACH AN EXPLANATION TO THIS BID. 1.13 E-VERIFY In accordance with State of Florida, Office of the Governor, Executive Order 11-116 (superseding Executive Order 11-02; Certification of Employment Status), in the event performance of this Agreement is or will be funded using state or federal funds, the Contractor must comply with the Employment Eligibility Verification Program developed by the federal government to verify the eligibility of individuals to work in the United States and 48 CFR 52.222-54 (as amended) is incorporated herein by reference. The Contractor shall (1) enroll in the U.S. Department of Homeland Security's E-Verify system, (2) utilize E-Verify to verify the employment eligibility of all new employees hired during the term of the Contract (3) utilize E- Verify to verify the employment eligibility of all employees assigned to the Contract; and (4) shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize E-Verify to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. Information on registration for and use of the E-Verify system can be obtained at the U.S. Department of Homeland Security website: http-://www/dhs.2ov/E-Verifv. BIDDER MUST SUBMIT THEIR COMPANY PROFILE PAGE FROM E-VERIFY WITH THEIR BID. Page 7 of 37 ITB #23-13, BID HOME OF PELCAN ISUND SENIOR CENTER RE -ROOFING COMPANIES Bidder certifies under Denalties of Deriurv. as of the date of this solicitation to provide goods and/or services to the Citv. that it: 1.12.1. Does not participate in a boycott of Israel; and 1.12.1. Is not on the Scrutinized Companies that Boycott Israel List; and 1.12.3. Is not on the Scrutinized Companies with Activities in Sudan List; and 1.12.4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 1.12.4. Has not engaged in business operations in Cuba or Syria. Submitting a false certification shall be deemed a material breach of contract. The City of Sebastian shall provide notice, in writing, to the Bidder of the City's determination concerning the false certification. The Contractor shall have sixty-(60) days following the receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Bidder determines, using credible information available to the public, that a false certification has been submitted by Bidder, this Contract may be terminated and a civil penalty equal to the greater of $2 million or twice the amount of this Contract shall be imposed, pursuant to F.S. 287.135. Said certification must also be submitted at the time of Contract renewal. Section 287.135, Florida Statutes, generally prohibits state agencies and departments, and local government entities from: 1) Contracting with companies for goods or services in any amount if at the time of proposing on, proposing a bid for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services over $1,000,000.00 that are on either the Scrutinized Companies with activities in the Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section 215.473, Florida Statute, or have been engaged in business operations in Cuba or Syria. As provided in F.S. 287.135, by entering into this Contract or performing any work in furtherance hereof, the Bidder certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the Scrutinized Companies that Boycott Israel List; engaged in a boycott of Israel, pursuant to F.S. 215.4725; have not been placed on the Scrutinized Companies With Activities in Sudan List or Scrutinized Companies With Activities in The Iran Petroleum Energy Sector List created pursuant to F.S. 215.473; or engaged in business operations in Cuba or Syria. END OF SECTION Page 8 of 37 ITB #23-13, BID SENIOR CENTER RE -ROOFING SECTION 2 — SENIOR CENTER RE -ROOFING BID REQUIREMENTS 2.1 TRANSMITTAL LETTER Bidder shall submit a letter of interest signed by an authorized representative to contractually obligate and bind the Bidder. The Bidder or authorized representative is attesting that the information provided is current and factual. The letter shall include: • Date • Name and address of Bidder • Name of Contact Person, telephone number and email address TAB #1— BID FORM & SCHEDULE 2.2 BID FORM Use the Bid Form to provide pricing for the Scope of Work (SOW) listed on pages 30 - 37. This is a guarantee that the listed information will be used to fulfill the SOW. 2.3 SCHEDULE Include a detailed breakdown of your estimated schedule based on the anticipated proceed date of Tuesday, September 5, 2023, and total turn -key completion within twenty-five 25 days. TAB #2 — EXPERIENCE 2.4 EXPERIENCE Provide a list of projects completed by Bidder to demonstrate the Bidder's experience with similar projects in the State of Florida. Include pictures or notes to prove quality of work. Bidders can describe their techniques, equipment and sequencing of their operations. Bidders shall have a minimum of five-(5) years of experience with projects of similar size and scope of work. TAB #3 — INSURANCE & LICENSES 2.5 INSURANCE A Certificate of Insurance (COIL is reauired in the Bid. NOTE: All coverages shall name the Citv as "additional insured." The following insurance should be obtain and maintain, during the term of this agreement: General Liability Insurance: Not less than $2,000,000 Combined Single Limit per each occurrence. Automobile Liability: Not less than $1,000,000 Combined Single Limit. Worker's Compensation: In accordance with Florida Statutes Chapter 440, maintain worker's compensation insurance to the extent required by law for all employees to be engaged in Work under this contract. 2.6 LICENSES Contractors must provide their current Contractors license. If the Bidder is a State Certified General Contractor, or a State Registered General Contractor the Bidder must be registered with the City of Sebastian. Page 9 of 37 Ma SEBASTLAN _. .. HOME OF PELICAN ISLAND TAB #4 — REOUIRED FORMS ITB #23-13, BID SENIOR CENTER RE -ROOFING 2.7 FORMS All Forms required by the rrB shall be fully executed by the Bidder and submitted. Refer to Section S. Contact Information Sheet — FORM A Sub -Contractor List — FORM D Addenda Acknowledgement — FORM B Bidder's Disclosure — FORM E I Reference List — FORM C Document Notification Affidavit — FORM F TAB #5 — REOUIRED SECTIONS Section 7 — Bidder Qualification Questionnaire, page 34 Section 8 — Scope of Work and Compliance to Scope of Work Form, page 36 END OF SECTION Page 10 of 37 Ma ITB #23-13, BID HOME OF PELICAN ISLAND SENIOR CENTER RE -ROOFING SECTION 3 - INSTRUCTIONS TO BIDDERS 3.1 CONE OF SILENCE Potential Bidders shall not communicate in any way with City staff or the City Council other than the primary contact listed herein. Cone of Silence shall be effective from the time of advertisement until an award is made by the City Council. Such communication may result in disqualification. 3.2 FEOUIRED PIE One (1) clearly marked original in Blue Ink, and two (2) copies of the Bid in Black Ink shall be submitted. Please refer to the Bid Checklist for guidance on all requirements. 3.3 SEALED BIDS Bids shall be enclosed in a sealed envelope which shall show (lower left comer) the Bidder's name and address, ITB number and title, along with the solicitation due date and time. The Bid shall be submitted no later than the solicitation due date and time mentioned on the Invitation to Bid. The City will not be responsible for opening any Bids that are not clearly marked. Bids shall be handwritten or typed with (black or blue) ink. Any erasures or corrections must be initialed by the Bidder in ink. Handwritten submissions must be legible. Bids must be submitted to City Hall, 1225 Main Street Sebastian, Florida 32958. Bids that are submitted to other locations or delivered to the wrong location may not be considered. It shall be the sole responsibility of the bidder to ensure their bid is at the proper location and at the time specified in the documents. 3.4 BIDS NOT CONSIDERED Bids not considered are late submissions, telegraphed, emailed or faxed Bids and Bids which do not conform to the instructions contained in the Invitation to Bid. However, Bids may be withdrawn by fax or email, provided that such notices are received prior to the solicitation due date and time and confirmed by a telephone call. 3.5 LATE BIDS Late Bids will not be opened or announced. Late Bids will not be opened or announced. All bids submitted to the City, even if unopened during the selection process, become public record unless exempt under Florida or other law as outlined above herein. 3.6 SOLICITATION OPENING Bidders are welcome to attend the solicitation opening; however, attendance is not mandatory. Bids shall be opened and publicly announced on the date, time and location specified on the Invitation to Bid, unless otherwise stated in the form of an addendum. Bids received will be posted within seven (7) business days to DemandStar, VendorLink and the City's website. 3.7 ADDENDA Addenda may be issued in response to any inquiry received by the Question/Answer deadline date and time specified herein or to provide revisions, additions, deletions, clarification, etc. Addenda shall become part of and have precedence over anything shown or described otherwise. If not mentioned in the addenda, all other documents, specifications, drawings, terms and conditions remain the same. It is the Bidder's responsibility to ensure receipt of all addenda and acknowledge all addenda issued. Where there appears to be a conflict between Solicitation and any addenda, the last addendum issued shall prevail. Page 11 of 37 ITB #23-13, BID NOME OF PELICAN ISLAND SENIOR CENTER RE -ROOFING 3.8 REJECTION OF BIDS The City reserves the right to reject any and all Bids, or to accept any Bid or portion thereof deemed to be in the best interest of the City and to waive any and all informalities not involving price, time, or changes in the work, and to negotiate contract terns with the top ranked Bidder, and the right to disregard all non -conforming, non -responsive, imbalanced, or conditional Bids. More than one Bid from an individual, Bidder or association under same or different names, will not be considered. Any or all Bids will be rejected if there is reason to believe that collusion exists among the Bidders, and no participants in such collusion will be considered in future Bids for the same work. 3.9 BID GUARANTEE The Bidder shall warrant that the unit prices, terms, and conditions quoted in the Bid shall be for a period of not less than ninetv-(90) days from the solicitation opening date. Such unit prices, terms and conditions shall remain in effect for the contract oeriod. 3.10 CORRECTIONS. CANCELLATION. & WITHDRAWAL Bidders may be asked to provide further information after the solicitation opening to determine the responsibility of the vendor. 3.10.1. Waiver of Technicality: Information shall not be considered after the bid opening if it has been specifically requested to be provided with the Bid as this becomes a matter of responsiveness. The Bid shall be considered responsive if it substantially conforms to the requirements of the ITB. The City may waive any informality, technicality, or irregularity on any bid. A minor or non -substantive lack of conformity may be considered a technicality or irregularity which may be waived by the City of Sebastian. 3.10.2. Mathematical Errors: Errors in extension of unit prices or in mathematical calculations may be corrected. In cases of errors in mathematical computations, the unit prices shall not be changed. 3.10.3. Cancellation or Postponement: The City may cancel or postpose the solicitation opening or cancel the ITB in its entirety prior to award. 3.10.4. Withdrawal: Prior to any published bid opening date and time, a Bidder may withdraw his or her Bid in writing. A fax or email is permitted for this purpose, provided it is confirmed by a telephone call. 3.10.5. Amendments: Prior to the published Solicitation due date and time, a Bidder may amend the Bid provided that it is in writing, in a sealed envelope, and identified. EWFINK-10 The contract/agreement will be awarded to the lowest, most responsive and responsible Bidder who's Bid, conforming to the specifications and terms the City considers in its sole discretion is most advantageous to the City. The Procurement/Contracts Manager shall issue a Notice of Award to the successful Bidder and post the results on the City's website, DemandStar, and VendorLink. Page 12 of 37 Ma ITB #23-13, BID NOME OF nUCAN ISMD SENIOR CENTER RE -ROOFING 3.12 CONFIDENTIAL INFORMATION Pursuant to section 119.071, Florida Statutes, any financial statements that the City requires to be submitted may be exempt from the Public Records Law. Therefore, any submitted financial statements that the Bidder wishes to remain confidential shall be submitted in a sealed opaque envelope and marked "Confidential Financial Statement Enclosed." By submission of a response to this ITB the Bidder agrees to indemnify and hold the City harmless should any information marked as confidential knowingly or unknowingly be released as the result of a public records request. 3.13 BID EXAMINATION In accordance with Chapter 119, Florida Statutes, solicitation files will be made available for public inspection at the time the City posts notice of its decision or intended decision concerning contract awards, or thirty (30) days after the solicitation opening, whichever is earlier. Solicitation files may be examined during normal working hours, by appointment only, by contacting the City Clerk's office at 772-589-5330. 3.14 LICENSING. CERTIFICATION. AND/OR REGISTRATION Contractors must show their current occupational license, as well as any licenses required by Chapter 489, F.S., Section 62C-20 (F.A.C.), and/or by the US EPA. All licenses shall be up to date. Contractors must provide their current Contractors license, prior to starting work. If the Bidder is a State Certified General Contractor, or a State Registered General Contractor the Bidder must be registered with the City of Sebastian. In any event, the Contractor shall contact the Administrative Assistant at the Building Department 772-589-5537 and insure compliance with all City ordinances, rules and regulations, including Building Permits if required. Lack of knowledge by the Bidder shall in no way be a cause for relief from responsibility. Failure to comply with the above may result in the rejection of the Bid. Two 21 conies of anv license or certification as reouired shall be submitted with the bidding documents. A certificate or letter showing compliance with the City's Contract Licensing requirements must be obtained from the City's Building Department, and is required on this project prior to execution of a contract, and shall be submitted to the Purchasing & Contract Manager with any payment/performance bonds which may be required. In essence, this authorizes you to perform work in the City of Sebastian. Any Sub-Contractor(s) must also be certified. The Citv of Sebastian is not reouirine bondine on this nroiect. END OF SECTION Page 13 of 37 ITB 423-13, BID HOME OF Pn CAN ISLMD SENIOR CENTER RE -ROOFING SECTION 4 — GENERAL CONDITIONS 4.1 QUESTIONS AND/OR REOUESTS FOR CLARIFICATION Any questions and/or requests for clarification regarding this Solicitation shall be submitted in writing to the Procurement/Contracts Manager via email at dwixonaa.citvofsebastian.ore. Bidders must clearly understand that the only official answer or position of the City will be the one issued by the Procurement/Contracts Manager via an Addendum. The Solicitation number and title shall be referenced on all correspondence, be sure to include the page and paragraph number for each question in order to ensure that questions asked are responded to correctly. All questions must be received no later than the time and date specified in the Request for Qualifications and At -A -Glance timetable. All responses to questions/clarifications will be published in the form of an Addendum. NO QUESTIONS WII.L BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. Addendum(s) will be made available on the City's website (www.citvofsebastian.oral, DemandStar www.demandstar.com) and VendorLink (www.vendorlink.com). It is the Bidder's sole responsibility to assure receipt of all (if any) Addenda. 4.2 EXCEPTIONS TO SPECIFICATIONS Request for exceptions to the specifications shall be listed in the Bid and shall reference the section. Any exceptions to any of the Conditions of this bid may be cause for the Bid to be considered non -responsive. 4.3 SUBCONTRACTORS AND EMPLOYEES The Bidder is required to identify any and all Sub -Contractors and/or suppliers that will be used in the performance of the Bid Agreement and to clearly identify in their Bid the percentages of Work to be performed by their Sub -Contractors. 4.4 WAIVER OF IRREGULARITIES The City may waive minor informalities or irregularities in Bids received where such is merely a matter of form and not substance, and the correction or waiver of which is not prejudicial to other Bidders. Minor irregularities are defined as those that will not have an adverse effect on the City's interest and will not affect the price or terms of the submission by giving a Bidder an advantage or benefit not enjoyed by other Bidders. 4.4.1.In no event will any such elections by the City be deemed to be a waiving of the required criteria for the requested services. 4.4.2.The Contractor who is selected for the Project will be required to fully comply with the Project criteria, regardless that the Solicitation may have been based on a variation. 4.4.3.Bidders shall identify separately all innovative aspects as such in the technical Solicitation. Innovation should be limited to Bidders means and methods, approach to Project, use of new products, and new uses for established products. 4.5 DELETION OR MODIFICATION OF SERVICES The City reserves the right to delete or modify any portion of the contracted services at any time with or without cause, and if such right is exercised by the City, the total costs shall be reduced at the same ratio as the estimated costs of the Services. Page 14 of 37 ITB #23-13, BID "°"" `" rtu " i'" v SENIOR CENTER RE -ROOFING 4.6 AVAILABILITY OF FUNDS The obligations of the City of Sebastian under this award are subject to the availability of funds lawfully appropriated for its purpose by the City Council of the City of Sebastian. 4.7 COUNCIL MEETINGS The awarded Bidder must be available to attend City Council meetings, when required. The awarded Bidder must be prepared to answer any questions and/or provide a presentation if requested by Council and/or authorized by City representative(s). The awarded Bidder is not required to attend the City Council meeting for recommendation of award, but attendance is welcome. The date and time of the City Council meeting will be publicly noticed. 4.8 NOTICE TO PROCEED The Contractor shall not commence any Work, nor enter a Worksite, until a written Notice to Proceed (NTP) directing the awarded Bidder to proceed with the Work has been issued by the City; 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. 4.9 PAYMENT — FLORIDA PROMPT PAYMENT ACT Payment shall be made in accordance with Section 218, Part VII of the Florida Statutes. 4.9.1 INVOICING The City shall provide partial payments for Work completed by the Contractor during various phases of the Work assignment in accordance with the unit pricing provided in their bid submittal subject to an agreement maximum or not to exceed amount. The Contractor shall provide fully documented invoices, which indicates the listed basic information. It shall be understood that such invoices shall not be authorized for payment until work is inspected by the respective City representative and payment is approved. All invoices shall contain the following basic information: 4.9.2 CONTRACTOR INFORMATION: • The name of the business organization as specified on the Contract between City and Contractor • Date of invoice • Invoice number • Contractor's Federal Identification Number on file with the State 4.9.3 CITY INFORMATION: • City Purchase Order Number and Bid Number 4.9.4 PRICING INFORMATION: • Unit price of the goods, services or property provided • Extended total price of the goods, services or property • Applicable discounts 4.9.5 GOODS OR SERVICES PROVIDED PER CONTRACT: • Description • Quantity Page 15 of 37 ITB #23-13, BID HOME OF PELICAN ISIAND SENIOR CENTER RE -ROOFING 4.9.6 DELIVERY INFORMATION: • Delivery terms set forth within the City Purchase Order • Location and date of delivery of goods, services or property Failure to submit invoices in the prescribed manner will delay Davment. The City will pay the contract price minus any liquidated damages, back charges and/or other damages to the Contractor upon final completion and acceptance. 4.10 SALES TAX Although the City of Sebastian is exempt from Federal and State Sales and Use taxes, Contractors or Vendors doing business with the City are not exempted from paying said taxes to their supplier for goods or services purchased to fulfill the contractual obligations with the City, nor shall any Contractor or Vendor be authorized to use the City's Tax Exemption Number in securing such materials. 4.11 TERMINATION FOR CAUSE OR CONVENIENCE The agreement resulting from this ITB can be terminated immediately for cause if Contractor is found to have failed to perform services in a manner satisfactory to the City; or the City may terminate without cause upon thirty (30) days' written notice to the Bidder. In the event of either termination, the Bidder shall be compensated for all services performed to the City's satisfaction. The City shall be sole judge of non-performance. 4.12 CO-OPERATIVE PURCHASING It is the intent of the Request for Qualification to secure goods or services to be used by the City of Sebastian. However, by virtue of bidding, the Bidder accepts the right of other Government Entities to "piggyback" purchase from this Bid by mutual consent and where applicable by law. Any such purchase shall be separate and apart from the City of Sebastian, and said City assumes no liability for such action. 4.13 DISCRIMINATION The Bidder shall not practice or condone personnel or supplier discrimination of any nature whatsoever, in any manner proscribed by Federal or State of Florida laws and regulations. The City of Sebastian will not knowingly do business with vendors, Bidders, or contractors who discriminate on those protected by state and federal law. Through the course of providing services to the City, Contractors shall affirmatively comply with all applicable provisions of Title VI of the Civil Rights Act of 1964, the Civil Rights Restoration Act of 1987 and the Florida Civil Rights Act of 1992, as well as all other applicable regulations, guidelines and standards. Any person who believes their rights have been violated should report such discrimination to the City. 4.14 PUBLIC RECORDS Section 119.01 Florida Statutes, et. Seq., the Public Records Law, provides that municipal records shall at all times be open for personal inspection by any person. Information and materials received by the City in connection with all Bidder's's responses shall be deemed to be public records subject to public inspection upon award, recommendation for award, or thirty (30) days after the bid opening, whichever occurs first. However, certain exemptions to the public records law are statutorily provided for in Section 119.07, F.S. Therefore, if the Bidder believes any of the information contained in his or her response is exempt from the Public Records Law, the Bidder must in his or her response specifically identify the material which is deemed to be exempt and cite the legal authority for the exemption, otherwise, the City will treat all materials received as public records. Page 16 of 37 ITB #23-13, BID Nome Of reuCAN ISLAND SENIOR CENTER RE -ROOFING IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT JEANETTE WILLIAMS, THE CUSTODIAN OF PUBLIC RECORDS AT 772-388-8215 / EMAIL iwilliams(a),citvofsebastian.ore CITY OF SEBASTAIN, 1225 MAIN STREET, SEBASTIAN, FLORIDA 32958. 4.15 PROTEST PROCEDURE Any actual or prospective bidder or Bidder who is aggrieved in connection with a competitive selection process may protest to the Procurement/Contracts Manager. The protest shall be submitted in writing within seven (71 calendar days after the Bidder knows or should have known of the facts giving rise to the protest. Failure of the Bidder to file a timely formal written protest within the time specified shall constitute a waiver by the Bidder of all rights to Protest. The formal written Protest shall provide documentation which shall specify in detail the nature of the grievance and the grounds upon which any relief, modification, or change is based. 4.15.1. Decision - If the protest is not resolved by mutual agreement, the Procurement/Contracts Manager shall promptly investigate the basis of the protest and, after consultation with the originating department, the City Attorney or any other person or entity deemed necessary, the Procurement/Contracts Manager shall issue a decision in writing. A copy of the decision shall be furnished immediately to the protestor and any other party determined by the Procurement/Contracts Manager to be directly affected by the decision. The decision shall: A. State the decision and the basis for the decision, and B. Set forth the protestor's right to administrative review. 4.15.2. Administrative Review — If the protestor disagrees with the decision of the Procurement/Contracts Manager, the protestor may appeal the decision to the City Manager, provided written notice of such appeal shall be submitted by the protestor to the Procurement/Contracts Manager within seven (7) calendar days of receipt of the decision to award. Any appeal of the decision by the City Manager shall be heard by the City Council or other appropriate administrative or legal body. 4.15.3. Slav of Procurement — In the event of a timely and properly filed protest, the Procurement/Contracts Manager shall not proceed further with the solicitation or award until all administrative remedies have been exhausted, or until the City Manager or City Council, as appropriate, makes a determination on the record that the award of a contract is necessary to protect substantial interests of the City. 4.16 LOCAL VENDOR PREFERENCE Effective October 14, 2009, City of Sebastian adopted a local vendor preference reference, Ordinance No. 09-13 as set forth below: Sec. 2-11. Local Vendor Preference Policy (a). Definitions. (1) Local business means the vendor has: a) A valid business tax receipt issued by the City of Sebastian, Indian River County, St. Lucie County, Martin County, Okeechobee County, Osceola County, or Brevard County at the time a bid or Bid is submitted, and Page 17 of 37 ITB #23-13, BID HOME OE PEnCAN 151AND SENIOR CENTER RE -ROOFING b) A physical address located within the local area, in an area zoned for the conduct of such business, from which the vendor is operating a significant portion of its business, and at which it maintains full-time employees. (2) Nonlocal business means any vendor that does not meet the definition of a business within the local area. (b) Establishment as local area business. To establish that a vendor is a local area business a vendor shall provide written documentation of compliance with the definitions for each such local business as defined in subsection (1) herein, at the time of submitting a bid or Bid. Post office boxes are not verifiable and shall not be used for the purpose of establishing the required physical business address. A vendor that misrepresents the local area status of its Bidder in a Bid or bid submittal to the city will lose the privilege to claim local preference status for a period of two years. (c) Local preference in purchasing and contracting. The City of Sebastian shall give preference to local area businesses in the purchase of commodities, person property, general services, personal property, professional services, and the purchase of or contract for construction or renovation of public works or other public improvements by means of competitive bid. The city shall give such preference to local area businesses in the following manner: (1) Competitive bid. Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined. When a qualified and responsive nonlocal business submits the lowest price bid, and the lowest bid submitted by a qualified and responsive local area business is within five percent of the lowest bid, then the lowest bidding local area business shall have the opportunity to submit an offer to match the price submitted by the lowest nonlocal area business Bidder. Within five working days after the posting of the qualified and responsive bids, any local area business that has submitted a qualified and responsive bid within five percent of the lowest bid by a nonlocal area business, and that wants the opportunity to match the lowest bid, shall submit a written offer to match the lowest bid. If the lowest local area business submits an offer that matches the lowest bid submitted, then the award shall be made to such local business. If the lowest local area business Bidder declines or is unable to match the lowest bids, then the option to do so moves to the next qualified and responsive local area business if its bid is within five percent of the lowest bids, and it is a qualified and responsive Bidder. If the lowest bid is submitted by a qualified and responsive local area business, there is no local vendor preference. If a qualified and responsive local area business accepts the opportunity to match the lowest bid of a nonlocal area business and that bid is based on unit price bid items and estimated quantities, then the unit prices for all bid items shall be reduced in proportion to the reduction in the local area business's total bid amount required to match the lowest total bid. (2) Ties. In the event of any tie in the final bid price between a qualified and responsive local area business, and a nonlocal area business, a contract award, or the first opportunity to negotiate, as applicable, shall be made to the local area business. In the event of any two businesses located within the City of Sebastian, or two businesses located within the greater local area, the local vendor with the greatest number of full - Page 18 of 37 OM1QSE�BAS_ HOME Of PELICAN ISLAND ITB #23-13, BID SENIOR CENTER RE -ROOFING time employees working in the City of Sebastian or the greater local area respectively shall be awarded the contract or receive the first opportunity to negotiate as applicable. (d) Exception to local vendor preference policy. The local preference policy set forth herein shall not apply to any of the following purchases or contracts: (1) Goods or services provided under a cooperative purchasing agreement or piggyback agreement; or (2) Purchases or contract which are funded, in whole or part, by a governmental entity and the laws, regulations, or policies governing such funding prohibit application of that preference; or (3) Purchases made or contracts let under emergency or noncompetitive situations, or for litigation related legal services, as described in the City's purchasing policies; or (4) Purchases or contracts with an estimated cost of $5,000.00 or less; or (5) Purchases or contracts where the difference between the amount of the low bid submitted by a qualified and responsive nonlocal area business and the lowest bid submitted by a qualified and responsive local area business is greater than $25,000.00; or (6) Where all bids are rejected. (e) Waiver of the application for local vendor preference policy. Any request for the waiver of local preference to any particular purchase or contract must be heard by the City Council prior to advertising the bid. The City Council, as the awarding authority, may approve the waiver of local preference upon review and at its discretion. (f) Comparison and review of qualifications. The preferences established herein no way prohibit the right of the City of Sebastian to compare and review the quality of materials bid for purchase, and to compare and review the qualifications, character, responsibility and fitness of all persons, Bidders or corporations submitting bids or Bids. Furthermore, the local preference established herein shall not prohibit the city from giving any other preference permitted by law in addition to the local preference contained herein. (g) Administration of local preference policy. This policy shall apply to all departments, functions and funds under the governance of the City of Sebastian, unless subsection (d) applies. (h) Dispute resolution. Any dispute arising under the provision of this section shall first be presented to the City Manager for determination. The decision of the City Manager shall be appealable to the City Council, and the decision of the City Council shall be final and binding on all parties. END OF SECTION Page 19 of 37 ITB #23-13, BID HOME Of PELWM1151AHO SENIOR CENTER RE -ROOFING SECTION 5 — FORMS MAILING LABEL Cut along the outer border and affix this label to the sealed envelope to identify it as a Sealed Solicitation Submittal. SEALED ITB • DO NOT OPEN SOLICITATION #: ITB #23-13 SOLICITATION TTTLE: SENIOR CENTER RE -ROOFING BID DUE DATE/TIME: Tuesday, August 15, 2023 @ 2:00 PM LOCAL TIME SUBMITTED BY: Bidder's Name Bidder's Address Bidder's Address DELIVER TO: City of Sebastian ATTN: Procurement Division 1225 Main Street Sebastian, Florida 32958 Page 20 of 37 ITB #23-13, BID HOME OF PELICAN 151AND SENIOR CENTER RE -ROOFING BID CHECKLIST Please use the following checklist as a reference document to confirm all requirements are met in your ITB submission. Please be advised that this checklist should not be interpreted as a comprehensive list of all information required by this Solicitation from prospective Bidders. It simply serves as a guide for the most significant documents to be included in the Bid and should be enhanced as deemed necessary. It is solely the Bidder's responsibility to read and understand all requirements and adhere to all issued Addenda. TAB #1— BID FORM & SCHEDULE (Refer to Sections 2.2 — 2.3) Bid Form, Page 37 Schedule: Include a detailed breakdown of your estimated schedule. TAB #2 — EXPERIENCE (Refer to Sections 1.4) Experience TAB #3 — INSURANCE & LICENSES (Refer to Sections 2.5 & 2.6) Certificate of Insurance (COI) Licenses TAB #4 — REQUIRED FORMS (Refer to Section 2.7) Contact Information Sheet — FORM A Addenda Acknowledgment — FORM B Reference List — FORM C Sub -Contractors - FORM D Bidder's Disclosure — FORM E Document Notification Affidavit - FORM F TAB #5 — REQUIRED SECTIONS Bidder Qualification Questionnaire, Page 34 Scope of Work & Compliance to Scope of Work Form, Page 36 PLEASE ENSURE THE MAILING LABEL IS AFFIXED TO THE SEALED ENVELOPE. IMPORTANT: Failure to submit the requested copies or complete and submit the required forms may result in submittal being deemed non -responsive and removed from consideration. Page 21 of 37 ITB #23-13, BID HOME Of PELCAN ISMD SENIOR CENTER RE -ROOFING CONTACT INFORMATION SHEET DUE DATE: Bids due on or before 2:00 PM LOCAL TIME: City of Sebastian ATTN: Procurement 1225 Main Street Sebastian, Florida 32958 ITB NO.: RELEASE #23-13 DATE: Senior Wednesday, Center Re- July 26, 2023 Roofing Tuesday, August 15, 2023 Check Addenda for any revised opening dates ITB TITLE: before submitting your Bid. Bid(s) received, after the date and time stated above, will not be opened. Bidder's Name and "Doing Business As", if applicable: CONTACT: Don Wixon, Procurement/Contracts Manager (772)388-8231 SENIOR CENTER RE -ROOFING Federal Tax Identification Number: Address: City: State: Zip Code: Telephone No: I Fax No: E-Mail Address of Authorized Representative: I certify that I have carefully examined the ITB document and associated documents, including Addenda, accompanying or made a part of this solicitation. I further certify that all information contained in this bid/Bid is truthful to the best of my knowledge and belief and that I am duly authorized to submit this bid/Bid on behalf of the Bidder names 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/Bid and prices will remain Bidder for a period of ninety-(90) days in order to allow the City adequate time to evaluate the bid/Bids. Signature of Authorized Representative (Manual) Name of Authorized Representative (Typed or Printed) Title The City reserves the right to reject any and all Bids, or to accept any Bid or portion thereof deemed to be in the best interest of the Citv, and to waive any non -substantial irregularities. Failure to fully complete and submit this Information Sheet may result in reiection of the submittal FORM A Page 22 of 37 Bidder's Name: ITB Title: ITB #23-13, BID SENIOR CENTER RE -ROOFING FORM B ADDENDA ACKNOWLEDGEMENT Phone #: SENIOR CENTER RE -ROOFING ITB #: 23-13 Bidder shall indicate below all Addenda received. Acknowledgement confirms receipt and understanding of issued Addenda. Bidder understands that failure to acknowledge any addenda issued may cause their Bid to be considered non -responsive. To confirm the number of addenda (if any), Bidder may contact the Procurement Division at (772) 388-8231. ADDENDDUM# DATE RECEIVED 1-1 No Addenda was received in connection to this solicitation. Print Preparer's Name: Title: Signature: Date: Failure to fully comolete. sign and submit this Form may result in reiection of the submittal Page 23 of 37 .a SEBASTKN HOME Of PELICAN ISLAND LIST Bidder's Name: ITB #23-13, BID FORM SENIOR CENTER RE -ROOFING I C List a minimum of three (3) client references that can speak to the Bidder's experience and performance, within the last five (5) years. The City will send Reference Check Surveys via email to the references provided. If the contact information is incorrect or the reference does not respond, the Bidder will lose points awarded for this criterion. Reference #1 Company Name: Location (City, State): Contact Person: Contact Number: Email Address: Dates of Service: 1 Services Provided: II 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: Failure to fully comalete and submit this List may result in resection of the submittal Page 24 of 37 ITB #23-13, BID SENIOR CENTER RE -ROOFING n SUB -CONTRACTORS LIST Bidder's Name: Phone #: ITB Title: SENIOR CENTER RE -ROOFING ITB #: 23-13 NOTE: List all sub -contractors and the percentages of work to be performed, you invited to bid on this project, whether they were selected or not. 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. The City reserves the right to inspect all facilities of any sub - Contractor in order to make a determination as to the foregoing. Company Work To Be Performed & Contact Telephone Name Percentage of Work to be Person Number Performed I affirm that sub-contractor(s) will not be used to complete projects under this agreement. Print Preparer's Name: Title: Signature: Date: Failure to fully complete, sign and submit this Form man result in reiection of the submittal Page 25 of 37 ITB #23-13, BID HOME OF PEUCM ISUND SENIOR CENTER RE -ROOFING 1 1 ; _ 11 mej_ JC The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter. Additional sheets may be attached if required. Bidder's Name: Address: Contact Person: Title: Phone No.: Email Address: Federal Identification No.: This Business is: O An Individual ( ) A Partnership ( ) A Corporation Bidder's License No., if applicable: *Attach certificate of status, competency, and/or state registration (1) Has your Bidder 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 ❑ (2) Has your Bidder, or any member of your Bidder, been declared in default, terminated or removed from a contract or job related to the services your Bidder provides in the regular course of business within the last five (5) ye YES 0 NO ❑ (3) Has your Bidder had against it or filed any request for equitable adjustment, contract claims, bid protest, or litigation in the past five (5) years that is related to the services your Bidder provides in the regular course of business? YES ❑ NO" (4) Describe each affiliation or business relationship with an employee, board member, elected official(s) or an immediate family member of any such person of the City of Sebastian. If none, write NONE. (5) Describe ANY other affiliation or business relationship that may cause a conflict of interest. If none, write NONE. FORM E If yes, state the nature of the request for equitable adjustment, contract claim, litigation, or protest, and state a brief description of the case, the outcome or status of the suit and the monetary amounts or extended contract time involved. I hereby certify that all statements made are true and I agree and understand that any misstatement or misrepresentation or falsification offacts shall be cause forforfeiture of righ tsforfurther consideration of this Bid for the City of Sebastian. Signature Date Failure to fullv complete, sign and submit this Disclosure may result in reiection of the submittal Page 26 of 37 ITB #23-13, BID FORM SENIOR CENTER RE -ROOFING F DOCUMENT NOTIFICATION AFFIDAVIT STATE OF COUNTY OF I, acknowledge that I have legal authorization (Printed Name) to contractually bind (Company Name) I acknowledge that as part of my response to this solicitation I have read and reviewed copies of the following documents/notifications, General Information Section, pages 4 through 8. • Conflict of Interest Disclosure Notification • No Lobbying Notification • No Collusion Notification • Immigration Laws Notification • Drug -Free Workplace Provisions Notification • Public Entity Crimes Notification • Debarment and Suspension Certification Notification. Bidder must submit their Profile Pase from SAM with their Bid. • Scrutinized Companies Notification • E-Verify Acknowledgement Notification. Bidder must submit their Profile Page from E-Verifv with their Bid. I hereby swear or affirm that I have read and that I understand and accept all the requirements and regulations imposed by the above -referenced documents and that I acknowledge and accept that the above -referenced documents and all terns and conditions contained therein are included in the response to this solicitation. Signature Date The foregoing Affidavit was subscribed and sworn to before me this day of . 2023, by who is personally known to me or who has produced as identification and who did take an oath. INoiaty Seal Notary Public Name: Notary Public Signature: Notary Commission Expiration: Failure to fullv complete, sien and submit this Affidavit may result in reiection of the submittal Page 27 of 37 ITB #23-13, BID " Lw"E"`""15` v SENIOR CENTER RE -ROOFING STATEMENT OF NO RESPONSE If your Bidder is does not intend on submitting a Bid, please complete and return this form prior to the Solicitation Opening date shown herein. Return by email (dwixon6 citvofsebastian.orel or by mail to: CITY OF SEBASTIAN ATTN:PROCUREMENT 1225 MAIN STREET SEBASTIAN, FLORIDA 32958 Company Name: Company Address: Phone Number: We are not responding to ITB #23-13 — SENIOR CENTER RE -ROOFING for the following reason (.$) (mark all that applies): Do not offer the good(N) or service(s) required Our schedule would not permit us to perform responsibly Unable to meet specifications/scope of work Unable to meet minimum requirements Insufficient time allowed for preparation of response Project/Budget too small Specifications unclear — too vague, rigid, etc. (please explain below) Other (please specify below) Lf7WuG AXI Signature Print Name / Title Date Page 28 of 37 ITB #23-13, BID HOME OF SENIOR CENTER RE -ROOFING SOLICITATION INFORMATION FORM Please submit this form to assist us in learning more about how our solicitation opportunities are most often found. Company's Name: Company Address: Phone No: Please tell us how you found out this Invitation to Bid was released/available (mark all that applies): Indian River Press Journal (TCPalm) DemandStar/Onvia City of Sebastian Web Site VendorLink Other (please specify below) REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Page 29 of 37 ITB #23-13, BID HOME OF PEaCM 151A D SENIOR CENTER RE -ROOFING SECTION 6 - SPECIAL TERMS AND CONDITIONS 6.1 General: Any increase to the work shall be performed only after execution of a written change order by the authorized Project Manager of the City and a revised purchase order. The awarded Contractor shall leave all work sites in a neat and orderly fashion at the end of each workday. The awarded Contractor shall be responsible for the pick-up of all rubbish and/or debris. Rubbish and/or debris shall not be deposited into the City's facilities refuse containers. Debris shall be completely removed and properly disposed of in a county landfill. At completion of work, the awarded Contractor will remove all work materials, tools, construction equipment and machinery from the work site and will leave the City facility in ready to use condition. The City of Sebastian reserves the right to inspect all work prior to payment and withhold payment due to unsatisfactory work. The awarded Contractor shall promptly correct all work rejected by an authorized City of Sebastian representative as defective. The awarded Contractor will bear all costs of correcting such rejected work. The awarded Contractor shall at all times enforce strict discipline and good order among their employees and agents and shall not employ anyone unskilled in the task assigned to them. The City of Sebastian sites are drug and alcohol free. The awarded Contractor who performs contractual services on the premises must advise their personnel for compliance purposes. The awarded Contractor will be responsible for the appearance of all working personnel assigned to the project at all times and their compliance with City's Policies and Rules. The awarded 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 this Project and indemnify City for same. 6.2 Preoaration: The awarded Contractor shall be responsible for all roof preparation or repair work that is required to complete the installation according to industry standards, manufacturer's written specifications and instructions, and Florida Building Codes. 6.3 Written Factory Certification: All bidders must include a written factory certification from the roofing manufacturer in their submittal. The written factory certification must state they are certified to install product(s) listed in the bid sheet submittal. Failure to include written factory certification from the roofing manufacturer may result in disqualification. 6.4 Service Times: The contractor shall notify the City's project manager within 24 (twenty-four) hours if service requirements will not be met. Service Work Times are as follows: 7:00 A.M. Local Time to 5:00 P.M. Local Time. Mondav through Friday. Saturday. Sundav and Night work is vrohibited unless agreed to by the Citv under an emergencv. Page 30 of 37 ITB #23-13, BID HOME OF PELICAN ISLAND SENIOR CENTER RE -ROOFING 6.5 Onsite Safetv Reouirements: 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 negligence on the part of the awarded Contractor, their employees or other agents. The awarded Contractor agrees to repair, at its own expense, any damage that was caused by the awarded Contractor, their employees or their agents. The Contractor must not drive or park equipment on grass, sidewalks, or patios, etc. If concerns are raised about excessively wet conditions on grassy areas, the Contractor must contact the Project Manager for recommendations or workarounds prior to commencing the work. The Contractor must show reasonable attempt, after notifying the Project Manager, to avoid damage to City property under all conditions. Any damages, including damage to finished surfaces and spilled liquids, resulting from the performance of the Agreement shall be repaired and/or cleaned to the satisfaction of the Project Manager. The City shall incur no costs for damage repairs. Any property damaged by the Contractor or a representative during the services shall be repaired or replaced to the satisfaction of the Project Manager or City, and at no cost to the City. The Contractor understands that all services described in this solicitation document shall be coordinated with the Project Manager and performed with minimal disruption to the functions of the center and Project Manager. The Contractor shall ensure that the performance of services shall not interfere with other department services, vehicular traffic or pedestrians. All services shall meet safety requirements for the department personnel, pedestrian and vehicular traffic and shall be left clean and in an orderly manner. Adequate barricades shall be erected and maintained all around areas where work is being conducted, and where equipment and materials are stored and used. 6.6 Protection of Worksite: The Contractor must protect all existing and newly installed work, materials, equipment, improvements, utilities, sidewalks, patios, grass, structures, and vegetation during the execution of goods and services under this Agreement. Adequate barricades shall be erected and maintained around areas where equipment and materials are stored and used. Any Contractor - damaged property shall be repaired or replaced to the satisfaction of the Project Manager or City. The Contractor must report to the City's Project Manager any damage found to any work at the job site. The Contractor shall be responsible for any loss or damage to its own materials, supplies and equipment, and to the personal property of its employees while they are maintained on the work site. A project shall not be completed until incurred damages, if any, have been repaired and the worksite is cleaned to the satisfaction of the Project Manager or City. Page 31 of 37 ITB #23-13, BID HOME OF PnKAN IRMO SENIOR CENTER RE -ROOFING 6.7 Debris: It shall be the sole responsibility of the Contractor to dispose of all construction debris at an authorized and county landfill and all incurred costs shall be home by the Contractor. Material cleared and disposed on adjacent or nearby property will not be considered as having been disposed of properly. The Contractor shall keep the premises free of debris and unusable materials resulting from their work. As work progresses, or upon request by the Project Manager, the Contractor shall remove such debris and materials from the property. The City dumpsters or recycling containers shall not be used. If the City's Project Manager determines Contractor is using the City's dumpster, Contractor shall incur pickup and dump fee. 6.8 Oversite/Ouality of Services: A City Project Manager will be assigned to oversee all assigned work (services) for adherence to schedules and service quality throughout the project's progression and submittal of final payment. The Project Manager will periodically inspect the work being performed to ensure compliance with the requirements of the Agreement. If the requirements are not satisfactorily being maintained, the City shall require the Contractor to correct any discrepancies, inconsistencies, or faults immediately at no additional cost to the City. The Contractor shall understand and agree to the following: 1) The 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; 2) The Contractor shall be responsible for all scheduling, receiving, storage, and placement of all materials; 3) The Contractor shall ensure that enough personnel, materials, means of transportation, and an adequate supply of tools and equipment to perform the services; 4) The Contractor shall provide a responsible, knowledgeable, English speaking worksite supervisor or representative, who has decision -making authority, at all times; 5) All services including modifications of required services requires the Contractor's written approval; 6) The 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; 7) The practice and materials utilized in the work within or adjacent to any structure must conform to all current Florida Building Codes in addition to any applicable local, state and federal regulations, codes and any City requirements. Contractor shall abide by all State of Florida Statutes. Page 32 of 37 ERAana .SSTLAN ITB #23-13, BID HOME OF PELICAN ISMD SENIOR CENTER RE -ROOFING 6.9 Warranty The Contractor shall warrant and guarantee all goods, labor and services for a period of no less than ten-(10) years 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 ten (10) years from the acceptance date and all rework shall be at no cost to the City of Sebastian. A "No Charge" invoice shall be submitted on all warranty repairs detailing the replaced goods including dimensions and quantity. The Contractor shall respond to all warranty requests within twenty-four (24) hours of notification. Repeated failure to meet the established and repair timeframes will be considered unsatisfactory under the terms of this agreement. Excessive instances of unsatisfactory service shall be cause for default. Warranty repairs must be accomplished within the service response time of twenty-four (24) hours and shall be fully completed to the satisfaction of the Project Manager and City within seven (7) working days. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Page 33 of 37 ITB #23-13, BID SENIOR CENTER RE -ROOFING SECTION 7 - BIDDER QUALIFICATION QUESTIONNAIRE (This form is not required to be included in the bid submittal. However, prior to any Contract Award, such Bidder Qualification Questionnaire must be completed and submitted by the Bidder, and reviewed and approved by the City.) Submitted by Name of Bidder General Contractor's License # Federal Identification # Principal Office Address: ( ) An Individual ( ) A Partnership ( ) A Corporation (1) How many years has your organization been in business as a contractor under your present name? (2) How many years' experience in Re -Roofing construction work has your organization had as a contractor? As a Subcontractor? (3) List below the requested information concerning projects your organization has completed in the last five (5) years for the type of work required in this project. (Use additional sheets if necessary). Include the type of work similar to the work included in this contract if possible. Project Contract Required Actual Title Amount ComDletion Date Comnletion Date Name/Address/Tel of Owner Page 34 of 37 ITB #23-13, BID HOME OF PEHCAN ISLAND SENIOR CENTER RE -ROOFING (4) Have you ever failed to complete any work awarded to you? If so, where and why? (5) Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract? If so, state name of individual, name of other organization, and reason therefore. (6) Has any officer or partner of your organization ever failed to complete any construction contract handled in his own name? If so, state name of individual, name of owner and reason therefore. (7) Give below any information which would indicate the size and capacity of your organization, including number of employees, equipment owned by your organization, etc., which are available for utilization on this Contract. (8) Has your company been in disputes or litigations in the last five (5) years over construction projects which are completed or still pending for completion? If so, describe the nature of the disputes or litigations and state the Owner's Name, Address, Telephone, and amount of disputes or litigations. (Use additional sheets if necessary.) Page 35 of 37 ITB #23-13, BID HOME OF PELICAN ISLAND SENIOR CENTER RE -ROOFING SECTION 8 - SCOPE OF WORK 1) Remove existing roofing to wood deck and replace any wood that is rotten. 2) Clean all surfaces meeting and exceeding City specifications, manufacturer's written specifications and instructions, industry standards and Florida Building Codes. 3) Fasten all wood deck to current City specifications, manufacturer's written specifications and instructions, industry standards and Florida Building Codes using ring shank nails. 4) Install self-adhesive modified sheet to entire deck (secondary water barrier). 5) Install 26 Gauge 5V Galvalume Metal to current Florida Building Code and manufacturer specifications and instructions. 6) The Roof package shall include all drip edges, valleys, and Ridge metal. 7) Install new Flashing at junction of roof to the wall of the art center building in accordance with current Florida Building Code and manufacturer specifications and instructions. 8) Price shall include disposal of all waste in a county landfill. COMPLIANCE TO SCOPE OF WORK FORM This Form is to record your bid material for the Re -Roofing Specifications. State "Comply" if the product you are bidding meets the specification, or list the Exemption if it does not comply with the specifications. Provide detailed information if you have bid an alternate. This sheet shall be completed and submitted with vour bid. 1) Remove existing roofing to wood deck and replace any wood that is rotten. 2) Clean all surfaces meeting and exceeding City specifications, manufacturer's written specifications and instructions, industry standards and Florida Building Codes. 3) Fasten all wood deck to current City specifications, manufacturer's written specifications and instructions, industry standards and Florida Building Codes using ring shank nails. 4) Install self-adhesive modified sheet to entire deck (secondary water barrier). 5) Install 26 Gauge 5V Galvalume Metal to current Florida Building Code and manufacturer specifications and instructions. 6) The Roof package shall include all drip edges, valleys, and Ridge metal. 7) Install new Flashing at junction of roof to the wall of the art center building in accordance with current Florida Building Code and manufacturer specifications and instructions. 8) Price shall include disposal of all waste in a county landfill. Page 36 of 37 Mx SEBASTIAN HOME OF PELCAN ISLAND SECTION 9 - BID FORM ITB #23-13, BID SENIOR CENTER RE -ROOFING I the undersigned have become familiar with all of the Bidding Documents incorporated herein and having attended a Pre -Bid Conference/Meeting, hereby proposes to perform everything required to be performed in strict conformity with the requirements of these documents, meeting and exceeding the City's specifications, manufacturer's written specifications and instructions, industry standards and Florida Building Codes for the prices stated below. The price(s) quoted is (are) inclusive of any Addenda which may have been issued prior to this submittal. By the signature below the Vendor agrees that this Bid is made without any other understanding, agreement, or connection with any person, corporation, or firm submitting a bid for the same purpose and that the bid is in all respects fair and without collusion or fraud. If awarded any work under this bid, the Vendor agrees to enter into said agreement within ten (10) consecutive calendar days' notice by the City, and agrees to all the terms and conditions of all documents stated herein with the City of Sebastian for the below stipulated price which shall remain firm for ninety (90) days following the bid opening date. Price and all work shall include complete removal and proper disposal, in a county landfill, of the existing roofing. Name of Product being used: Minimum Product Warranty: Minimum Labor Warranty: Mobilization Total Price: S Senior Center Roofing & Installation. Total Price: $ Turn-Kev Total Price Printed (GMP): S Turn-Kev Total Price Written (GMP): $ Plv,Tood decking replaced at S per square foot if necessary and agreed upon by ProEect Manager. Company Name Authorized Signature: Date: Printed Name: Address: Phone Number: E-Mail Address: Page 37 of 37 anOF IL a HOME OF PELICAN ISLAND July 31, 2023 Administrative Services Department Procurement Division 1225 Main Street Sebastian, FL 32958 (772)388-8232 ADDENDUM #1 TO THE CONTRACT DOCUMENTS FOR THE CITY OF SEBASTIAN PROJECT NAME AND NUMBER: ITB 23-13 — Senior Center Re -Roofing FROM: Don Wixon City of Sebastian 1225 Main Street Sebastian, Florida 32958 TO: All Parties Holdine Specifications Citv staff HIGHLY Recommends Bidders attend the Pre Bid Meeting as follows: A Non -Mandatory (Attendance Highly Encouraged) Pre -Bid Meeting and Site Visit will be held on Wednesday. Aueust 2. 2023. at 10:00 A.M. Local Time in the Citv of Sebastian Citv Council Chambers. Measurements by contractors will be taken at the Site Visit. Ql: What is the physical address of the Senior Center? Al: 1255 Main Street Q2: While the project can easily be completed within 25 days, the longest portion of the process tends to be the permitting process. What steps are contemplated by the City to have the permits issued in a timely fashion? A2: If all documents are submitted correctly, the City can generally turn a permit around in less than 48 hours. Q3: Based on the bid spec, we understand that the City wants to install a 5V roofing system. Would the City consider other roofing systems such as fastener flange to avoid issues such as screws backing out and causing leaks or otherwise compromising the roof? A3: The City cannot guarantee it will accept any material changes to the bid specifications, but the City will consider all bids, as submitted. Please be sure to include backup documentation supporting your bid. DATE: WRITTEN SIGNATURE: PRINTED SIGNATURE: COMPANY NAME: Page 1 of 1 oryoF CC ✓IEELAS-TON HOME OF PELICAN ISLAND August 3, 2023 Administrative Services Department Procurement Division 1225 Main Street Sebastian, FL 32958 (772)388-8232 ADDENDUM #2 TO THE CONTRACT DOCUMENTS FOR THE CITY OF SEBASTIAN PROJECT NAME AND NUMBER: ITB 23-13 — Senior Center Re-Roofmg FROM: Paul Chapline (Please contact the following until Monday. August 7, 2023) City of Sebastian 1225 Main Street Sebastian, Florida 32958 (772)321-6736 E-Mail: pchapline@cityofsebastian.org TO: All Parties Holding Specifications Ql: What buildings, breezeways and overhangs are being done? Al: All of the buildings, breezeways and overhangs located at 1255 Main Street that have shingles are expected to be completed. Leave out the gravel roof on the front building and the very west flat roof. Q2: Will the City be expecting the contractor to replace the roof vents? A2: Yes, the contractor is expected to replace the roof vents with like for like vents. Q3: What is the thickness of the plywood that you want the roofers to bid? A3: The City wishes for the contractors to install a price for 5/8 inch plywood in Section 9, Bid Form. DATE: WRITTEN SIGNATURE: PRINTED SIGNATURE: COMPANY NAME: Page I of I 01YOF .S-EBASTL HOME OF PELICAN ISLAND August 8, 2023 Administrative Services Department Procurement Division 1225 Main Streel Sebastian, FL 32958 (772)388-8232 ADDENDUM #3, REVISED TO THE CONTRACT DOCUMENTS FOR THE CITY OF SEBASTIAN PROJECT NAME AND NUMBER: ITB 23-13 — Senior Center Re -Roofing FROM: Don Wixon City of Sebastian 1225 Main Street Sebastian, Florida 32958 (772)388-8231 E-Mail: dwixon@cityofsebastian.org TO: All Parties Holdine SDecifications Ql: If the screws for the 5 V roofing system are driven through the current decking, the fasteners will be visible from the underside of the breezeways. How does the City wish to deal with the exposed underside of the breezeways? Does the City wish to include the required additional plywood decking in the base bid or handle it as a change order on a per sheet basis during the project? Al: Any screws going through the wood will be handled by the city Q2: How does the City wish to handle any fascia replacement required due to rotten fascia? Is there an amount of fascia replacement that should be included in the base bid or will all fascia replacement be handled as a change order during the project? Does the City have the paint or paint codes for the fascia and building? A2: Any fascia rot will be replaced by the contractor at the time of roof replacement upon the approval of the city. Please insert a fascia Der foot replacement cost $ if necessary and asreed upon by Proiect Manager. Q3. How does the City wish to handle the gutters currently attached to certain areas of the project? A3: Any gutters will be removed and re installed by the contractor. Pagel of 2 Q4: What buildings, breezeways and overhangs are being done? A4: All of the buildings, breezeways and overhangs located at and in conjunction with 1255 Main Street that have shin Wes are expected to be completed. Leave out the gravel roof on the front building and the very west small flat roof. Again, The entire roofing area of the rear building (Senior Center) including the bathroom and all walkway canopies that are shingled. The front main roof and small west flat roof are not included. Q5: What will be the metal color for the roof? Q5: Standard galvanized color. DATE: WRITTEN SIGNATURE: PRINTED SIGNATURE: COMPANY NAME: Page 2 of 2