Loading...
HomeMy Public PortalAboutITB - Sitework for Fire Training Tower - Final Page 1 of 25 CITY OF CRESTVIEW, FLORIDA INVITATION TO BID ISSUE DATE: 7/15/2022 City of Crestview, Florida 22-08-09 - PS City Clerk’s Office 198 N Wilson St. OPENING DATE: August 09, 2022 Crestview, Florida 32548 Telephone: (850) 682-1560 OPENING TIME: 2:00 p.m. Fax: (850) 682-8077 Website: http://www.cityofcrestview.org INVITATION TO BID The City of Crestview is releasing an Invitation to Bid for No. 22-08-09-PS: SITEWORK FOR FIRE TRAINING TOWER. Sealed bids will be opened and publicly read aloud at the City of Crestview City Hall, 198 N Wilson St, Crestview, Florida at 2:00 PM CST on August 09, 2022. Bids must be SUBMITTED ON THE FORMS FURNISHED BY THE CITY and in accordance with specifications and the list of quantities desired. Respondents are advised that from the date of release of this solicitation until award of the contract, no contact with City personnel related to this solicitation is permitted. All communications are to be directed to the City Clerk and sole contact listed below. Selected firms will be required to supply the City with copies of a current City of Crestview Business Tax Receipt, Liability Insurance and Workmen's Compensation coverage. It is the intent and purpose of the City of Crestview that this Invitation to Bid promotes competitive bidding. It shall be the bidder's responsibility to advise the City Clerk at the address noted in the Special Conditions, if any language, requirements, etc. or any combination thereof, inadvertently restricts or limits the requirements stated in this Invitation to Bid to a single source. Such notification must be submitted in writing and must be received by the City Clerk no later than ten (10) days prior to the Bid opening date. City of Crestview, Florida July 11, 2022 _____________________________ Maryanne Schrader, City Clerk Page 2 of 25 TABLE OF CONTENTS BID REQUESTED ............................................................................................................................. 1 TABLE OF CONTENTS .................................................................................................................. 2 SECTION 1 - FORMS ............................................................................................................... 3 - 10 COVER SHEET ..................................................................................................................... 3 INSTRUCTIONS FOR SUBMITTING BID .......................................................................... 4 BIDDER'S CERTIFICATION .............................................................................................. 5 ADDENDUM PAGE ............................................................................................................. 6 REFERENCES ....................................................................................................................... 7 DRUG-FREE WORKPLACE FORM ................................................................................... 8 PUBLIC ENTITIES CRIME FORM .............................................................................. 9 - 10 SECTION 2 - GENERAL CONDITIONS… ............................................................................ 11 - 16 SECTION 3 - SPECIAL CONDITIONS… .............................................................................. 17 - 20 INSURANCE REQUIREMENTS… ............................................................................ 19 - 20 SECTION 4 - TECHNICAL SPECS; SCOPE OF WORK ....................................................... 20 - 21 SECTION 5 - PRICING SHEET - 1PG ............................................................................................22 EXHIBIT A (Construction drawings) ............................................................................................. 23 NOTICE TO BIDDERS ................................................................................................................. 24 ACKNOWLEDGEMENT PAGE………………………………………………………………………....25 Page 3 of 25 SECTION 1.0 COVER SHEET (This completed form must appear as the top sheet for all bids submitted.) TITLE: 22-08-09-PS: SITEWORK FOR FIRE TRAINING TOWER ISSUE DATE: 7/15/2022_________ BID NO: ___22-08-09-PS__ Total Amount of bid or Base bid $ BID BOND – N/A Please specify -- All Items bid? Yes No Submitted by: BY: NAME OF BUSINESS SIGNATURE MAILING ADDRESS NAME & TITLE (type or print) CITY, STATE, ZIP CODE EMAIL ADDRESS ( ) ( ) TELEPHONE NUMBER FAX NUMBER Amount of Bid Bond (5% of base bid) $ Amount of Cashier's Check (5% of base bid) $ Amount of Certified Check (5% of base bid) $ Page 4 of 25 1.2 INSTRUCTIONS FOR SUBMITTING BID RESPONSE FOR 22-08-09-PS: 1.2.1 Bidders are expected to examine this bid form and all instructions. Failure to do so will be at the bidder's risk. 1.2.2 All prices and notations must be in ink or typewritten. No erasures are permitted. Mistakes may be crossed out and corrections typed adjacent and must be initialed and dated in ink by person signing bid. All bids must be signed with the firm name and by a responsible officer or employee. 1.2.3 Each bidder shall furnish all the information required on the bid form and each accompanying sheet on which he/she makes an entry. 1.2.4 Unit price for each unit bid shall be shown. A total shall be entered in the amount column for each item bid. In case of discrepancy between a unit price and extended price, the unit prices will be presumed to be correct. 1.2.5 Although the City generally awards bids based on a "lump sum" basis to the bidder submitting the lowest responsive and responsible total bid as shown on the Invitation to bid cover sheet, the City may choose to award on a "per group" or "per item" basis. Therefore, bidders must submit with their bids, all pricing pages on the forms provided, clearly indicating which items are bid and which are not. Failure to submit these pages will render such bid non-responsive. 1.2.6 Persons with disabilities needing a special accommodation to participate in this Invitation to Bid should contact the City Clerk, 198 N Wilson St, Crestview, Florida 32536, (850) 682-1560, at least seven days before the date the accommodation is necessary. BID CHECKLIST: Bidders are cautioned to assemble the bid packet using this check list: ______ Searchable .pdf (include a thumb drive) and one hard copy ______ Invitation to Bid Cover Sheet with Total Amount Bid Stated Signed Bidder's Certification Page Addendum Page References Completed Drug Free Workplace Form Invitation to Bid Price Schedule, Unit Price and Total Price Columns Completed Bid Envelope Prepared as Specified – (See Sec 2.11) SPECIAL ITEMS (APPLICABLE TO THIS BID ONLY): XX Insurance (See Special Conditions-Section 3.15) XX Exceptions to Specifications on company letterhead (See General Conditions Section 2.5) NOTE: PLEASE ENSURE THAT ALL DOCUMENTS ARE COMPLETED & SUBMITTED WITH YOUR BID IN ACCORDANCE WITH THIS INSTRUCTION SHEET. FAILURE TO DO SO MAY RESULT IN YOUR BID NOT BEING CONSIDERED FOR AWARD. Page 5 of 25 BIDDER’S CERTIFICATION – 22-08-09-PS I have carefully examined the Invitation to Bid, Instructions to bidders, General and Special Conditions, Vendor's Notes, Specifications, proposed agreement, and any other documents accompanying or made a part of this Invitation. I hereby propose to furnish the goods or services specified in the Invitation at the prices or rates quoted in my bid. I agree that my bid will remain firm for a period of up to ninety (90) days in order to allow the City adequate time to evaluate the bids. I certify that all information contained in this bid is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this bid on behalf of the vendor/contractor as its act and deed and that the vendor/contractor is ready, willing, and able to perform if awarded the bid. I further certify that this bid is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a bid for the same product or service; no officer, employee or agent of the City of Crestview or of any other bidder interested in said bid; and that the undersigned executed this bidder's Certification with full knowledge and understanding of the matters therein contained and was duly authorized to do so. NAME OF BUSINESS BY: Signature NAME & TITLE (type or print) MAILING ADDRESS CITY, STATE, ZIP CODE ( ) TELEPHONE NUMBER ( ) FAX NUMBER EMAIL ADDRESS DATE Page 6 of 25 ADDENDUM PAGE 22-08-09-PS The undersigned acknowledges receipt of the following addenda to the Documents (Give number and date of each): Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated FAILURE TO SUBMIT ACKNOWLEDGMENT OF ANY ADDENDUM THAT AFFECTS THE BID PRICES IS CONSIDERED A MAJOR IRREGULARITY AND WILL BE CAUSE FOR REJECTION OF THE BID. NAME OF BUSINESS BY: Signature NAME & TITLE (type or print) MAILING ADDRESS CITY, STATE, ZIP CODE ( ) TELEPHONE NUMBER ( ) FAX NUMBER DATE Page 7 of 25 REFERENCES – 22-08-09-PS Bidder shall submit as a part of the bid package, four (4) business references with name of the business, address, contact person, and telephone number. All references shall be for similar services that have been delivered within the last five (5) years. REGARDING PROPOSER / BIDDER: Name: Name: Contact: Contact: Address: Address: Telephone: Telephone: Email: Email: Name: Name: Contact: Contact: Address: Address: Telephone: Telephone: Email: Email: Page 8 of 25 DRUG-FREE WORKPLACE FORM 22-08-09-PS The undersigned vendor, on , 2022, in accordance with Section 287.087, Florida Statutes, certifies that [company] does: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Paragraph 1. 4. In the statement specified in Paragraph 1, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on or require the satisfactory participation in a drug assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of Paragraphs 1 through 5. Check one: As the person authorized to sign this statement, I certify that this firm complies fully with above requirements. As the person authorized to sign this statement, this firm does not comply fully with the above requirements. NAME OF BUSINESS: BY: SIGNATURE NAME & TITLE, TYPED OR PRINTED Page 9 of 25 PUBLIC ENTITY CRIME FORM – 22-08-09-PS (2 PAGES) SWORN STATEMENT UNDER SECTION 287.133 (3) (A) FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted with Proposal, Proposal or Contract # This sworn statement is submitted by whose business address is and (if applicable) Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement). My name is and my relationship to the entity named above is . I understand that a "public entity crime" as defined in Paragraph 287.133(a)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any proposal or contract for goods or services to be provided to any public entity or any agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. I understand that "convicted" or "conviction" as defined in paragraph 287.133(a)(b), Florida Statutes, means finding of guilt or a conviction of a public entity crime with or without an adjudication of guilt, in any federal or state trial court of records relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: • A predecessor or successor of a person convicted of a public entity crime (or) • An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one of shares constituting a controlling income among persons when not for fair interest in another person, or a pooling of equipment or income among persons when not for fair market value under a length agreement, shall be a prima facie case that one person controls another person. A person who was knowingly convicted of a public entity crime, in Florida during the preceding 36 months shall be considered an affiliate. Page 10 of 25 I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of the state or of the United States with the legal power to enter into a binding contract for provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active management of an entity. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. (Please attach a copy of the final order.) The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in public interest to remove the person or affiliate from the convicted vendor list. (Please attach a copy of the final order) The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by, or pending with, the Department of General Services.) (Signature) (Date) STATE OF: COUNTY OF: The foregoing instrument was sworn to (or affirmed), subscribed, and acknowledged before me by means of physical appearance or online notarization, this ___________ day of ___ 20_, by ____________who is personally known to me or has produced ____________ as identification. Notary Public My Commission expires Page 11 of 25 2.1 EXECUTION OF BID: Bid must contain a manual signature of an authorized representative in the space provided. Florida law requires that when a municipality enters into a contractual agreement with a corporation licensed to do business in the State of Florida, such agreement shall be signed by two (2) Corporate Officials (i.e., President, Vice President, Secretary, Treasurer) with the corporate seal affixed. It is also required that such execution be acknowledged before a Notary Public with Notary Seal affixed. If neither the aforementioned corporate officers nor the corporate seal is readily available, a letter of authorization can be submitted in lieu of these requirements. Such letter of authorization must be on the corporate stationery, must clearly state that the person who signed the referenced agreement is duly authorized to enter into such agreement on behalf of the corporation and must be signed by the corporate officials designated above. Failure to submit letter of authorization within two (2) weeks after notification of award may result in award to the next apparent low bidder. 2.1.1 In the case of a partnership, the agreement must be signed by a general or managing partner and notarized as outlined above. 2.1.2 In the case of a sole proprietorship, the owner must sign the agreement and have such execution notarized. 2.1.3 If you have any questions regarding the execution of the signature page, please feel free to contact the City Clerk at (850) 682-1560 for further clarification. 2.2 SUBMITTAL OF BIDS: Bids shall be submitted utilizing the bid form(s) provided by the City. All bids shall be properly executed with all blank spaces filled in. The signatures of all persons signing shall be in longhand. Erasures, interlineations, or other corrections shall be authenticated by affixing in the margin immediately opposite the correction the initials of a person signing the bid. If the unit price and the total amount named by a bidder for any item are not in agreement the unit price alone shall be considered as representing the bidder's intention, and the totals shall be corrected. 2.3. AMENDMENT OF THE INVITATION TO BID: It is the bidder’s responsibility to contact the City Clerk prior to submitting a bid to ascertain if any addenda have been issued, to obtain all such addenda, and return executed addenda with the bid (or complete and sign addenda acknowledgement form.) The failure of a bidder to submit acknowledgment of any addenda that affects the bid price(s), is considered a major irregularity and will be cause for rejection of the bid. 2.4 BIDDER'S CERTIFICATION FORM: Each bidder shall complete the "bidder's certification" form included with this invitation to bid and submit the form with the bid. The failure of a bidder to submit this document will be cause for rejection of the bid. 2.5 SPECIFICATIONS REQUIRED: All items quoted must be in compliance with the specifications. If you are taking exception, indicate those exceptions on company letterhead and attach to this invitation to bid. Page 12 of 25 2.6 PRICES, TERMS, and PAYMENT: All prices must be firm for the delivery schedule quoted in the specifications. Bids stipulating "Price in effect at time of shipment" or other similar conditions will be considered not responsive to the bid invitation and will not be accepted. All prices shall be quoted F.O.B. delivered to any City of Crestview department unless otherwise stipulated in the bid invitation. Bidder is requested to offer cash discount for prompt invoice payment. It is the policy of the City of Crestview to make payments of invoices in time to earn any offered cash discounts. Discount time will be computed from the date of satisfactory delivery at place of acceptance or from receipt of correct invoice at the Finance Department office, whichever is later. 2.7 DISCOUNTS: Bidders may offer a cash discount for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation purposes. Discount will be computed from the date of satisfactory delivery at place of acceptance or from receipt of correct invoice at the office specified, whichever is later. 2.8 EFFECTIVE PERIOD: Prices quoted in the bid must remain open for a period of ninety (90) days from the date of bid opening. 2.9 QUESTIONS REGARDING SPECIFICATIONS OR BIDDING PROCESS: 2.9.1 Respondents are advised that from the date of release of this solicitation until award of the contract, no contact with City personnel related to this solicitation is permitted. All communications are to be directed to the City Clerk and sole contact listed below in section 2.9.4. 2.9.2 Any questions related to interpretation of specifications, or the bid process shall be addressed to the City Clerk, in writing, in ample time before the period set for the receipt and opening of bids. No inquiries, if received within ten (10) days of the date set for the receipt of bids, will be given any consideration. Any interpretation made to prospective bidders will be expressed in the form of an addendum to the specifications which, if issued, will be conveyed to all prospective bidders no later than five (5) days before the date set for receipt of bids. Oral answers will not be authoritative. 2.9.3 It will be the responsibility of the bidder to contact the City Clerk prior to submitting a bid to ascertain if any addenda have been issued, to obtain all such addenda, and return executed addenda with the bid. 2.9.4 Direct inquiries to: Maryanne Schrader, City Clerk City of Crestview 198 N Wilson St, Crestview, Florida 32548 Telephone: (850) 682-1560 Email: cityclerk@cityofcrestview.org Website: http://www.cityofcrestview.org Page 13 of 25 2.10 SEALED BIDS: All bids must be submitted in a sealed envelope. The face of the envelope shall contain the date and time of the bid opening and the bid number. Bids not submitted on the City's bid forms may be rejected. All bids are subject to the conditions specified and on any attached sheets, specifications, special conditions, or vendor notes. 2.11 RECEIPT OF BIDS, DUE DATE: 2.11.1 Sealed bids shall be submitted to the Office of the City Clerk no later than 2:00 PM (CST), on August 09, 2022. Bids shall not be accepted after this time and date. Each bid shall be submitted in a sealed envelope marked with the bid number, title of the bid, and bid opening date. 2.11.2 Sealed bids are to be addressed as follows for either mail or hand delivery. Bids submitted by mail must be received by the City Clerk before the bid opening time. Maryanne Schrader City Clerk City of Crestview 198 N Wilson St Crestview, FL 32548 2.11.3 Cut out and use the label printed here, and affix to your OUTER sealed bid envelope to identify it as a “Sealed Bid.” 2.12 NO BID FORM: In the event you elect not to bid, please respond by returning the "NO BID" Response Form with the reason for not bidding. To qualify as a respondent, bidder must submit a "BID" or "NO BID" and it must be received no later than the stated bid opening date and time. Repeated failure to bid without sufficient justification shall be cause for removal of the supplier’s name from the bid list. 2.13 WITHDRAWAL OF BIDS: Bidders may withdraw a bid after it has been deposited with the City Clerk any time before the scheduled time for opening the bids. Deliver to: City Clerk – Crestview City Hall 198 N Wilson St. Crestview, FL 32548 SEALED BID SEALED ITB#: 22-08-09-PS DO NOT OPEN ITB TITLE: Sitework for Fire Training Tower DUE DATE/TIME:08/09/2022 2:00 PM – Central Time Page 14 of 25 2.14 BID OPENING: The bid opening shall be public, on the date and at the time specified on the bid form. It is the bidder’s responsibility to assure that their bid is delivered at the proper time and place of the bid opening. Bids which for any reason are not so delivered will not be returned but will be retained in the "BID FILE" unopened. Offers by telephone for a sealed bid cannot be accepted. 2.15 AWARD OR REJECTION OF BIDS: The contract will be awarded to the lowest responsive and responsible bidder(s) complying with all the provisions of the Invitation to Bid, provided the bid price is reasonable, and it is in the interest of the City to accept it. 2.15.1 The City of Crestview reserves the right to reject any or all bids and to waive any informality in bids received whenever such rejection or waiver is in the best interest of the City. The City of Crestview also reserves the right to reject the bid of a bidder who has previously failed to perform properly or complete, on time, contracts of a similar nature, or a bid of a bidder who an investigation shows is not in a position to perform the contract. 2.15.2 Award will be made in approximately ninety (90) days. It is incumbent on bidders to contact the City Clerk’s office at (850) 682-1560 to determine the successful bidder(s). Bidders or respondents who do not agree with the City Council’s award are afforded the opportunity to protest the recommendation by submitting a written vendor protest to the City Clerk’s office within three (3) business days after City Council has awarded the purchase. Failure to file a written vendor protest within three (3) business days shall constitute a waiver of proceedings under this policy. 2.15.3 In the best interest of the City, the right is reserved to make award(s) by individual items, group of items, all or none, or a combination thereof, with one or more suppliers; to reject any and all bids, or to waive any informality or technicality in bids received. 2.16 SELECTION / REJECTION OF OPTIONS / ALTERNATIVES: If an invitation to bid permits options or alternatives, the City reserves the right to select or reject any or all options or alternatives that are bid and as deemed to be in the best interests of the City. 2.17 PUBLIC ENTITY CRIMES: A person or affiliate, as defined in § 287.133, Florida Statutes, who has been placed on the convicted vendor list following a conviction for a public entity crime 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 submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in § 287.01, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. By submitting a bid, you are certifying your company is in compliance with § 287.133, Florida Statutes. Page 15 of 25 2.18 BID TABULATION & EVALUATION: Bidders may request copies of the bid tabulation documents via email, in person or by sending a stamped, self-addressed envelope with the bid. Bid Tabulations will not be provided by telephone. 2.19 TAX EXEMPT: The City does not pay federal excise and state sales taxes. The City’s tax exemption number is 85-8012621551C-8 and is included on all purchase orders. 2.20 POLITICAL SUBDIVISIONS CONTRACTS: Under Florida Law, prices contained in State Contracts shall be available to the City of Crestview, who might wish to purchase under a State Purchase Contract. The City reserves the right to purchase from a State Purchase Contract if in the best interest of the City. 2.21 MISTAKES: Bidders are expected to examine the specifications, delivery schedules, bid prices, and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk. 2.22 CONDITION and PACKAGING: It is understood and agreed that any item offered or shipped as a result of this bid shall be new and the current production model at the time of this bid, unless otherwise specified. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 2.23 SAFETY STANDARDS: Unless otherwise specified in the bid, all manufactured items and fabricated assemblies shall comply with applicable requirements and standards of the Occupational Safety and Health Act. 2.24 MARKING: Each individual container shall be marked with the brand name of the product, quantity and the name and address of the manufacturer. Each shipping container shall include the name of the vendor and must also clearly indicate the City of Crestview Purchase Order Number. 2.25 INVOICING AND PAYMENT: The supplier shall be paid upon submission of invoices to: Accounts Payable, City of Crestview, 198 N Wilson St, Crestview, Florida 32548. Invoices are to be billed at the prices stipulated on the purchase order and as outlined in this bid. All invoices must show the City of Crestview Purchase Order Number. 2.26 CONFLICT OF INTEREST: Any award of contract for this Invitation to Bid is subject to Chapter 112, Florida Statutes. All bidders must disclose with their bid the name of any officer, director, or agent who is also an employee of the City of Crestview. Further, all bidders must disclose the name of any City of Crestview officer, director, or employee who owns, directly or indirectly, an interest of ten percent (10%) or more of the bidder’s firm or any of its branches or who has any contractual relationship or agreement of any kind with the bidder. The bidder warrants that no one was paid a fee, commission, gift, or other consideration contingent upon receipt of an award for the services and/or supplies specified herein. Page 16 of 25 2.27 INSPECTION, ACCEPTANCE, AND TITLE: Inspection and acceptance will be at the destination point unless otherwise stipulated by the City. Title and risk of loss or damage to all items shall be the responsibility of the shipper (vendor) until accepted by the using department of the City of Crestview unless loss of damage results from negligence by the City of Crestview or its Departments. 2.28 DISPUTES: In case of any doubt or differences of opinion as to the items to be furnished pursuant to the specifications of this Invitation to Bid, the decision of the City of Crestview City Manager shall be final and binding on both parties. 2.29 LEGAL REQUIREMENTS: Federal, state, county and local laws, ordinances, rules, and regulations that in any manner affect the item(s) covered in the specifications of this Invitation to Bid shall apply. Lack of knowledge by the bidder will in no way be cause for relief from such responsibility. 2.30 LIABILITY: The vendor shall hold and save the City of Crestview, its officers, agents, and employees harmless from liability of any kind in the performance of or fulfilling the requirements of any purchase order which may result from this bid. 2.31 DRUG FREE WORKPLACE PREFERENCE: Pursuant to § 287.087, Florida Statutes, the City must give preference to businesses that have implemented a drug-free workplace programs whenever two or more bids, proposals, or replies are equal in price, quality, and service. If your business has implemented a drug free workplace program, you must provide a copy of all documents. 2.32 PUBLIC RECORDS - IF RESPONDENT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO RESPONDENT’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK – CITY OF CRESTVIEW 198 WILSON STREET NORTH CRESTVIEW, FLORIDA 32536 850-682-1560 cityclerk@cityofcrestview.org This area of page left intentionally blank. Page 17 of 25 SECTION 3 - SPECIAL CONDITIONS If marked, the following Special Conditions apply to this invitation to bid: N/A 3.1. PRE-BID MEETING – N/A XX 3.2 PERFORMANCE TIME: The Contractor shall complete the scope of work not later than NINETY (90) calendar days after NOTICE OF AWARD. XX 3.3 FAMILIARITY WITH SITE CONDITIONS: The responsibility for the determination of accurate measurements, the extent of work to be performed, and the conditions surrounding the performance thereof shall be the bidder's. Submission of a bid shall constitute acknowledgement by the bidder that he is familiar with all such conditions. Failure or neglect of a bidder to be familiar with the site of the proposed work shall in no way relieve the bidder from any obligations with respect to this bid. XX 3.4 RIGHT TO AUDIT RECORDS: The City shall be entitled to audit the books and records of the Contractor or any sub-contractor to the extent that such books and records relate to the performance of the Agreement or any sub-contract to the Agreement. Such books and records shall be maintained by the Contractor for a period of three (3) years from the date of final payment under the Agreement and by the sub-contractor for a period of three (3) years from the date of final payment under the sub-contract unless a shorter period is otherwise authorized in writing. XX 3.5 VALUE ENGINEERING: It is the intent of the City to award a contract to the lowest responsible bidder provided the bid has been submitted in accordance with the requirements of the bidding documents and does not exceed the funds available. In the event the lowest responsible bid exceeds the City’s established fixed construction cost, the City shall have the right to engage the lowest responsible bidder in value engineering in order to comply with the fixed construction cost. In no instance shall such value engineering exceed ten percent (10%) of the base bid or reduce the base bid to an amount less than the fixed construction cost in place at the time of bidding. XX 3.6 BIDDER QUALIFICATION: Bids will be considered from firms who have adequate personnel and equipment and who are so situated as to perform prompt service, Monday through Friday, except for City holidays. Bids will be considered only from firms which are regularly engaged in the business as described in this bid package; with a record of performance for a reasonable period of time, which have sufficient financial support, equipment, and organization to ensure that they can satisfactorily execute the service if awarded a Contract under the terms and conditions herein stated. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well-established company in line with the best business practice in the industry and as determined by the City. XX 3.7 INSPECTION: The City reserves the right to conduct an inspection of the bidder's facility and equipment prior to the award of the contract. XX 3.8 FISCAL YEAR FUNDING APPROPRIATION: Unless otherwise provided by law, a contract for supplies or services may be entered into for any period of time deemed to be in the best interest of the City, provided the term of the contract and conditions of renewal or extension, if any, are included in the solicitation and funds are available for the first fiscal period at the time of contract. Page 18 of 25 Payment and performance obligations for succeeding fiscal periods shall be subject to appropriation of adequate funds by City Council. XX 3.9 CANCELLATION DUE TO UNAVAILABILITY OF FUNDS: When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the contract shall be cancelled, and the contractor shall be entitled to reimbursement for the reasonable value of any nonrecurring cost incurred but not advertised in the price of the supplies or services delivered under the contract or otherwise recoverable. XX 3.10 EXECUTION OF CONTRACT: The successful bidder shall, within fifteen (15) calendar days after Notice of Award is issued by the City Clerk, enter into a contract with the City for the performance of work awarded and shall simultaneously provide any required bonds, indemnities, and insurance certificates. Failure to comply with the established deadline for submittal of required documents may be grounds for cancellation of the award. XX 3.11 FAILURE TO EXECUTE CONTRACT: Failure of the successful bidder to enter into a contract in the proscribed time may be cause for cancellation of the award to that bidder. To the fullest extent permitted by law, CONTRACTOR shall indemnify and hold harmless CITY, its officers and employees from liabilities, damages, losses, and costs including but not limited to reasonable attorney fees, to the extent caused by the delays in the performance of the contract, negligence, recklessness, or intentional wrongful conduct of the CONTRACTOR, and other persons employed or utilized by the CONTRACTOR in the performance of this Agreement. In the event that the award is cancelled, the award may then be made to the second lowest responsive and responsible bidder, or the City may reject all of the bids. Contractors who default are subject to suspension and/or removal from the Bidder's List. XX 3.12 FLORIDA PROMPT PAYMENT ACT: For purposes of billing submission and payment procedures, a "proper invoice" by a contractor, vendor, or other invoicing party shall consist of at least all of the following: 3.12.1 A description (including quantity) of the goods and/or services provided to the City (or a party on behalf of the City) reasonably sufficient to identify it (or them); 3.12.2 The amount due, applicable discount(s), and the terms thereof; 3.12.3 The full name of the vendor, contractor or other party who is supplying the goods and/or services including a mailing address in case of a dispute and a mailing address for payment purposes (if they are different) and a telephone number; 3.12.4 The Purchase Order or Contract Number as supplied by the City; and identification by office or department where and to whom the goods were delivered or services provided; 3.12.5 All invoices shall be sent to the Accounts Payable Division, City of Crestview, 198 Wilson St, Crestview, Florida, 32536. 3.12.6 The invoice must be based on a proper delivery, installation, or provision of the goods and/or services to and acceptance by the City; the vendor, contractor or other party who is supplying the goods and/or services has otherwise complied Page 19 of 25 with all of the contract's terms and conditions and is not in default of any of them; and if the contract requires any subcontractors or other parties to be bound by similar other "flow-down" requirements are in compliance with those requirements. XX 3.13 DISPUTE RESOLUTION: In the event a dispute occurs between a contractor, vendor, or other invoicing party ("invoicing party") and the City concerning payment of an invoice, the City department or office which has the dispute along with a representative of the City's City Clerk Division and the invoicing party shall meet to consider the disputed issues. The invoicing party shall provide to the City such material and information as the City may reasonably require. Any such procedure shall be initiated by either party notifying the other in writing of a dispute and stating with specificity its nature. This procedure shall commence not later than 45 days and be resolved not later than 60 days after the date on which the proper invoice was received by the City. If the issue cannot be resolved, then it will be submitted to the City Manager. Any decision by the City Manager shall constitute the final decision of the City regarding these matters and shall be communicated in writing to the invoicing party within three business days after such decision. 3.14 BOND REQUIREMENTS 3.14.1 Performance Bond equal to one hundred percent (100%) of the Contract price will be required. 3.14.2 Labor & Material Payment Bond equal to one hundred percent (100%) of the Contract price will be required. _ 3.14.3 Performance and Labor & Materials Payment Bonds shall accompany the contract be signed, sealed, and dated no earlier than the contract effective date and specifically refer to the contract by date. _ 3.14.4 Surety companies providing any bond must be listed in the latest Federal Register of the U.S. Department of Treasury, Circular 570, entitled “Surety Companies Acceptable on Federal Bonds”, or otherwise acceptable to the City. XX 3.15 INSURANCE: Bidders must be eligible for and provide evidence of insurance coverage, which equals or exceeds the City’s minimum standards for the project. All insurance required must be provided by a company licensed to do business in the State of Florida and with an A.M. best rating of at least A-. Proof of Insurance must accompany the signed contract. XX 3.15.1 Workers Compensation • Coverage A In conformity with Florida Statutes • Coverage B $500,000/$500,000/$500,000 XX 3.15.2 Commercial General Liability • Each occurrence for Bodily Injury/Property Damage $1,000,000 • Products/Completed Operations $1,000,000 • Annual Aggregate for Bodily Injury/Property Damage $2,000,000 • Products/Completed Operations $1,000,000 Page 20 of 25 XX All coverage above shall include the following provisions: • The City of Crestview shall be an additional insured. • The policy shall not be cancelled unless the City is given at least 30 days’ notice. • Any coverages which are eliminated, restricted, or reduced to less than what is commonly provided by standard I.S.O. forms must be indicated. XX 3.15.3 Business Automobile Liability Combined Single Limit - $1,000,000 XX This coverage shall include the following provisions: • The City of Crestview shall be an additional insured • The policy shall not be cancelled unless the City is given at least 30 days’ notice. • Any coverages which are eliminated, restricted, or reduced to less than what is commonly provided by standard I.S.O. forms must be indicated. • Symbol "1,2" (Any Auto) or equivalent, shall be used to designate insured autos. XX 3.16 SUBCONTRACTOR(S): Unless otherwise stated in the contract documents or the bidding requirements, the contractor, as soon as practicable after award of the contract, shall furnish in writing to the City the names of persons or entities, including those who are to furnish materials or equipment fabricated to a special design, proposed for each principal portion of the Work. The City will promptly inform the bidder in writing whether it has reasonable objection to any such proposed person or entity. The City may consider the use of any particular subcontractor when evaluating whether a bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference. XX 3.17 CONSTRUCTION OF SPECIAL CONDITIONS: If any specification or general condition of this Invitation to Bid conflicts with any Special Condition, the Special Condition shall have precedence over the General Condition. SECTION 4 – TECHNICAL SPECIFICATIONS 4.1 OVERVIEW – The City is seeking a qualified general contractor to complete the sitework for the fire training tower at,1198 West Edney Ave. Crestview, FL 32536. The selected contractor will be responsible for completing sitework in accordance with plans provided by Seaside Engineering And Surveying, LLC, and standard City Specifications. Bids shall be submitted for furnishing, delivering, and installing all materials, equipment, and services, including labor for the work described in the SCOPE OF WORK. The work is generally described as follows in the SCOPE OF WORK 4.2.1. 4.2 SCOPE OF WORK – 4.2.1 Grading, Paving, Curbing, Storm Water Conveyance, Retention Pond, Sodding, Silt Fencing Stabilization of Site Page 21 of 25 4.2.2 Contractor will provide the labor, materials, and equipment necessary to complete the sitework for the fire training tower required by the final drawings. 4.2.3 Contractor shall submit a construction staging plan acceptable to the City which provides a staging plan for temporary storage of materials and temporary traffic control during construction if necessary. 4.2.4 The contractor shall review all drawings, dimensions and site conditions and report any discrepancies in writing to the City. The contractor shall not change size or dimensions of structural members without written instructions from the City. 4.2.5 The contractor is solely responsible for job safety and construction procedures. 4.2.6 The City shall be responsible for obtaining all necessary local development permits for sitework for the fire training tower. Contractor shall hold all appropriate licenses within Okaloosa County and a City of Crestview Business Tax Receipt. 4.2.7 Contractor shall maintain all insurances as required by the bid document, through the completion of the scope of work. 4.2.8 Installation of water and sewer utilities may be added as a change order. 4.3 PRICING OPTIONS – The Bidder may provide a process for Owner Direct Purchases (ODP) where a reasonable amount of savings can be experienced 4.4 CONSTRUCTION DRAWINGS (7 pgs) (See Exhibit A) This Section of Page left intentionally blank. Page 22 of 25 SECTION 5 – PRICING SHEET - INCLUDE THIS FORM WITH BID SUBMISSION. INVITATION TO BID – 22-08-09-PS – Construction of Fire Training Tower You are invited to bid on the following: BIDDER NAME: Item No. Qty Unit Description Total Price 1 1 EA Labor and Materials for Sitework for Fire Training Tower $ $ NOTE 1: ALL items quoted must be in compliance with the specifications. If you are taking exception, indicate those exceptions on company letterhead and attach to this Invitation to Bid. 1. FOB Point: Delivered 2. Terms of Payment: (e.g., Net 45) To be determined 3. The City shall receive project completion notice within 90 days for the date Vendor receives Purchase Order or Notice to Proceed. Recheck your quotations prior to submission. Bids may not be changed after being opened. Page 23 of 25 22-08-09-PS SITEWORK FOR FIRE TRAINING TOWER Exhibit A Construction Drawings (7 pgs) See document posted as Exhibit A on www.cityofcrestview.org; or www.VendorRegistry.com. Page 24 of 25 CITY OF CRESTVIEW, FLORIDA NOTICE TO BIDDERS BID NUMBER: 22-08-09-PS Date: August 09, 2022 NOTICE IS HEREBY GIVEN: The City of Crestview will accept sealed bids at City Hall until May 19, 2022 at 2:00 p.m., local time, at which time all bids received will be opened and read aloud at the City Hall, 198 N Wilson St., Crestview, Florida, for the following: 22-08-09-PS: SITEWORK FOR FIRE TRAINING TOWER Copies of Bid Provisions and Bid Forms may be found at www.VendorRegistry.com or at the City of Crestview website at www.cityofcrestview.org. Additional technical information relative to this bid may be obtained from Maryanne Schrader, City Clerk, at (850) 682-1560 or cityclerk@cityofcrestview.org during normal business hours. The City of Crestview reserves the right to waive informalities in any bid; to make award(s) by individual item, group of items, all or none, or a combination thereof; to reject any and all bids or waive any minor irregularity or technicality in bids received, that in its judgment will be in the best interest of the City of Crestview. Mark outside of envelope: 22-08-09-PS: SITEWORK FOR FIRE TRAINING TOWER Note: Any bidder failing to mark the outside of the envelope, as set forth herein may not be entitled to have his bid considered. Address responses and deliver to: City of Crestview City Clerk 198 N Wilson St Crestview, FL 32548 The City of Crestview adheres to the Americans with Disabilities Act and will make reasonable accommodations for access to this meeting by a physically handicapped person upon notice 48 hours prior to the meeting. Please call the City Clerk, Maryanne Schrader, at 850-682-1560 or e-mail at cityclerk@cityofcrestview.org to make a request. Page 25 of 25 ATTACHMENT #1 CITY OF CRESTVIEW, FLORIDA INVITATION TO BID TITLE: 22-08-09-PS: SITEWORK FOR FIRE TRAINING TOWER LIABILITY & INDEMNIFICATION FORM To the fullest extent permitted by law, CONTRACTOR shall indemnify and hold harmless CITY, its officers and employees from liabilities, damages, losses, and costs including but not limited to reasonable attorney fees, to the extent caused by the delays in the performance of the contract, negligence, recklessness, or intentional wrongful conduct of the CONTRACTOR and other persons employed or utilized by the CONTRACTOR in the performance of this Agreement. ____________________________ __________________________ CONTRACTOR’s Company Name Authorized Signature – Manual ____________________________ __________________________ Physical Address Authorized Signature – Typed ____________________________ __________________________ Mailing Address Title ____________________________ __________________________ Phone Number FAX Number ____________________________ __________________________ Cellular Number After-Hours Number(s) ____________________________ __________________________ Email address DATE