Loading...
HomeMy Public PortalAboutEco-Sustainable Contract 9-26-19.pdfAGREEMENT WITH THE CITY OF TYBEE ISLAND, GA FOR THE JAYCEE PARK. WALKING PATH SURFACE INSTALLATION PROJECT 41 THIS AGREEMENT, made this N(a day of ��L , 2019, by and between the City of Tybee Island, GA, hereinafter called the "Owner" at P.O. Sox 2749, Tybee Island, GA 31328, and ECO Sustainable Contractor, Inc., hereinafter called the "Contractor", of 10314 Mt. Olive Road, Metter, GA 30439. WITNESSETH: WHEREAS, the City of Tybee Island, GA, has heretofore solicited proposals for all material, work and improvernents and for the doing of all things included within the hereinafter specified Jaycee Park Walking Path Surface Installation Project. WHEREAS, the City of Tybee Island, GA, did find that the Contractor was the lowest responsible, responsive and preferred offeror for the hereinafter specified Jaycee Park Walking Path Surface Installation Project (hereinafter "Project"). NOW, THEREFORE, for and in consideration of their mutual promises, covenants, undertakings, and agreements, the parties hereto do hereby agree as follows: ARTICLE I - WORK TO BE DONE BY CONTRACTOR Contractor agrees, at his awn cost and expense, to do all the work and furnish all the labor, materials, equipment, and other property necessary to satisfactorily do, construct, install, and complete all work and improvements for the Jaycee Park Walking Path Surface Installation Project for the City of Tybee Island, GA (Project), all in full accordance with, and in compliance with and as required by the hereinafter specified Contract Documents for said Contract, and to do, at his own cost and expense, all other things required of the Contractor by said Contract Documents for said work. SECTION B-2 1 AGREEMENT ARTICLE I I- CONTRACT DOCUMENTS The Contract Documents herein named include all of the following component parts, all of which are as fully a part of this Contract as if herein set out verbatim, subject to all stated exclusions, or, if not attached, as if hereto attached: 1.) Request for Proposal — RFP No. 2019-735 2.) Instructions, including Specifications and Requirements to Proposers 3.) Proposal of Preferred Materials, Inc. 4.) Agreement 5.) Technical Requirements 6.) Permits and Specifications as Determined by Engineer or City 7.) All Bonds, Insurance Certificates and Insurance Policies mentioned or referred to in the foregoing documents and/or attached hereto 8.) Any and all other documents or papers included or referred to in any of the foregoing documents including all Permits 9.) Any and all Addenda to the foregoing A EtT 1 C 1— Ili ,III- CONTRACT AMOUNT The Contractor agrees to receive and accept the unit prices as identified on the Contractor's proposal for a total anoint of $63,836.00. Such amount will be full compensation for furnishing all materials and equipment and for doing all work contemplated and embraced in this Agreement and for all loss or damage arising out of the nature of the work of the foresaid or from the action of the elements or from any unforeseen difficulties or obstructions which may arise to be accounted in the prosecution of the work until it is accepted by Owner for all risks of every description connected with the work and for well and faithfully completing the whole and entire work, in the manner and according to and in compliance with the Contract Documents as directed by the City or its engineer in accordance with these documents and for any and all other things required by the Contract Documents: See attachments hereto which are incorporated herein. ARTICLE IV- STARTING AND COMPLETION The Contractor shall, and agrees to, commence work for the Project within _ --calendar days after the Permitted start date of, 2019, and to complete fully all work required bythe Contract Documents to the point of Final Acceptance by the Owner within ____ Calendar days. SECTION B-2 2 AGREEMENT ARTICLE V- PAYMENT TO CONTRACTOR Owner agrees with said Contractor to employ, and does hereby employ, the said Contractor to provide the material and do all the work and do all other things herein above mentioned according to the terms and conditions hereinafter contained or referred to, for the prices aforesaid, and hereby contracts to pay Contractor at the time, in the manner and upon the conditions set forth or referred to in the Contract Documents; and the Owner and the Contractor for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE VI -INVALIDITY AND SEVERABILITY The invalidity of any provision included in any of the Contract Documents shall not be deemed to impair or affect in any manner the validity and enforceability of the remainder of the Contract Documents, and in such event, all the other provisions of the Contract Documents shall continue in full force and effect as if such invalid provision had never been included therein. Owner and Contractor agree that, in such event, the Contract Documents shall be reformed to replace the stricken provision or part thereof with a valid and enforceable provision that achieves, to the maximum extent possible, the intention of the stricken provision. ARTICLE V I I - CHOICE OF LAW AND FORUM SELECTION The Contract Documents shall be construed and controlled by and under the laws of the State of Georgia without regard to conflicts of laws principles. Further, any dispute arising out of or concerning the Contract Documents, or any action or inaction performed thereunder, shall be adjudicated in either (a) the United States Court for the Southern District of Georgia, Savannah Division; or (b) the State or Superior Courts of Chatham County, Georgia, and the parties waive any defenses of personal and/or subject matter jurisdiction to the aforesaid venues. IN WITNESS WHEREOF, the parties hereto have caused this Instrument to be executed in four original counterparts the day and year first above written. SECTION B-2 3 AGREEMENT (SEAL) (Contractor) Avast:--------___ �..._....__..__..�_�_ Title ---_..___-_-..___------ lot By: (Owner) Attest Title Approved Udmt2�day of 201: JbJEORTAW1 N=- If the Contractor is a corporation, the leo srarrw of the mon shell be sgt forth above together with a sigraume of the officer or officers autlsrized to sign Contracts an behalf of the corporation; if ODnOW is a co -p ntriership, the true nmrtc of tie fnm gull be get forth above roWAher with the signaturasof all the partners; and if Qnhumor is an individual, his signatures "I be placed above. if sigmum is by an aWnt other then an officer of a corporation or a net *w of a portae zhip, a power-of-attorney must be attached bemtm Signature of Oontsaotor shall also be aelrnawledged Wow a Notary PuWicar odd person autharimd by law to execuee such aalrnowledgtnent. SECTION 8-2 4 ACREMENT REQUEST FOR PROPOSAL RFP NO. 2019-735 PLEXITRAC SURFACE INSTALLATION PROPOSAL DUE: TUESDAY, JULY 30, 2019 by 3:00pm PRE -PROPOSAL MEETING: THURSDAY, JULY 11 at 11:00am CITY OF TYBEE ISLAND, GEORGIA JASON BUELTERMAN, MAYOR BARRY BROWN, MAYOR PRO TEM SHIRLEY SESSIONS M. -ilk 0711106 -mm JOHN BRANIGIN DOCUMENT CHECK LIST JULIE LIVINGSTON MONTY PARKS The following documents are contained in and made a part of this RFP Package, and are required to be submitted with the Proposal. It is the responsibility of the Proposer to read, complete and sign, where indicated. and return these documents with the Proposal.. FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION OF THE PROPOSER INTRODUCTION SPECIFICATIONS AND REQUIREMENTS INSTRUCTIONS TO PROPOSERS GENERAL INFORMATION TERMS AND CONDITIONS ATTACHMENTS: A. SIGNATURE SHEET; B. CONTRACTOR AFFIDAVIT; C. SAVE AFFIDAVIT; D. VENDOR INFORMATION; E. PROPOSAL SHEET; F. CHECKLIST INTRODUCTION This is a request for proposals to supply the City of Tybee Island, Georgia (sometimes hereinafter referred to as "Owner") with services as indicated herein. Sealed proposals must be received by 3:00pm local time, on Tuesday, July 30, 2019. The City of Tybee Island reserves the right to reject any or all proposals. A pre -proposal meeting will be held on Thursday, July 11, at 11:00am in the City Hall auditorium (403 Butler Ave, Tybee Island). Interested vendors are encouraged to attend, as they will have the opportunity to discuss specifications, visit the site, and ask questions. METHOD OF AWARD: The contract, if awarded, will go to the proposal deemed to provide the best value for the City. The award will take into account price among other factors as specified in this RFP. The City reserves the right to select the service provider which best meets the City's goals and objectives, needs, budget constraints, and quality levels, as well as its educational and service level expectations. The City reserves the right to award a contract to one or multiple vendors. Signature of proposer indicates understanding and compliance with the attached terms and conditions, and all other specifications made a part of this request, and any subsequent award or contract. All terms, conditions and representations made in this request will become an integral part of the contract. Nothing contained within this RFP is indicative of intent by the City of Tybee Island to reimburse the proposer, in whole or in part, for any costs associated with preparation, submission, or presentation of proposals. Instructions for preparation and submission of a proposal are contained in this RFP package. Please note that specific forms for submission of a proposal are required. Proposals must be typed or printed in ink. Any changes to the conditions and specifications must be in the form of a written addendum to be valid; therefore, the Purchasing Agent will issue a written addendum to document each approved change, and it will be posted on the City's website. Generally, when addenda are required, the proposal due date will be changed. The City of Tybee Island has an equal opportunity purchasing policy to assure all procurement procedures are conducted in a manner that provides maximum open and free competition. The City seeks to ensure that all segments of the business community have access to supplying the goods and services needed by the City. The City provides equal opportunity for all businesses and does not discriminate against any persons or businesses regardless of race, color, religion, age, sex, national origin or handicap. The City of Tybee Island is seeking a proposal package for service/materials equal to or exceeding specifications set forth on the attached pages. Those not meeting these standards will be rejected. The attached material specifications become and remain apart of this RFP. All responses, inquiries, or correspondence relating to, or in reference to, this RFP, and all reports, charts, displays, schedules, exhibits and other documentation by the proposers will become the property of the City when received. The City retains the right to use any or all ideas presented in any response to this RFP, whether amended or not. Selection or rejection of the proposal does not affect this right. SPECIFICATIONS AND REQUIREMENTS The City of Tybee Island is soliciting proposals for installation of a 3/8fl' inch thick Plexitrac SBR/EPDM latex material to cover and adhere to an existing asphalt walking path in Jaycee Park. The pathway is approximately 6 feet wide by 2,682 feet long, and the park is located at 30 Van Horn Ave, Tybee Island, Ga. Contractor must prepare the track in advance to remove roots and other potential tripping hazards, to insure both adhesion and a smooth finish. Contractor will supply all materials and perform all labor. In addition, contractor must do the following: 1. Provide material certificates, test reports, and MSDS sheets for all materials, signed by the manufacturer. 2. Provide material test reports for the following: o ASTM D -2859 — latest revision flammability rating to "PASS" o ASTME -303 — latest revision coefficient of friction to be no less than 70 wet and 90 dry. o Independent laboratory test showing that all components are free of phthalates, lead and other heavy metals identified by the Consumer Product Safety Commission for use around children. 3. Provide manufacture's product dates: Submit manufacturer's data with installation instructions. Provide cast samples of the complete system for verification: size 4" by 4". 4. Provide warranty: Submit for the city's acceptance, the manufacturer's standard warranty document executed by the authorized company official. The manufacturer's warranty is in addition to a required warranty by the city under contract documents. The warranty shall not be for less than 5 years with 10 years preferred. 5. Provide at least three (3) references to document manufacture/installation Company has the qualifications and experience with other projects of the scope and scale of this project. b. Provide a schedule for starting the project and completion with consideration of weather and environmental limitations. Requirement for Delivery, Storage and Handling of Resilient Materials 1. Deliver all material to Jaycee Park site in the manufacturer's original, unopened packaging and weather protected covering. 2. Storage and Protection: Store materials on free draining surface and dry locations. Pay particular attention to the possibility of water penetration from beneath. Protect all products from moisture, sunlight, dirt, oil and other contaminants. Requirements for Weather and Environmental Limitations 1. Install the surfacing system when the minimum ambient surface temperature is 40F or higher. Do not install when rainfall or temperatures less than OF are imminent. 1. INSTRUCTIONS TO PROPOSERS Purpose: The purpose of this document is to provide general and specific information for use in submitting a proposal to supply the City of Tybee Island with equipment, supplies, and/or services as described herein. All RFPs are governed by the Code of the City of T bee Island Georgia,15-2015 Sec 1, Art VII, Procurernent, Sec 2-400, and the laws of the State of Georgia. Proposers must carefully review all provisions of, and attachments to, this document prior to submission. Each proposal constitutes an offer and cannot be withdrawn except as provided herein. This RFP and any attachments, plans, and/or other related documents can be found on the City's website at https://www.ciiyofty_bee_.ory/Bids.aspx. It is incumbent upon the proposer to check the website for additional information and/or addendums. 1.1 How to Prepare Proposals: All Proposals must be: a. Prepared on the forms enclosed herewith, unless otherwise prescribed, and all documents must be submitted. b. Typewritten or completed with pen and ink, signed by the business owner or authorized representative, with all erasures or corrections initialed and dated by the official signing the Proposal. ALL SIGNATURE SPACES MUST BE SIGNED. 1.2 How to Submit Proposals: One original, and one electronic copy (usb flash drive) must be submitted in a sealed opaque envelope, plainly marked with the RFP number and title, and proposer's company name, to the office of the address below prior to the time specified. Include this entire RFP, and all required attachments, which can be found at the end of this document. • Include all requested documents, in addition to a W-9, certificate of insurance, and current business license. • Include at least three (3) references documenting your experience with similar projects. Include name of project, construction cost, location, and current reference contact information including name, phone number, and email address. In addition to the information above, submit a written and/or photographic description of how these projects relate to this RFP. • Include a 4"x4" sample of surface material color options, and technical specifications. All Proposals must be hand delivered, mailed, or sent by courier in sufficient time to ensure receipt by the Purchasing Agent on or before the time and date specified above. • Courier or hand deliver response package to: RFP 2019-735 TRACK SURFACE MELISSA FREEMAN TYBEE ISLAND CITY HALL 403 BUTLER AVE TYBEE ISLAND, GA. 31328 Proposals may be submitted via US Mail, but proposers choosing this method should allow at least an additional 24 hours for delivery: RFP 2019-735 TRACK SURFACE MELISSA FREEMAN CITY OF TYBEE ISLAND PO BOX 2749 TYBEE ISLAND, GA. 31328 FAXED OR EMAILED COPIES, OR PROPOSALS NOT RECEIVED BY THE TIME AND DATE SPECIFIED, WILL NOT BE OPENED OR CONSIDERED. 1.3 How to Submit an Objection: Objections from Proposers to this RFP or these specifications must be brought to the attention of the City of Tybee Island Purchasing Agent in the following manner: • Proposers must present their written objections to this RFP at least seven (7) days prior to the proposal due date • The objections contemplated may pertain to form and/or substance of the RFP documents. Failure to object in accordance with the above procedure will constitute a waiver on the part of the business to protest this RFP. 1.4 Errors in RFP responses: Proposers or their authorized representatives are expected to fully inform themselves as to the conditions, requirements, and specifications before submitting proposals. Failure to do so will be at the Proposer's own risk. In case of error in extension of prices in the proposal, the unit price will govern. 1.5 Questions concerning RFP: Questions, inquiries. suggestions, or requests concerning interpretation, clarification or additional information concerning any portion of this RFP must be made in a written e- mail, sent to the below named individual who will be the official point of contact for this RFP. Questions must be submitted at least seven days before the closing date. Mark subject line on e-mail "Questions on RFP 2019-735, Track Surface." POINT OF CONTACT: Melissa Freeman mfreeman@cityoftybee.org Failure of a Proposer to ask questions, request changes, or submit objections by the dates indicated above shall constitute the Proposer's acceptance of all of the terms, conditions and requirements set forth in this RFP. The issuance of a written addendum by the Procurement Officer is the only official method by which interpretation, clarification or additional information will be given. The City of Tybee Island will not be responsible for any oral representation given by any employee, representative or others. If the City of Tybee Island revises (amends) this RFP, the Procurement Officer will post a notice on the City's website https://www.cityoftybee.org/Bids.aspx Unless otherwise specified in the addendum, you must acknowledge each addendum in your proposal. Failure to acknowledge each addendum will prevent your proposal from being considered for award. It is solely your responsibility as a proposer to ensure that you have received all addenda and incorporated the changes into your proposal before submission. Unless otherwise specified in an addendum, the due date and time remains as listed above. Do not assume an addendum changes any time requirements. 2 GENERAL INFORMATION 2.1 Specifications: Any obvious error or omission in specifications will not inure to the benefit of the proposer but will put the proposer on notice to inquire of or identify the same from the City of Tybee Island. Whenever herein mentioned is made of any article, material or workmanship to be in accordance with laws, ordinances, building codes, underwriter's codes, A.S.T.M. regulations or similar expressions, the requirements of these laws, ordinances, etc., will be construed to be the minimum requirements of these specifications. 2.2 Standards for Acceptance of Proposal for Contract Award: City of Tybee Island reserves the right to reject any or all proposals and to waive any irregularities or technicalities in proposals received whenever such rejection or waiver is in the best interest of City of Tybee Island. City of Tybee Island reserves the right to reject the proposal of a proposer who has previously failed to perform properly or complete on time contracts of a similar nature, or a proposal from a proposer whom investigation shows is not in a position to perform the contract. 2.3 Proposer: Whenever the term "proposer" is used it will encompass the "person," "business," "supplier," "vendor," or other party submitting a proposal to City of Tybee Island in such capacity before a contract has been entered into between such party and City of Tybee Island. 2.4 Responsible 1 Responsive proposer: Responsible proposer means a person or entity that has the capability in all respects to perform fully and reliably the contract requirements. Responsive proposer means a person or entity that has submitted a proposal that conforms in all material respects to the requirements set forth in the RFP. 2.5 Compliance with Laws: The proposer and/or contractor will obtain and maintain all licenses, permits, liability insurance, workman's compensation insurance and comply with any and all other standards or regulations required by federal, state, county or city statute, ordinances and rules during the performance of any contract between the contractor and City of Tybee Island. Any such requirement specifically set forth in any contract document between the contractor and City of Tybee Island will be supplementary to this section and not in substitution thereof. 2.6 Contractor: Contractor or subcontractor means any person or business having a contract with City of Tybee Island. The ContractorNendor of goods, material, equipment or services certifies that they will follow equal employment opportunity practices in connection with the awarded contract as more fully specified in the contract documents. 2.7 State Licensing Board for General Contractors: If applicable, pursuant to Georgia law, any proposer must be a Georgia licensed General Contractor (Contractor work or activity that is unlimited in scope regarding any residential or commercial projects). 2.8 Security & Immigration Compliance: On 1 July 2007, the Georgia Security and Immigration Compliance Act (SB 529, Section 2) became effective. All contractors and subcontractors with 100 or more employees entering into a contract or performing work must sign an affidavit that he/she has used the E -Verify System. E -Verify is a no -cost federal eMployMent verification s stem to insure employment eligibility. No proposals will be considered unless a signed E -Verify Affidavit is enclosed with the submittal package. Affidavits are enclosed in this solicitation. You may download M-274 Handbook for Employers at hLtp://vv-ww.dol-state.ga.us/st)otlight/employment/ruies. You may go to http://www.uscis.gov to find the E -Verify information. Systematic Alien Verification for Entitlements (SAVE) Program: O.C.G.A. 50-36-1 required Georgia cities to comply with the federal Systematic Alien Verification for Entitlements (SAVE) Program. SAVE is a federal program used to verify that applicants for certain "public benefits" are legally present in the United States. Contracts with the City are considered "public benefits." Responders are required to provide the Affidavit Verifying Status for City of Tybee Benefit Application prior to receiving any City contract. The affidavit is included as part of this RFP package. Protection of Resident Workers. City of Tybee Island actively supports the Immigration and Nationality Act (INA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers can hire only persons who can legally work in the United States (i.e.. citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of any hiree, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor will establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perforin such services or employment. 2.9 Permitting and Approvals: The contractor that is awarded the contract will be responsible for securing all necessary federal, state and local approvals required for the proj ect. 2.10 Prices to be Firm: Proposer warrants that proposal prices, terms and conditions quoted in his proposal will be firm for acceptance for a period of six 60 days from proposal opening date, unless otherwise stated in the RFP. 2.11 Completeness: All information required by the RFP must be completed and submitted to constitute a proper proposal. 2.12 Quality: All materials, or supplies used for the construction necessary to comply with this RFP will be of the best quality, and of the highest standard of workmanship. Workmanship employed in any construction, repair, or installation required by this RFP will be of the highest quality and meet recognized standards within the respective trades, crafts and of the skills employed. 2.13 Guarantee/Warranty: Unless otherwise specified by the City of Tybee Island, the Proposer will unconditionally guarantee the materials and workmanship for one (1) year on all material and/or services. If, within the guarantee period, any defects occur which are due to faulty material and or services, the contractor at his expense, will repair or adjust the condition, or replace the material and/or services to the complete satisfaction of the City of Tybee Island. These repairs, replacements or adjustments will be made only at such time as will be designated by the City of Tybee Island as being least detrimental to the operation of the City. 2.14 Liability Provisions: Where proposers are required to enter or go onto City of Tybee Island property to take measurements or gather other information in order to prepare the Proposal as requested by the City, the proposer will be liable for any injury, damage or loss occasioned by negligence of the proposer, his agent, or any person the proposer has designated to prepare the proposal and will indemnify and hold harmless City of Tybee Island from any liability arising there from. The contract document specifies the liability provisions required of the successful proposer in order to be awarded a contract with City of Tybee Island. 2.15 Cancellation of Contract: The contract may be canceled or suspended by City of Tybee Island in whole or in part by written notice of default to the Contractor upon non- performance or violation of contract terms. An award may be made to the next higher ranked Proposer, for articles and/or services specified or they may be purchased on the open market. The defaulting Contractor (or his surety) will be liable to City of Tybee Island for costs to the City of Tybee Island in excess of the defaulted contract prices. See the contract documents for complete requirements. 216 Certification of Independent Price Determination: By submission of this proposal, the Proposer certifies, and in the case of a joint proposal each parry thereto certifies as to its own organization, that in connection with this procurement: a. The prices in this proposal have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other proposer or with any competitor; b. Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the proposer and will not knowingly be disclosed by the proposer prior to opening, directly or indirectly to any other proposer or to any competitor; and C. No attempt has been made or will be made by the proposer to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition. 2.17 Qualification of Business (Responsible Proposer): the Scope of Work, specifications and plans define a responsible Proposer as one who meets, or by the date of the proposal acceptance can meet, certifications, all requirements for licensing, insurance, and registrations, or other documentation required. The City has the right to require any or all proposers to submit documentation of the ability to perform, provide, or carry out the service or provide the product requested. The City has the right to disqualify the proposal of any proposer as being unresponsive or un -responsible whenever such Proposer cannot document the ability to deliver the requested product or service. 2.18 Insurance Provisions, General: The selected proposer to whom the contract is awarded will be required to procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property that may arise from, or in connection with, the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance must be included in the proposal. a. General Information that must appear on a Certificate of Insurance: i. Name of the Producer (proposer's insurance Broker/Agent). ii. Companies affording coverage (there may be several). iii. Name and Address of the Insured (this is the Company or Parent of the firm the City is contracting with). iv. A Summary of all current insurance for the insured (includes effective dates of coverage). V. A brief description of the operations to be performed, the specific job to be performed, and the contract number. vi. Certificate Holder City of Tybee Island as an Additional Insured: The City of Tybee Island :must be named as an Additional Insured. b. Minimum Limits of Insurance to be maintained for the duration of the contract: i. Commercial General Liability: Provides protection against bodily injury and property damage claims arising from operations of a Contractor. This policy coverage includes premises and operations, use of independent contractors, products/completed operations, personal injury, contractual, broad form property damage, and underground, explosion and collapse hazards. Minimum limits: $2,000,000 bodily injury and property damage per occurrence and annual aggregate. ii. Worker's Compensation and Employer's Liability: Provides statutory protection against bodily injury, sickness or disease sustained by employees of the Contractor while performing within the scope of their duties. Employer's Liability coverage is usually included in Worker's Compensation policies, and insures common law claims of injured employees made in lieu of or in addition to a Worker's Compensation claim. Minimum limits: $500,000 for each accident, disease policy limit, and disease each employee and Statutory Worker's Compensation limit. iii. Business Automobile Liability: Coverage insures against liability claims arising out of the Contractor's use of automobiles. Minimum limit: $2,000,000 combined single limit per accident for bodily injury and property damage. Coverage must be written on an Any Auto basis. C. Special Requirements: i. Extended Reporting Periods: The Contractor must provide the City of Tybee Island with a notice of the election to initiate any Supplemental Extended Reporting Period and the reason(s) for invoking this option. ii. Reporting Provisions: Any failure to comply with reporting provisions of the policies will not affect coverage provided in relation to this request. iii. Cancellation: Each insurance policy that applies to this request must be endorsed to state that it will not be suspended, voided, or canceled, except after thirty (30) days prior to written notice by certified mail, return receipt requested, has been given to the City of Tybee Island. iv. Proof of Insurance: City of Tybee Island must be furnished with certificates of insurance and with original endorsements affecting coverage required by this request. The certificates and endorsements are to be signed by a person authorized by the insurer to bind coverage on its behalf. All certificates of insurance are to be submitted prior to, and approved by, the City of Tybee Island before services are rendered. The Contractor must ensure Certificate of Insurance is updated for the entire term of the City of Tybee Island contract. V. Insurer Acceptability: Insurance is to be placed with an insurer having an A.M. Best's rating of A and a five (5) year average financial rating of not less than V. If an insurer does not qualify for averaging on a five-year basis, the current total Best's rating will be used to evaluate insurer acceptability. vi. Lapse in Coverage: A lapse in coverage will constitute grounds for contract termination by the City of Tybee Island Mayor and Council. vii. Deductibles and Self -Insured Retention: Any deductibles or self-insured retention must be declared to, and approved by, the City of Tybee Island. At the option of the City of Tybee Island, either: the insurer will reduce or eliminate such deductibles or self-insured retention as related to the City of Tybee Island, its officials, officers, employees, and volunteers; or the Contractor will procure a bond guaranteeing payment of related suits, losses, claims, and related investigation, claim administration and defense expenses. 2.19 Compliance with Specification - Terms and Conditions: The RFP, Legal Advertisement, General Conditions and Instructions to Proposers, Specifications, Special Conditions, Addendum, and/or any other pertinent documents form a part of the Proposal and by reference are made a part hereof 2.20 Signed Proposal Considered Offer: The signed Proposal will be considered an offer on the part of the Proposer, which offer will be deemed accepted upon approval by the City of Tybee Island Mayor and Council, Purchasing Agent or designee, as may be applicable. In case of a default on the part of the Proposer after such acceptance, the City of Tybee Island may take such action as it deems appropriate, including legal action, for damages or lack of required performance. 2.21 Notice to Proceed: The successful proposer must not commence work under this RFP until a written contract is awarded and a Notice to Proceed is issued by the Purchasing Agent or his designee, or as specified in the Special Conditions. If the successful Proposer does commence any work or deliver items prior to receiving official notification, he does so at his own risk. 2.22 City/County Occupation Tax Certificate Requirement: Contractor must supply a copy of their Occupational Tax Certificate as proof of payment of the occupational tax where their office is located. In addition, contractors are required to obtain an occupation tax certificate from the City of Tybee Island for a fee of $20, if contractor's office is not located on Tybee Island. Please contact Sharon Shaver for additional information at 912-472-5072 or in person at Tybee Island City Hall 403 Butler Ave, Tybee Island, Ga 2.23 Protest Policy: Any proposer who is aggrieved in connection with a solicitation or award of a contract may appeal the decision to the Purchasing Agent no later than 48 hours prior to the date the award recommendation is scheduled to be approved by City Council. Recommendations to Council are posted on the preliminary agenda on the City's website on the Thursday prior to the Council meeting date. It is the proposer's responsibility to ascertain the City's recommendation for award. The appeal must include the name and address of the protestant, the solicitation number, a statement of the grounds for protest, and specify the ruling requested from the purchasing office. Awards will be held at bay until the protest is resolved. 2.24 Payment to Contractors: Instructions for invoicing the City of Tybee Island for products delivered to the City are specified in the contract document. a. Questions regarding payment may be directed to the Accounting Department at 912- 472-5024 or City of Tybee Island's Project Manager as specified in the contract documents. b. Contractors will be paid the agreed upon compensation upon satisfactory delivery of the products or completion of the work as more fully described in the contract document. C. Upon completion of the work or delivery of the products, the Contractor will provide the City of Tybee Island with an affidavit certifying all suppliers, persons or businesses employed by the Contractor for the work performed for the City of Tybee Island have been paid in full. d. City of Tybee Island is a tax-exempt entity. Every contractor, vendor, business or person under contract with City of Tybee Island is required by Georgia law to pay State sales or use taxes for products purchased in Georgia or transported into Georgia and sold to City of Tybee Island by contract. Please consult the State of Georgia, Department of Revenue, Sales and Use Tax Unit in Atlanta (404) 656- 4065 for additional information. 2.25 Owner's Rights Concerning Award: The Owner reserves the right, and sole and complete discretion to waive technicalities and informalities. The Owner further reserves the right, and sole and complete discretion to reject all proposals, and any proposal that is not responsive or that is over the budget, as amended, or that fails to suit the needs of the City as determined by the Owner in its sole discretion. In judging whether the Proposer is responsible, the Owner will consider, but is not limited to consideration of, the following: a. Whether the Proposer or principals are currently ineligible, debarred, suspended, or otherwise excluded from contracting by any state or federal agency, department, or authority; b. Whether the Proposer or principals have been terminated for cause or are currently in default on a public works contract; C. Whether the Proposer can demonstrate a commitment to safety with regard to Workers' Compensation by having an experience Modification Rate (EMR) over the past three years not having exceeded an average of 1.2; and d. Whether the Proposer's past work provides evidence of an ability to successfully complete public works projects within the established time, quality, or cost, or to comply with the Proposer's contract obligations. 2.26 Debarred or Suspended Subcontractors: Contractor will not subcontract, and will ensure that no subcontracts are awarded at any tier, to any individual, firm, partnership, joint venture, or any other entity regardless of the form of business organization, that is on the Federal Excluded Parties List System (EPLS) at https://www.epls.gov or the State of Georgia, DOAS, State Purchasing Exclusion listing, or other local government entity. This includes pending litigation or claims with the City or other government entities. Contractor will immediately notify City of Tybee Island in the event any subcontractor is added to a Federal, State or other Government Entity listing after award of the subcontract. 2.27 Cone of Silence: Lobbying of Procurement Evaluation Committee members, City employees, and elected officials regarding this product or service solicitation, Request for Proposal (RFP) or contract by any member of a proposer's staff, or those people employed by any legal entity affiliated with an organization that is responding to the solicitation is strictly prohibited. Negative campaigning through the mass media about the current service delivery is strictly prohibited. Such actions will cause render your proposal invalid. 2.28 Georgia Open Records Act: The responses will become part of the City of Tybec Island's official files without any obligation on the City of Tybee Island's part. Ownership of all data, materials and documentation prepared for and submitted to City of Tybee Island in response to a solicitation, regardless of type, will belong exclusively to City of Tybee Island and will be considered a record prepared and maintained or received in the course of operations of a public office or agency and subject to public inspection in accordance with the Georgia Open Records Act, Official Code of Georgia Annotated, Section 50-18-70, et. Seq., unless otherwise provided by law. It is the responsibility of the Proposer to notify the City of any documents turned over which contain trade secrets or other confidential matters. A Proposer submitting records which the entity or person believes contains trade secrets that wishes to keep such records confidential pursuant to O.C.G.A. § 50-19-72(34) will submit and attach to the records an affidavit affirmatively declaring that specific information in the records constitute trade secrets pursuant to Article 27 of Chapter 1 of Title 10 of the Official Code of Georgia. Proposals will not be opened in public, and the information is exempt from disclosure, including the Open Records Act, until the RFP has been awarded, or all proposals have been rejected. City of Tybee Island will not be held accountable if material from responses is obtained without the written consent of the proposer by parties other than the City of Tybee Island, at any time during the solicitation and evaluation process. 2.29 Georgia Trade Secret Act of 1990: In the event a Proposer submits trade secret information to the City of Tybee Island, the information must be clearly labeled as a Trade Secret. The City of Tybee Island will maintain the confidentiality of such trade secrets to the extent provided by law. 2.30 Contractor Records: The Georgia Open Records Act is applicable to the records of all contractors and subcontractors under contract with the City of Tybee Island. This applies to those specific contracts currently in effect and those that have been completed or closed for up three (3) years following completion. 2.31 Method of Compensation: The compensation provided for herein will include all claims by the contractor for all costs incurred by the contractor in the conduct of the Project as authorized by the approved Project Compensation Schedule and this amount will be paid to the contractor after receipt of the invoice and approval of the amount by the City of Tybee Island. The City will make payments to the contractor within thirty (30) days from the date of receipt of the contractor's acceptable statement on forms prepared by the contractor and approved by the City of Tybee Island. Should the Project begin within any one month, the first invoice Nvill cover the partial period from the beginning date of the Project through the last day of the month (or on a mutually agreeable time) in which it began. The invoices will be submitted each month until the Project is completed. Invoices will be itemized to reflect actual expenses for each individual task; also refer to the requirements concerning changes, delays and termination of work pursuant to provisions of the contract. Each invoice will be accompanied by a summary progress report, which outlines the work accomplished during the billing period and any problems that may be inhibiting the Project execution. The terms of this contract are intended to supersede all provisions of the Georgia Prompt Pay Act. As long as the gross value of completed work is less than 50% of the total contract amount, or if the contractor is not maintaining his construction schedule to the satisfaction of the engineer, the City of Tybee Island will retain 10% of the gross value of the completed work as indicated by the current estimate approved by the engineer. After the gross value of completed work becomes to or exceed 50% of the total contract amount within a time period satisfactory to the City of Tybee Island, then the total amount to be retained will be reduced to 5% of the gross value of the completed work as indicated by the current estimate approved by the engineer, until all pay items are substantially completed. When all work is completed and time charges have ceased, pending final acceptance and final payment the amount retained will be further reduced at the discretion of the City of Tybee Island. The Contractor may submit a final invoice to the City of Tybee Island for the remaining retainage upon City's acceptance of the Certificate of Substantial Completion. Final payment constituting the entire unpaid balance due will be paid by the City to the Contractor when work has been fully completed and the contract fully performed, except for the responsibilities of the Contractor which survive final payment. The making of final payment will constitute a waiver of all claims by the City except those arising from unsettled liens, faulty or defective work appearing after substantial completion, failure of the work to comply with the requirements of the Contract Documents, or terms of any warranties required by the Contractor Documents or those items previously made in writing and identified by the City as unsettled at the time of final application for payment. Acceptance of final payment will constitute a waiver of all claims by the Contractor, except those previously made in writing and identified by the Contractor as unsettled at the time of final application for payment. 2.32 Warranty Requirements: a. Provisions of item 2.13 apply. b. Warranty required. See Contract Documents 2.33 Terms of Contract: a. ONE TIME CONTRACT 2.34 Audits and Inspections: At any time during normal business hours and as often as the City of Tybee Island deems necessary, the Contractor and his subcontractors will make available to the City and/or representatives of the City of Tybee Island for examination of all its records with respect to all matters covered by this Contract. It will also permit the City of Tybee Island and/or representatives of the Finance Department to audit, inspect, examine and make copies, excerpts or transcripts from such records of personnel, conditions of employment and other data relating to all matters covered by this Contract. All documents to be audited will be available for inspection at all reasonable times in the main offices of the City of Tybee Island or at the offices of the Contractor as requested by the City of Tybee Island. 3 EVALUATION CRITERIA This is not a bid. There will not be a public opening. The Proposals received in response to this RFP will be evaluated and ranked, by the Proposal Evaluation Team in accordance with the process and evaluation criteria contained below. Responses will be evaluated in light of the material and substantiating evidence presented in the response, and not based on what is inferred. After thoroughly reading and reviewing this RFP. each team member shall conduct his or her independent evaluation of the proposals received, and grade the responses on their merit in accordance with the evaluation criteria set forth in the following table. Criteria Possible Points Demonstration of Ability to Meet or Exceed all Requirements 25 Quality of, and Response from, References 25 Cost of Services 20 Work Plan and Timeline for Completion 15 Data Provided on Surface Materials 10 How well did the Proposer follow the RFP directions on preparing and 5 submitting its proposal package? City of Tybee Island TERMS AND CONDITIONS DEFINITIONS. As used herein, the following terms will have the meanings set forth below, whether or not capitalized. (a) "Purchase Order' or "Order" means this purchase order. (b) "Buyer" means The City of Tybee Island. (c) "Seller" or "Vendor" means the party furnishing the supplies under this order. (d) "Supplies" means what the Seller furnishes the Buyer under this order and includes with limitation, the following; (1) the work; materials; articles; deliverable items, items, data and services, whether tangible or intangible or any combination thereof; and (2) what is leased or licensed, pursuant to the lease(s) or license(s) signed by both the Buyer and the lessor or licensor if attached to and made a part of this order. (e) "Loss" means any or all the following: claims, liabilities, damages, losses, costs, or expenses (including reasonable attorneys' fees and expenses and other legal costs). ACCEPTANCE. This order constitutes an offer that will become a binding contract upon the terms and conditions herein set forth upon acceptance by Seller either by acknowledgement of this order or commencement of performance. Buyer objects to any difference, conflicting or additional terms proposed by Seller in the acceptance of this order, and no such terms will be effective unless expressly accepted by Buyer in writing. Each shipment received by Buyer from Seller will be deemed to be only upon the terms and conditions contained in this order, except by such written instrument modifying the order, signed by Buyer, notwithstanding any terms and conditions that may be contained in any acknowledgment, invoice, or other form issued by Seller and notwithstanding Buyer's act of accepting or paying for any shipment, or similar act by Buyer. PRICES. Seller represents that the prices, terms, warranties, and benefits contained in this order are comparable to or better than those offered to any other customer of Seller for items which are the same or substantially similar. Buyer will receive the benefit prospectively or retrospectively if Seller offers any item or service included in this order to any other customer at a lower price, more favorable terms, more favorable warranties, or more favorable benefits up to one year after completion of this order. PACKING AND SHIPPING. All items will be suitable packed and prepared for shipment to insure their safe transportation, to secure the lowest transportation cost, and to comply with the requirements of carriers. Buyer's order number will appear on all documents and correspondence relating to these items. Packing lists will accompany the items and will include the order number, Buyer's part number, Seller model number, description of items shipped and any other information called for in the order. Buyer's count or weight will be final and conclusive on shipments not accompanied by a packing list. Seller will be liable for all excess transportation or other charges resulting from Seller's failure to comply with Buyer's packing, shipping, routing and delivery instructions. DELIVERY. Any delivery schedule made a part of this order is an important, material condition; time is of the essence of the order. Unless otherwise agreed to in writing. Seller will not make material commitments or production arrangements in excess of the amount or in advance of the time necessary to meet Buyer's delivery schedule. It is Seller's responsibility to comply with this schedule, but not to anticipate Buyer's requirements. In addition to any other rights or remedies, Buyer may cancel all or any part of this order for Seller's failure to deliver in strict accordance with the delivery terms set forth herein. Seller will promptly notify Buyer of any anticipated delay in the delivery date and Buyer may require Seller to ship by alternate means in order to expedite delivery. Seller will pay additional costs and Seller will be liable for all resulting damages to Buyer occasioned by the delay. Delivery will not be deemed complete until the items have been received and accepted by Buyer. Advance and excess shipments may at Buyer's option be rejected and returned to Seller at Seller's expense. TRANSPORTATION. Except as otherwise provided on the face of this order, transportation charges on Supplies will be f.o.b. destination, at Seller's sole cost and expense. Risk of loss from any casualty to supplies ordered hereunder, regardless of cause, will be Seller's responsibility until goods have been delivered to Buyer's designated delivery post. No insurance or premium transportation costs beyond the price listed in this order will be allowed unless authorized by Buyer in writing. If Seller does not comply with Buyer's delivery schedule, Buyer may, in addition to any other rights that Buyer may have under this order, require delivery by fastest way, and charges resulting from the premium transportation must be fully prepaid and absorbed by Seller. WARRANTY. Seller warrants that all supplies delivered pursuant to this order will strictly conform to the applicable specifications (including without limitation information or functional performance, material content, size, appearance, response time, etc.), will be free from all defects and workmanship in materials including latent defects, will be free from defects in design and suitable for their intended purpose, and will be free from all claims, encumbrances, and liens. Seller agrees to indemnify, defend and hold Buyer, Buyer's employees, and those for whom Buyer may act as agent, harmless from all damages, including consequential and incidental damages, incurred or sustained by Buyer by reason of any breach of any warranty with respect to the supplies purchased. Buyer will be promptly reimbursed for all expenses incurred in the handling, inspection and return of defective items, and Seller will bear the risk of loss on all such items. If any of the supplies are found at any time prior to acceptance to be defective in material or workmanship, or otherwise not in conformity with the requirements of this order, Buyer (in addition to any other rights which it may have under warranties or otherwise) may at its option (1) correct or have corrected the nonconformity at Seller's expense, or (2) reject and return such supplies or other deliverable items at Seller's expense, such supplies or other deliverable items not to be replaced without suitable written authorization from Buyer. CHANGES. Buyer may at any time request in writing changes to this order in the specifications, packing, shipment, quantities, delivery schedules, and other matters. If any such change causes an increase or decrease in the costs of or the time required for performance, Seller will immediately notify Buyer. Any request for an equitable adjustment must be made in writing with 30 days from the date of the written request for the change. No additional charge or change in the specifications, packing, shipment, quantities, delivery schedules, and other matters will be allowed unless authorized by Buyer in writing. TAXES. The Buyer, a municipality in the State of Georgia, is exempt from Georgia Sales Tax under the Sales and Use Tax ID # 302 526 178. All sales and use tax due on materials purchased by the city for installation by the seller under this contract are the responsibility of the contractor. ASSIGNMENT. Neither this order nor any interest herein may be assigned, in whole or in part, by Seller without the prior written consent of Buyer. Notwithstanding the above, Seller may assign any monies due or to become due to him hereunder, provided that such assignment will not be binding upon Buyer until receipt of a copy of the assignment agreement is acknowledged and approved by Buyer in writing. SUBCONTRACTING. Seller will not enter into a subcontract for any part of this order, including completed or substantially completed items or major components thereof, with Buyer's written consent. Nothing in this order will be seen as prohibiting Seller's purchase of standard commercial articles, raw materials, or other supplies specified in this order if these are typically purchased by Seller in the normal course of business. TERMINATION. Buyer may terminate or suspend performance under this order in whole or in part from time to time by sending written notice to Seller. Upon receiving notice of such action by Buyer, Seller will immediately comply with its terms and take all reasonable steps to avoid incurring any additional costs under this order. Buyer's sole liability to Seller will be for items completed and delivered to Buyer in accordance with this order and for Seller's reasonable costs to the date of termination, such costs being solely attributable to this order and not being recoverable from other sources. INDEMNIFICATION. Seller agrees to indemnify, defend and hold Buyer, Buyer's employees, and those for whom Buyer may act as agent harmless from (1) any and all claims and liabilities for injuries or death of persons or damages to or destruction of property; (2) any other Loss caused by or resulting from the acts or omissions of Seller, its agents, subcontractors, suppliers or employees in the performance of this order; (3) any Loss caused by or resulting from the supplies purchased under this order, (4) any intended use of products or materials provided by Seller; (5) any defective products or materials provided by Seller, including without limitation the use or disposal of hazardous and/or toxic materials, such materials to include at minimum all materials recognized by the Environmental Protection Agency as hazardous; or (b) any breach by Seller of any express or implied warranties. If Seller's work hereunder involves operations by Seller's agents, subcontractors, suppliers or employees on Buyer's premises or any place where Buyer conducts operations, Seller will take all necessary precautions to prevent the occurrence of any injury or damage to persons or property during the progress of such work. Further, Seller will indemnify, defend and hold Buyer, Buyer's employees, and those for whom Buyer may act as agent harmless for any injuries occurring to Seller's agents, subcontractors, suppliers or employees and Seller will maintain public liability, property damage and employee's liability and compensation insurance sufficient to protect Buyer from any claims under any applicable law, statute, or regulation. MODIFICATION; WAIVER. No waiver or modification of this order will be effective unless in writing and signed by both of the parties hereto. Failure of either party to enforce its rights under this order will not constitute a waiver of such rights or any other rights. ENTIRE AGREEMENT. The parties intend this order as a final expression of their agreement and as a complete and exclusive statement of the terms thereof, any prior or contemporaneous oral or written agreements as to the same subject matter notwithstanding. INVALIDITY. In the event that any provision of this order is declared invalid, illegal, or otherwise unenforceable by any tribunal or law, the remainder of the provisions will not be affected thereby, and each term and provision not declared invalid, illegal or unenforceable will be valid and will be enforced to the fullest extent permitted by law. DRUG FREE WORKPLACE. By accepting this order, the Seller certifies that he will provide a drug free workplace for his employees in accordance with the laws of the State of Georgia. SPECIFICATIONS, PROPOSALS, RFP DOCUMENTS. The documents that form the basis for this order will include the plans, specifications, and proposal documents as attached hereto, together with any other documents so listed and enumerated, if any, and it is expressly understood that any special conditions listed and attached hereto are specifically made a part of this contract. APPLICABLE LAW. The provisions and performance of this purchase order will be governed by the laws of the State of Georgia and applicable federal law. Seller agrees to bring all actions relating to this purchase order only in the state and federal courts located within Chatham County in the State of Georgia. APPROPRIATION, Notwithstanding, any other provision hereof, this agreement will terminate at the end of each calendar year without liability or obligation on the part of the City in any calendar year where the City has not appropriated funds for the obligations hereunder for the next calendar year. PROTEST POLICY. Any proposer who is aggrieved in connection with a solicitation or award of a contract may protest to the Purchasing Agent. The protest will be made to the purchasing office having responsibility for initiating the solicitation. The protest must be submitted in writing within seven calendar days after notice of award. The protest will include the name and address of the protestant, the solicitation number, a statement of the grounds for protest, and specify the ruling requested from the purchasing office. Awards will be held at bay until the protests are resolved. INSURANCE REQUIREMENTS. Contractor will provide a Certificate of Insurance naming the City of Tybee Island as also insured, a 30 day cancellation notice, indicating the following minimum coverage. Comprehensive General Liability $2,000,000.00 Automobile Public Liability $2,000,000.00 Workman's Compensation Insurance equal to the statutory requirements. TAXES. The City of Tybee Island, Georgia is not subject to any State or Federal taxes. Documentation will be provided with the invoice at the time of payment, if requested. DELIVERY: F.U.B. DESTINATION. 30 Van Horne Ave, Tybee Island, Georgia 31328 TERMINATION OF CONTRACT. The City reserves the right to terminate the contract for reasons of violations by the successful proposer of any term or condition of the contract by giving thirty (30) days written notice, unless otherwise stated herein, stating the reasons therefore and giving the parry ample time to remedy the deficiency. I=nter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid w=9Request for Taxpayer r _LL Give Form to the Form entities, it is your employer identification number (EIN). If you do not have a number, see Mow to get a L_LJ�J (Rev. October 2018) identification Number and Certification TIN, later. requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ►Go to www.irs.gov/FormW9for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. Eco Sustainable Contractor Inc. 2 Business name/disregarded entity name, if different from above m 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the PP Y 4 Exemptions codes only to P � ( aPPN Y following seven boxes. certain entities, not individuals; see CL instructions on page 3): p ` ❑ Individual/sole proprietor or ❑ C Corporation [a S Corporation ❑ Partnership ❑ Trust/estate C ; single -member LLC Exempt payee code (if any) R o �'� ❑ Limited liability company. Enter the tax classification (C=C corporation, S -S corporation, P=Partnership) i o Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting 'in LLC if the LLC is classed as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code if any) ( oanother LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLG that _ is disregarded from the owner should check the appropriate box for the tax classification of its owner. o a ❑ Other (see instructions) ► (Aaahmto ccwnrsnmmtwF9toubidemeu.s.) CL 5 Address (number, street, and apt. or suite no.) See instructions. Regtjester's name and address (optional) rn '10314 Mt. Olive Rd., P.O. Box 745 6 City, state, and ZIP code Metter, Georgia 30439 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) I=nter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other r _LL entities, it is your employer identification number (EIN). If you do not have a number, see Mow to get a L_LJ�J TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and j Employer identification number Number To Give the Requester for guidelines on whose number to enter. F475 - 4 1 7 1 5 1 '! 1 7 FOT9 Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because- (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been noted by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, Item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and.generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Herr r j Signature of '{!! ./'/lifiiw / s / / / h 14 -7 Here k u.s.peraon► Date)'- General Instpf'iction9f Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.lrs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSM, individual taxpayer identification number (ITIN), adoption taxpayer identification number (AT1N), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099 -INT (interest earned or paid) • Form 1099 -DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 109B (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (ncluding a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) E -Verify- _ Company ID Number: 604523 [= County CANDLER Employer Identification Number: 454751709 North American Industry Classification Systems Code: 238 rAdministrator: of Employees: 1 to 4 Number of Sites Verified for: 1 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State_ • GEORGIA 1 site(s) Page 14 of 15 I E-Veriry MOU for E -Verify Employer Agentl Revision Date 09/01/09 www.d hs.gov/E-Verify ATTACIMMENT A CITY OF TYBEE - INSTRUCTIONS TO PROPOSER SIGNATURE SHEET The Proposer certifies that he/she has examined all documents contained in this RFP package, and is familiar with all aspects of the RFP and understands fully all that is required of the successful Proposer. The Proposer finther certifies that his/her Proposal will not be withdrawn for sixty (60) days from the date on which his proposal is submitted to the City. The Proposer agrees, if awarded this Contract, he/she will: A. Furnish, upon receipt of an authorized City of Tybee Island Purchase Order, all items indicated thereon as specified in this RFP for the proposal amount; or, B. Enter a contract with City of Tybee Island to do and/or furnish everything necessary to provide the service and/or accomplish the work as stated and/or specified in this RFP for the proposal amount, and-, I=re Sustainable Contractor Inc. COMP,�NyY"' R SIG ATU M2-536-1694 TELEPHONE NUMBER 712812019 DATE President TITLE MINOMY/FEMALE BLMNESS DEVELOPMEl11'r PROGRAM: City of Tybee ls1mid City Council couLghed goals cried to hmmpaticodon ofminotity and ftWe owned businesx% MBEVM catification and &vdqpmenL In order to acauately doanna t pion, b i*asses mbn� bads, quos or p mposals ane wedto report ow=ip status. A m Kfty orwmen bud= is defined as abusiness dais at least S l%owned and mmmWd by miriai * or wE14T m A reToWer diet is =Ocd by any agency of the Federal Govemm" or State of 6=& may submit a copy of their woficadon with ihw proposal es pmof of qAificWkm Proposer @gat i dm& to engage in joirrt ventures or utilise subowmfta must wblrztit a rqm of hfimaty/Vlrartten Business Fie pin to Melissa. Fminan, P.O Bax2749, andCi y of'I'ybee lsv4 GA 31329. ASiean-.Amwk=)Bk& ✓ Man Amerk o WApmk Na&eAwerieau AkWknIn&2n Female ATTACHMENT B CONTRACTOR AFFIDAVIT under O.C.GdL § 13-10-91(b) (1) By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services on behalf of CITY OF MEE ISLAND has registered with, is authorized to use and uses the federal work authorization program commonly known as E - Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the contract period and the undersigned contractor will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A. § 13-10-91(b). Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: 604523 Federal Work Authorization User Identification Number 913012012 Date of Authorization Eco Sustainable Contractor Inc. Name of Contractor Plexitrac Surfacs Installation Name of Project City Of Tybee Island, Georgia Name of Public Employer I hereby declare under penalty of penury that the foregoing is true and correct. Executed on July . 29, 2019 in INetter(city), GA (state). Signature of Authorized Officer or Agent Jerry E_ GibsonfPresident _ Printed Name and Title of Authorized Officer or Agent ATTACSMENT C O.C.G.A. § 50-36-1(e)(2) Affidavit By executing this affidavit under oath, as an applicant for a(n) Mina* Untr Mr contract for a public benefit as referenced in O.C.G.A. § 50-36-1, from the CI'T'Y OF TYBEE ISLAND, Georgia, the undersigned applicant verifies one of the following with respect to my application for a public benefit_ 1) V I am a United States citizen. 2) I an a legal permanent resident of the United States. 3) I am a qualified alien or non-immigrant under the Federal Immigration and Nationality Act with an alien number issued by the Department of Homeland Security or other federal immigration agency. My alien number issued by the Department of Homeland Security or other federal immigration agency is: The undersigned applicant also hereby verifies that he or she is I& years of age or older and has provided at least one secure and verifiable document, as required by O.C.G.A. § 50-36-1(e)(1), with this affidavit. The secure and verifiable document provided with this affidavit can hest be classified as: In making the above representation under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent statement or representation in an affidavit will be guilty of a violation of O.C.G.A. § 16-10-20, and face criminal penalties as allowed by such criminal statute. Executed in Metter (city}, (state)- Si afire o p zcant Jemr E_ Gitm/President _ Printed Name of Applicant S SCRIBED AND SWORN BEFORE ME ON THE 29thDAY OF MY 22019 r RUTARIMBEIC My Commission Expires: O 1-03- :Comm• EXP• C1e p1 :C7 n LICENSI 4572003g5 OOa 09 2012020 OL uo. ,LASS C JERRY E P08�?AS 3043 AS i3120i5 gxlit �� SRO }4 M 1 c�G� uaaa}T ATTACHMENT D Vendor Name: EGO SitStainmble cen+raelgE Inc -- Product or Services Provided: In pair of Running Tracks and 'tennis Courts jind Mkind Trails Sales Contact Information Contact: Jerry E. Gibson/President Email: jerryegibson@yahoo.com Phone: 912-536-1694 Fax: Address: 10314 loft. Olive Rd., P.Q. Box 745 Accounts Receivable Information Contact: _ Je'ry E. GftoWPreedent Email: logegibson@yahoo.com Phone: 912-536-1694 Fax: Remittance Address: 10314 Mt. Olive Rd., P.O. Box 745, Metter, Georgia 30439 Federal Tax id #: 45-4751709 Aftach Copy of W-9 and Current Business License Provide Copy of Worker's Comp Coverage when providing any service involving labor on City property. Our terms are net 30 ATTACHMENT E PROPOSAL SHEET TRACK SURFACE RFP# 2019-735 Please attach all specifications regarding mataWs, installation, and warranties to this sheet with your total proposal cost below. Installation of 318 Inca Plexitract Lighting TOTAL: $51,750,00 Option: Installation of 112 Inch Plexitrac c=lash Color Red TOTAL PRICE.....................................$63,836.00 Eco Sugainable Contractor Inc. (Firm) 5' nature) ;i—'sident (Title) ATTACHMENT F CHECKLIST FOR SUBMITTING PROPOSAL below and submit this sheet w-ith.your arnnasal NOTE: All of the following items must be submitted with your proposal to be considered "responsive". Remember to follow the Instructions in the RFP Documents. ACKNOWLEDGMENT OF ANYIALL ADDENDUMS SAMPLE OF SURFACE MATERIAL WrM OPTIONS AND SPECS (3) REFERENCES AS REQUESTED IN SUBMISSION INSTRUCTIONS W-9 AND CURRENT BUSINESS LICENSE CERTIFICATE OF INSURANCE COMPLETE AND SUBMIT ALL ATTACHMENTS TO THE PROPOSAL: Jerry E, Gibson/President NAME/TILE Eco Sustainable Contractor Inc. COMPANY NAME 10314 Mt. Olive Rd. , P.O. Box 745 ADDRESS Metter, GA 30439 CITY/STATE/ZIP 912,536-1594 PHONE NUMBER jerryegibson@yahoo.Com E r z9 I S A A. SIGNATURE SHEET B. CONTRACTOR AFFIDAVIT C. SAVE AFFIDAVIT �\7, D. VENDOR INFORMATION E. PROPOSAL SHEET F. CEMCIUJST FOR SUBMITTING PROPOSAL Jerry E, Gibson/President NAME/TILE Eco Sustainable Contractor Inc. COMPANY NAME 10314 Mt. Olive Rd. , P.O. Box 745 ADDRESS Metter, GA 30439 CITY/STATE/ZIP 912,536-1594 PHONE NUMBER jerryegibson@yahoo.Com E r z9 I S A W-9 (Rev. October 201E* IrN iierentt9 TServiIO ry Request for Taxpayer C&M FMM to tete identification Number and Certification nques1sr Do not sena to flue IRS. 1• Go to on your Income tax ratu on for lnetrrxdions anti tate fates, info rmatilom 2 Business nameldisregarded entity name, ff different from above M 3 Check approrxkale box for federal tau classification of the person whose name is entered on One i. Check only one of the 4 Ex&Vd ms (codes apply only tD following seven base& certain entities, not indhriduais; NO Instructions on page 3): o [1Indhridual/scle lxgxletaror 13G (:orpo 6- 915 Ccrporaaon ❑Partnership ❑ TmWestat. single -member LLC Exempt payee cods (d erg ®° ❑ Limited liability company. Enter the tax classification (C -C corporedon, S=G corporation. P=Partnersm)► p Nota.: Chuck the appropriate box in the line above for the tax classi loatlon of the single mamber twiner. Oo not diedc Exemption from FATCA reporting LLC if the ILC is classified as a skigla-member LLC that is disregarded from fire owner tmWs the owner of Drs LLC is code Of am) shothur LLC that is not (Fwagarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC drat is disregarded hom the owner should check the appropriate box for the tat ciessiRcation of its owner. © Other (see instruetionss)► py{d..msewa,m,emir0�no8ata�r,�trs� S Address (number, drseek and apt or suite no.) See instructions. Requesters name and address (optional) 10314 Nit. Olive Rd P.O. Box 745 B City, state, and ZIP cede Metter, Georgia 304394 7 List account numbers) here (optional) IME Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given an line 1 to avoid SocW security number backup wlien, s withholding. For individuals, this is generally your social Instructions number (Sale}. However, for a — m _ resident alien, sole proprietor, or disregarded entity. � the ir:atruciiat>s for Part 1, later. For other entitles, it Is your employer identification number (EIN)- 8 you do not have a mutter, see Naw to get a 7TA1, hater. or Nota: If the account Is in snore than ora nacre, seethe instructions for line 1- Also see What Name and Emptoyer idenucaion number NrmrberTo Ghe the Requssisrfor guldelines on whose numberto enter. 4 5_ 4171 5� 1 7 1 0 8 Certification Under penafties of perjury. I certify got 1. The number shown on fife form is my correct taxpayer identification number (or I am waiting fora number to be issued to me); and 2.1 am not subject to backup withholding because: (a)1 am exempt from backup withhoiding, or (b) t have not been notified by the Infernal Revenue Service (IRS) that 1 am subject to backup wfihholding as a result of a torture to report all interest or dividends, or (c) the IRS has notified me that 1 am no longer subject to backup withholding, and 3.1 am a U.S. citizen or ather U.S. person (defined below); and 4. The FATCA code(s) entered on this farm (f any) indicating that I am exampt from FATCA reporting is corract. Certi(icatiou InstnwgonL You must crass out item 2 above if you have been radW by the IRS that you are currer tly subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate bansections, item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, caltrtbutions to an indvddual retirement arrangarrwA )IRA), and generally. payments other than Interest and dividends, you are not required to sign #ie certification, but you must provide your correct TIN. See the instructions for Part Il, later. 019n JL Here US1.. muire an0, Of (/1 !/ice _ yip s /2 ! l i General I nstr�,f�ction s/.".nue • Farm 1099 -DIV (dividends, including those from stocks or mutual funds) Sec lien references are to the Internal Code unless otherwise a Form 1099-MISO (variois types of income, prizes, awards, or groes noted. pis) Fuhwe developmertta. For the latest irfemnation about developments . Form 1099-B (stock or mutual fund sales and certain other Mated to Form W-9 and its instnrctione, such as legislation enacted traimatlons by brokers) after they were published, go to wv^v hs g+oWFarmtN9. • Form 1049-5 (proceeds from real estate transactions) Purpose of Form a Fonn 1099-K (merchant card and third party network iransactic" An individual or entity (Form W-9 requester) who is required to fide an a Form 1098 (home mortgage interest), 1098-E (studerd loan fr teresl), information return with the IRS must obtain your correct taxpayer 1098-T (tuition) identifir.ation number (TI N) which may be your social security number • Form 1099-C (canter da" (SSN), Individual taxpayer Identification number (MN), adoption • Form 1099-A (ecqufeition or abandonment of secured property) taxpayer identification number (ATiN), or employer identification number report on an Wormation retum the amount y� �} toorm you _ person (including s resident c mount reportable an Information return. Examples Iro TIN.U.S. a1er provi/de y� returns irufiude, but are not limited to, the following. ffyou do not rami Form W-9 to fie requssw wrath a 77N, you might • Form 1099 -INT (interast oared or paid) be subject to backup wrfHnholding. See What Is backup withholding, lacer. Cel No.1M1% Form W-9 (Rev. 10}201 8) Candler County Board of Commissioners 1075 is Hiawatha St Suite A Metier, GA 30439 912-685-2835 Business Name: Eco Sustainable Contractor Business Location: 10314 Mt. Olive Rd Metter, Ga 30439 Owner: ,ferry E. Gibson License number: 1959 Issued Date: 7/25/2019 Expiration Date: lune 30, 2020 Fees Paid: $100 Business License Certificate Mailing Address: SAME • Admriisir4'tor/C'�o-lemissioner County Clerk This license is not hansjemble and issubject to be revoked if o1wed To be posted in a conspicuous place Amo DATE CERTIFICATE OF LIABILITY INSURANCE 081231201 D 91 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. If the certificate holder is an ADDITIONAL INSURED, the policy(ies) 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 such endorsement(s). PRODUCER CONTACT NAME: GEICO Insurance Agency, Inc. GEICO Insurance Agency, Inc. AX arcNri , Ext : 877-515-2191 "C Nn E-MAIL ADDRESS: commercialservice@homesitL,.com PO Box 5316 Binghamton, NY 13902 INSURER{S) AFFORDING COVERAGE NAIC # INSURER A: Midvale Indemnity Company 27138 INSURED INSURER B: INSURER C: ECO SUSTAINABLE CONTRACTOR INC INSURER D : 10314 MOUNT OLIVE RD INSURERS: METTER GA 30439 INSURER F : 0510912019 CnVFRAGFS CERTIFICATE NUMBER: 114720902444 999101080730824REVISION 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. INSR LTR TYPE OF INSURANCE ADDL INSR SUER WVD POLICY NUMBER POLICY EFF MWDD POLICY EXP MMIDD LIMITS COMMERCIAL GENERAL LABILITY EACH OCCURRENCE $2,000,000 A CLAIMS -MADE X OCCUR Y N GLP1039883 0510912019 05/09/2020 DAMAGE TO RENTED PREMISES Ea occurrence $100,000 MED EXP',Any one person) $5,000 PERSONAL &ADV INJURY $2000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $4,000,000 X POLICY❑ PRO- ❑ LOC JECT PRODUCTS -COMPIOP AGG $4,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident BODILY INJt1RY (Per person) ANY AUTO OWNED SCHEDULED BODILYIN„URY AUTOS ONLY AUTOS (Per PROPERTY DAMAGE HIRED NON -OWNED AUTOS ONLY AUTOS, ONLY IPer accmde : UMBRELLA LIAB OCCUR EACH OCCURRENCE AGGREGATE EXCESS LIAB CLAIMS -MACE DED RETENTION 5 WORKERS COMPENSATION PER OTH- AND EMPLOYERS' LIABILITY YIN STATUTE ER ANY PROPRIETORIPARTKER EXECll -TIVE CFFICERWEMBER EXCLU.OED- NIA E.L. EACH ACCIDENT E.L. DISEASE- EA EMPLOYEE (Mandatory in NH) If yes, describe under CESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LMT PROFESSIONAL LIABILITY OCCURRENCE AGGREGATE DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) Painting CITY OF TYBEE is included as an additional insured CERTIFICATE HOLDER CANCELLATION CITY OF TYBEE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 403 BUTLER AVE TYBEE ISLAND GA 31328 a 1988-2015 ACORD CORPORATION, All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD ��(�� AC CERTIFICATE OF LIABILITY INSURANCE DATE (MWUDD/YYYY] yOOAAD 08/26/2019 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: If the certificate holder is an ADDITIONAL INSURED, the policy(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 such endorsement(s). PRODUCER CONTACT NAME'. biBERK PHONEg44-472-0967 FAX 203-654-3613 AIC No): P.O. Bax 113247 E-MAILExt). SalesSupport@biBERK.com Stamford, CT 06911 ADDRESS J CLAIMS -MADE El OCCUR INSURER(SlAFFORD NG COVERAGE NAIC# INSURER A: National Liability & Fire Insurance Company 20052 INSURED ECO SUSTAINABLE CONTRACTOR INC INSURER B: _ - - INSURER C 10314 MOUNT OLIVE INSURER D: Metter, GA 30439 INSURER E. INSURER F rnvr=nnr--t=c C FRTiF1C'ATF NIIiMRFRI 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. INSR IADDLSUBRT MLpCp EXP POLICYNUMBER MPMO+LOIplYEFF LTR TYPEOFINSURANCE LIMITS COMMERCIAL GENERAL LIABILITY Tybee Island, GA 31328 AUTHORIZED REPRESENTATIVE= EACH OCCURRENCE S O DAMAGE TO RENTED O J CLAIMS -MADE El OCCUR PREMISES Ea nccurrerce S MED EXP (Any one person) S 0 PERSONAL & ADV INJURY S D GE"1L AGGREGATE LIMIT APPUES PER: 5 D GENERAL TE $ 0 POLICY ^ PRO- JECT Q' LOC PRODUCTS -COMPIOPAGO S -1=R AUTOMOBILELIABILITY _ COMBINED SINGLE LIMIT ca accident $ S ANY AUTO BODILY INJURY (Per person) OWNED SCHEDULED BODILY INJURY (Per accident) 5 AUTOS ONLY AUTOS r HIRED NON PROPERTY DAMAGE -OWNED AUTOS ONLY , AUTOS ONLY .fir accrdenq _ I5 S UMBRELLA LIAB H OCCUR EACH,2CC:UR-iErZP S IXCESSLIAB CLAIMS -MADE R_GA'E: CED RETENTION $ L'IORKERS COMPENSATION r��Fc x-TH- T F EDR `- - -' _ AND EMPLOYERS LIABILITY .�� I N ECUTIVE NIA N9WC086168 04/03/2019 04/03/2020 -EL EACH ACCIDENT A 'OFFCERIM 5500,000 S500,000 MBEREXCLUDED (Mandatory in NH) E.L DISEASE- EA EMPLOYEE s504,000 ',es describe under ::ASCRIPTION OF OPERATIONS below E L. DISEASE -POLICY LIMIT Professional Liability (Errors & Per Occurrence/ Omissions): Claims -Made Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES (ACORC 101, Additional Remarks Schedule, maybe attached If more space Is required) Exclusions: JERRY GIBSON; E.L. 100,0001100,0001500,000 effective 04/03/2019; 100,0001100,0001500,000 effective 04103/2019; 500,0001500,0001500,000 effective 08/23/2019; 500,0001500,0001500,000 effective 0812312019; CERTIFICATE HOLDER CANCELLATION �1988 2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016143) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Ci Of T bee Island City y THE EXPIRATION DATE THEREOF, NOTICE ACCORDANCE WITH THE POLICY PROVISIONS. WILL BE DELIVERED IN 403 Butler Ave Tybee Island, GA 31328 AUTHORIZED REPRESENTATIVE= �1988 2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016143) The ACORD name and logo are registered marks of ACORD TWFG INS SERVICES 1201 LK WOODLAND 4020 THE WOODLANDS, TX 77380 1-706-416-4160 Certificate of Insurance Certificate Holder Additional Insured CITY OF TYBEE ISLAM 403 BUTLER AVE 'YBEE ISLAND, GA 313280000 Insured . ECO SUSTAINABLE CONTRACT[ 10314 MT OLIVE RD METTER, GA 30439 PR98RE.111YE COMMERCIAL Polity number: 07053256-0 rinderviritten by: PROGRESSIVE MOUNTAIN INSURANCE CO August 28, 2019 Page 1 of i Agent ...........I .... .... ............. TWFG INS SERVICES 1201 LK WOODLAND 4020 THE WOODLANDS, TX 77380 This document is issued as a matter of information only and confers no rights upon the document holder. This document does not amend, extend, or alter the coverage, terms, exclusions, conditions, or other provisions afforded by the policies referenced herein. ..................................................................................................................................................................... Policy Effective Date: Aug 26, 2019 Policy Expiration Date: Aug 26, 2020 Insurance coverage(s) Limits .......................................... ........ --- ...... ,.,.............. ..................... ........................................ BODILY INJURY/PROPERTY DAMAGE $2,000,000 COMBINED SINGLE LIMIT Description of LocationNehieles/Special Items Scheduled autos only .................... .I ................ .... ....... ............................................................................ 2015 FORD F150 1 FTEWI EF4FFC69342 Stated Amount $16,000 UNINSUREDiUNDERINSURED - REDUCED $300,000 COMBINED SINGLE LIMIT UNINSURED MOTORIST PROPERTY DAMAGE - REDUCE0300,000 COMBINED SINGLE LIMIT W/$250 DED COMPREHENSIVE $;,000 DED COLLISION $1,00C DED Certificate number 24019NET256 Please be advised that additional insureds and loss payees will be notified in the event of a mid-term cancellation. Form 5241 t,A 311; ECO SUSTAINABLE CONTRACTOR INC. P.O. B Ox M METTER, GEORGIA 34439 (912) 536-1694 GUARMUE/WARRANTY Re: REP 20119-735 pla trac surface insulation TO: City of Tybee Island 403 Butler Avenue Tybee Island. GA 31325 We hereby unconditionally guarantee the materials and workmanship for five (5) years on all material and/or services. if, within the guarantee period, any defects occur which are due to faulty material and or services, we will at our expenses, will repair or adjust the condition, or replace the material and/or services to the complete satisfaction of the City Of Tybee Island. These repairs, replacements or adjustments will be made only at such time as will be designated by the City of Tybee Island as being least detrimental to the operation of the City. ECO SUSTAINABLE CONTRACTOR INC. By: eJr. Narge and Title. ` Jerry E. Gibson/President _ Date: 7/29=019 7attnall'County 9Boardof Education To Whom it May Concern: ~larva. (, 2Ua rurrra, MO., Super k6mded .9.0. Sm 157 - , qeagA2 30453 9fimAL (912) 5574726 3 (912) 55731136 ROMMMEMBULS Richard Bland Chalmum Ronnie Oliver DuAnn Cowart Davis Marilyn Carter Mmy Ru& Ray Domna iG Tootle I am please to write this letter of recommendation on behalf of Mr. Jerry Gibson and his company Eco Sustainable Contractor Inc. i met Mr. Gibson over 18 years ago when i became the Directory of Operations for the Tattnall County School System- Working in this position for a small, poor school system, one of the first things you learn is how important every dollar becomes when making decisions about where and how facility money should be spent. it is important when you are looking for a contractor that you chose someone who will meet this requirement. Additionally, you need a person who does quality work, is dependable, and provides service after work is complete. Mr. Gibson has more than met all of these requirements. Worldng with Mr. Gibson and the manufacturer representative we were able to put a rubber surface on the Tattnall County High School Track last year for $54,000 to $80,000 less than other tracks in the area, if it had not been for Mr. Gibson we could never afforded to do this work. Now we have a new track that is as good as any of the more expensive tracks around. To save even more money 1 was able to get the manufacturer to prpvlde the specs and to do quality assurance for the entire project. The manufacturer representative put me in touch with the distributors for the materials along with quantities needed for our project. Using the specs provided by the manufacturer I bided o 1 labor for our project. I was able to purchase all materials saving the sales tax as well as the contractors cost to handle the materials. This was an additional $I5,000-$24,600 in savings which allowed me to do other projects. I would invite anyone planning to resurface their track to visit one or all of the tracks In the area that Mr. Gibson's company has completed to verify that you can save money and still get a quality trade at a reasonable price. Feel free to tail me at 912-237-U&7 if you have any questions. Sincerely, James M. l3nawn Ed.D. Director of operations 014"4 ?me-"da©pita,. X-dd-- tarry Scarboro Mr. of Transportation Screven County Board of Education Chip Weaver, Director of Operations Operations Department 611 Pine Street Sylvania, GA 30467 912451-2400 912451-2401 fax Vicki Reddick Kelly Morris School NUMdon supervbor/Bookkeeper ReceWonist To Whom it may Concera: Mike Dixon Dir. of Maintenance Randi Brown Tedmology Screven County School system has been a client of Eco Sustainable for several years. We originally contracted with diem to have our tennis courts resurfaced and maintained. In 2017 we contracted with Eco Sustainable to resurface our track that was 15 years old. Mr. Gibson and his crew was professional and easy to work with during this project. During the project Mr. Gibson brought in the factory representatives to answer the questions that we had. The Eco Sustainable crew kept the job site clean and safe. They were knowledgeable of their product and the installation process. It was an overall great experience working with Eco Sustainable on this project. We are very happy with the track that Mr. Gibson and his crew has provided us and we look forward to woffing with them in the Adure. Chip Weaver Director of Operations Screven Board of Education January 31, 2019 7o Whom It May Concern: I am writing this letter in relation to the work performed by Jerry Gibson and his company. Mr. Gibson has completed several projects for the Jeff Davis County Board of Education. All work performed by Mr. Gibson has been professionally done, on budget and ahead of schedule. It is without reservation that I would recommend Mr. Gibson and his company for any project that he seeks. His work has been excellent. Sincerely, Chuck Crosby Assistant Superintendent ECO SUSTAINABLE CONTRACTOR INC. RFP 2019-735 PLEXITRAC SURFACE INSTALLATION CITY OF TYBEE ISLAND, GEORGIA 10314 MOUNT OLIVE RQ. P.O. BOX 745 METTER, GEORGIA 30439 TEL: 912-336-1694 CITY OF TYSEE ISLAND REQUEST FOR PROPOSAL RFP NO. 2019-735 ADDENDUM #1 PLEMTRAC SURFACE INSTALLATION PROPOSAL DUE: TUESDAY, JULY 30, 2019 by 3:00pm PRE -PROPOSAL MEETING: THURSDAY, JULY 11 at I1:00am To all prospective proposers, 2jease note the follawinst changes. SPmmcATI©NS AND REQUIREMENTS The Cite of Tybee Island is soliciting proposals for installation of a 3/8`' inch thick Plexitrac or similar surface material (SBR/EPDM latex) to cover and adhere to an existing asphalt walking path in Jaycee Park. All other terms, conditions, specifications, and requirements as noted in the original RFP remain unchanged and must be met. Return this signed addendum with your proposal response. Name of Company: Eco sustainable Contractor Inc. � Name/Title: Jerry E. GibsonlPresWent Signature: Ifa- A, r CITY OF TYBEE ISLAND REQUEST FOR PROPOSAL RFP NO. 2019-735 ADDENDUM #2 PLEMTRAC SURFACE INSTALLATION PROPOSAL DUE: TUESDAY, JULY 30, 207.9 by 3:00pm To all prospective proposeM Rlwse note the following highlighted changes: SPECIFICATIONS AND REQUIREMENTS The City of Tybee Island is soliciting proposals for installation of a minimum thickness of 3l8`h inch Plexitrac or similar surface material (SBR/EPDM latex) to cover and adhere to an existing asphalt walking path in Jaycee Park. Contractor must prepare the track in advance to remove roots and other potential tripping hazards, to insure both adhesion and a smooth finish. If this preparation necessitates removal of asphalt. asphalt must be replaced prior to installation of new surface material. All other terms, conditions, specifications, and requirements as noted in the original RFP remain unchanged and must be met. Return this signed addendum with your proposal response. Name of Company: Eco Sustainable Contractor Inc. Name/Title: Jerry E. Gibson/Presidsnt Signature: r CITY OF TYBEE ISLAND REQUEST FOR PROPOSAL RFP NO. 2019-735 ADDENDUM #3 7-24-19 PLE3UTRAC SURFACE INSTALLATION PROPOSAL DUE: WEDNESDAY JULY 31, 2019 by 3:00pm To all prospective VrORRMM please note the followingquestions and answers related to this RFP. This addendum is also changing to due date for proposals to J 318t at 3 m. 1. Will the scope of work include the path that intersects the walking track from Cedarwood Drive to the Gazer? No. This section is not included in the scope of work. 2. Will the city consider an additional option for a layer of SBR under the EPDM cap instead of repairing the asphalt track? Yes. the City will accept this method for instances of current cracks in the asphalt. In instances A here the asphalt must be removed in order to remove tree roots or other tripping hazards. ne-,,v crush n run and asphalt must be replaced before installation of walling track surface. Return this signed addendurn with your proposal response. Name of Company: Eco Sustainable Contractor Inc. Name/Title. i2m E. gbsonlPreswent A Signature: