ID 495937

Archived

Painting Services Project, Winter Park FL

Orange County

Owner Reference: IFB-12-2019

Bid Date: 08/30/2019 at 02:00pm

IFB-12-2019 Painting Services Bid Due August 30, 2019 @ 2:00 p.m. ATTN: Procurement Division City Hall West Wing 401 South Park Avenue Winter Park, Florida 32789 Sealed responses must be received and time stamped by the Procurement Office on or before the date and time referenced above either by mail or hand delivery. Any responses received after 2:00 p.m. on said date will not be accepted under any circumstances. Official time will be measured by the time stamp in the Procurement Office, which shall be scrupulously observed. Under no circumstances shall the City be responsible for untimely submissions, late deliveries, or delayed mail. 2 SECTION I: Standard Terms & Conditions 1. Obtain Documents Documents are available for download at: http://www.cityofwinterpark.org/procurement - select Active Solicitations. If you experience any problems downloading the document, call 1-800-510-4452. 2. Responses Due Sealed bids will be received by the Procurement Office in City Hall, 401 South Park Avenue, Winter Park, Florida 32789-4386, until 2:00 p.m. on August 30, 2019. It is the respondent’s responsibility to assure that your bid is delivered at the proper time to the Procurement Office. Bids which for any reason are not so delivered will not be considered. All bids received after the date and time specified will not be accepted. Under no circumstances will the City be responsible for late responses or submissions. At 2:05 p.m. on August 30, 2019, all bids will be publicly opened and acknowledged in the City Hall Chapman Room. Pursuant to Florida Statute 119.071 (1)(b)1. a., sealed bids, proposals or replies received by an agency pursuant to a competitive solicitation are exempt from s. 119.07(1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of an intended decision or until 30 days after opening the bids, proposals, or final replies, whichever is earlier. 3. City is Not an Administrative Agency To the fullest extent allowed by law, the City of Winter Park is not an administrative agency subject to the bid procedures specified in Section 120.57(3), Florida Statutes, as it may be amended. 4. Preparation of Bids Bids shall be made on unaltered bid forms furnished by the City, unless otherwise requested within the specification. Fill in all blank spaces and submit one (1) original clearly marked on the outside of the envelope – “ORIGINAL” and one (1) electronic copy on a USB Flash Drive for document management purposes. All responses and copies are to be submitted on 8½ x 11-inch paper, bound individually. If your response contains any information deemed confidential, provide an additional redacted version of your response labeled “REDACTED.” Electronic copy shall be in Microsoft Word or Adobe – the most recent software version. Bids shall be signed in ink with the name of the respondent typed below the signature. Where the respondent is a corporation, limited partnership, limited liability company, or other entity other than an individual, bids must be signed by an authorized representative of the entity in ink, in longhand (with the typed or printed name of the signer, as signed, below the signature) with the legal name of the entity followed by the name of the entity’s state of incorporation or registration and the legal signature of an officer authorized to bind the entity to a contract. A respondent may be requested to present evidence of his, her, or its experience and qualifications and the entity’s financial ability to carry out the terms of any resulting contract. 5. Bid Submittal Bids shall be submitted directly to the Procurement office in City Hall, in an opaque, sealed envelope or box. Respondents shall affix the Sealed Bid Envelope Label located on page 24 to the outside of their envelope or box. Submit bid in accordance with the instructions listed herein regarding time, place and date required. Responses received after the time requirement will NOT be opened and will NOT be considered for award. It is the sole responsibility of the respondent to be sure his/her response is delivered directly to the Procurement Office by the required time and date, and that the response is properly sealed and labeled as required. The City will not be responsible for any bid delivered incorrectly or to the wrong address or location. 3 All bids must be prepared and submitted in accordance with the instructions provided in this IFB. Each bid received will be reviewed to determine if it is responsive to the submission requirements outlined in the IFB. A responsive bid is one that follows the requirements of the IFB, includes all documentation, supporting exhibits, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may deem your bid non-responsive. 6. Basis of Bids/Proposals The words “BID” and “PROPOSAL” shall be interpreted to have the same meaning for purposes of these specifications, terms, and conditions. Respondent will include all cost items; failure to comply may be cause for rejection. No segregated bids or proposals, or assignments will be considered. It is the intent of the City to promote competitive bidding. It shall be the responsibility of the respondent to advise the Procurement Division of any language, requirements, etc., or any combination thereof, which the respondent feels may inadvertently restrict or limit the requirements stated in the specifications to a single vendor or manufacturer. Such notification must be made in writing at least seven (7) business days prior to opening date and time of the bid/proposal. 7. Submission of Supporting Documents The successful respondent shall furnish all required documents within ten (10) business days after notification of award. If the successful respondent fails to furnish the required documents within ten (10) business days, the City may withdraw the award and award to the next lowest responsive, responsible respondent. 8. Bid Prices The respondent warrants by virtue of bidding that the prices, terms and conditions quoted in this bid will be firm for a period of ninety (90) days from the date of the bid opening unless otherwise specified by the respondent, and shall not be amended after the date and time of the bid opening. Any attempt by a successful respondent to amend said bid prices except as otherwise provided herein shall constitute a default. Amounts specified herein are for fixed price work or products, including all prices for equipment, labor, and materials required to perform the work or deliver the product(s) specified herein. The respondent, having familiarized itself with the local conditions, and conditions listed here, proposes to furnish all labor, materials, equipment and other items, facilities and services, without exception, for the proper execution and completion of the contract, and if awarded the contract, to complete the required work or deliver the required product(s) as specified within the bid/proposal package set forth by the City of Winter Park. 9. Delivery All prices shall be F.O.B. Destination, Winter Park, Florida. Delivery dates and warranties must be written out and submitted with bids. We insist delivery dates be met as specified. There will be no additional charge for multiple delivery locations. 10. Contract Term Unless otherwise agreed in a written document approved and signed by the City, the contract shall be in effect for twelve (12) consecutive months from the date the Mayor or other authorized signer signs the contract on behalf of the City. There shall be the option of renewal for a possible second, third, fourth and fifth 12-month period, not to exceed sixty (60) months in total, after written consent of both parties and approval by City Commission or City Manager. Approximately forty-five (45) days prior to expiration of the initial contract period, the successful respondent will be notified by the City if it seeks an extension. To be effective and enforceable, any changes in the scope of services or prices intended to apply in a renewal or extension period must be presented by City staff to the City Manager and/or City Commission for approval or rejection. Upon written consent of both parties and approval of the City Commission or City Manager, the contract will be renewed for the second, third, fourth or fifth term. 4 11. Invoicing & Payment Unless otherwise agreed to by the City, payment terms will be thirty (30) days net from receipt of invoice unless an appropriate prompt payment discount is provided and accepted. Payment shall be made by the City only after the items awarded to a vendor have been received, inspected and found to comply with award specifications, free of damage or defect and properly invoiced, and the invoices is in all respects satisfactory to the City and appropriate for payment. All invoices shall bear the purchase order number or IFB number. Payment and disputes involving invoices and payments shall be governed in accordance with Part VII, Chapter 218, Florida Statutes (Local Government Prompt Payment Act). 12. VISA Acceptance The City of Winter Park has implemented a purchasing card program, using the VISA platform. Successful respondent may receive payment from the City via purchasing card in the same manner as other VISA purchases. VISA acceptance is preferred but is not the exclusive method of payment. 13. Taxes The City is exempt from Federal Excise and Sales taxes. Tax exemption number: State #85- 8012621708C-8. 14. Mistakes Respondents are expected to examine the specifications, delivery schedule, bid prices, extensions and all other instructions provided herein. Failure to do so will be at the Respondent’s risk. The City is not obligated to give successful respondent extra payments for conditions which can be determined by examining the site and documents. In case of mistake in extended price, the unit price will govern and the respondent’s total offer will be corrected accordingly. 15. Contract Award The City reserves the right to: award by individual item, aggregate, or none, or any combination thereof; award to one or more suppliers; cancel the bid; reject any or all bids; waive any minor informalities or technicalities in bids received, as may be deemed in the best interest of the City in the City’s sole discretion. The City reserves the right to award the contract to the lowest responsive, responsible respondent who submits a bid meeting specification in a way deemed most advantageous to the City in the City’s sole discretion. The City further reserves the right to consider matters such as, but not limited to, quality offered, delivery terms, and service reputation of the vendor in determining the most advantageous bid. The City reserves the right to demand additional information or clarification with respect to any bid or submission from one or more respondents, with such a request being furnished to all respondents. Failure to respond or to provide adequate information in response shall be grounds for disqualification in the sole discretion of the City. Information received upon such request for additional information or clarification may be relied upon by the City in determining the most advantageous bid for purposes of making an award. 16. Contract Terms at Variance with This Document and the Bid or Specifications This formal solicitation expressly limits acceptance to the terms of this document. If the respondent submits a bid that contains additional terms and conditions then, at the option of the City, it may award the contract to such respondent but without the contractual terms that were included in the bid and which are inconsistent with or different from the language in this invitation, and the bid specifications and this document so long as the bid is otherwise responsive to this document and the bid specifications with the inconsistent language stricken. The respondent hereby agrees that by making a bid based upon this invitation, that any term or condition inconsistent with this document or the bid specifications shall be null, void and stricken by the City. Without limitation, the following contract terms and provisions shall be deemed inconsistent and will be stricken: 5 a. Any provision that changes the venue for any type of dispute resolution to a location outside of Orange County, Florida. b. Any provision that applies the law of any jurisdiction other than the law of Florida. c. Any provision that provides for a dispute resolution method other than resolution in the court of appropriate jurisdiction and venue (although non-binding mediation in Orange County, Florida using a mutually agreed mediator will not be deemed inconsistent). Dispute resolution through arbitration or through any other tribunal court of appropriate jurisdiction and venue (in Orange County, Florida). d. Any provision that provides for attorneys’ fees to the prevailing party in any litigation between or among the parties is inconsistent and shall be stricken. e. Any provision that limits the remedies and warranties available to the City under applicable provisions of Florida law shall be inconsistent and stricken. Although the Uniform Commercial Code and Florida law will allow for limitation of warranties and remedies, such limitations are also inconsistent with the intent of this formal solicitation and will be stricken from the contract if awarded. It is the intent of the parties that the City shall reserve all of its rights of warranty and remedies available to the fullest extent under Florida law, without limitation. f. Any provision that alters the risk of loss and/or FOB point of responsibility with respect to goods in transit that are inconsistent with the provisions of this document or the bid specification shall be inconsistent and stricken. g. Any provision that provides for the City to hold harmless and indemnify another party shall be inconsistent with this formal solicitation and stricken. h. Any provision that, to any extent waives, alters or modifies (or purports to do so) the sovereign immunity rights of the City shall be deemed to be inconsistent with this formal solicitation and shall be stricken. i. Any bid that purports to establish a lien or security interest in any property sold by the vendor or any other property of the City shall be deemed unlawful and inconsistent with this formal solicitation and stricken. j. Any term that is proposed that would alter the rate of interest and terms for payment in a manner inconsistent with this formal solicitation shall be deemed to be stricken although to the extent the Florida Prompt Payment Act applies, that statute shall govern, with the City reserving all rights under such Act. k. Any provision that purports to establish liability against the City for any indirect, incidental, special, or consequential damages, included but not limited to, delay damages. 17. Modifications & Withdrawals Bids cannot be modified after submitted to the City. Respondents may withdraw bids at any time before the public opening. HOWEVER – NO BID MAY BE WITHDRAWN OR MODIFIED AFTER THE BID PUBLIC OPENING and shall constitute an irrevocable offer for a period of ninety (90) days to provide to the City the services set forth in this formal solicitation, or until one or more of the bids have been awarded. 18. Disqualifications The City of Winter Park reserves the right to disqualify bids/proposals, before or after opening, upon evidence of collusion with intent to defraud or other illegal practice upon the part of the respondent. Respondent also warrants that no one was paid or promised a fee, commission, gift or any other consideration contingent upon receipt of an award for the services or product(s) and/or supplies specified herein. See attached Non-Collusion Affidavit. 19. Bid Costs Costs related to the preparation of a response to this formal solicitation are solely those of the respondent, and the City assumes no responsibility for any such costs incurred by the respondent. 6 20. Protests & Procurement Policy If a protest is filed, it shall be in accordance with the procedures outlined for bid protests in the City’s Procurement Policy. The Procurement Policy is incorporated herein by reference and is available online at https://cityofwinterpark.org/docs/departments/administration/procurement/procurement-policy-2017-11- 27.pdf. In the event of any inconsistency or ambiguity between the terms of the Procurement Policy & Procedures Manual as compared with the terms of this document and the specifications at issue, the terms of this document and the specification at issue shall govern and control. If a respondent prevails in a protest action, the City of Winter Park’s liability shall be limited to reimbursement of the actual bid costs (as defined in the section above entitled “Bid Costs”) proven to have been incurred and paid by the respondent. No other damages, including but not limited to damages for lost profits, lost business opportunity and/or compensatory or consequential damages of any type or special damages of any type shall be due to or recovered by the prevailing vendor in a bid protest, even if the contract is awarded by the City to another respondent, if the bid protester has failed to obtain an injunction against making such award. Any party responding to a formal solicitation issued by the City, that contends that another respondent is disqualified from bidding for any reason, including allegation that the other entity is not legally qualified to respond or lacks appropriate visa or citizenship status, may also raise such issue through the means of a protest, and the bid protest shall be handled in the manner specified herein and in accordance with the terms of the Procurement Policy and Florida law applicable to municipal protests. With respect to any assertion that another respondent is not legally constituted or lacks proper citizenship or visa status, the protesting party shall offer proof of such fact prior to the award of the contract, and such proof shall be subject to the requirements of admissible evidence under Florida law as determined by the City Attorney during the course of the protest proceedings. 21. Agreement The resulting Agreement or Contract, which shall include these General and Special Conditions, as well as all Amendments or Addenda issued by the City, contains all the terms and conditions agreed upon by all parties. No other agreements, oral or otherwise, regarding the subject matter of this Agreement/Contract shall be deemed to exist or to bind either party hereto. All proposed changes must be submitted to the City in writing, and approved by the City Manager, Assistant City Manager and/or Commission in writing prior to taking effect. 22. Additional Purchases by Other Public Agencies The vendor, by submitting a bid, authorizes other public agencies to “piggyback” or purchase commodities or services being proposed in this bid solicitation at prices bid, unless otherwise noted on the bid sheet. 23. Use of Other Contracts The City of Winter Park reserves the right to utilize, including but not limited to “piggybacking,” any applicable State of Florida contract, city or county governmental agencies contract or Central Florida Purchasing Cooperative contract, if in the best interest of the City. 7 24. Public Entity Crimes A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO, for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. The respondent shall provide a certification of compliance regarding the public crime requirements. In submitting a bid to the City, the respondent offers and agrees that if the bid/proposal is acceptable, the respondent will convey, sell, assign or transfer to the City all rights, title and interest in and to all causes of action it may now or hereafter acquire under the antitrust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City of Winter Park. At the City’s discretion, such assignment shall be made and become effective at the time the purchasing agency tenders final payment to respondent. 25. Certificate of Insurance The successful Respondent and any subcontractors of the vendor shall require their insurance carriers, with respect to all insurance policies, to waive all rights of subrogation against the City. The City of Winter Park has contracted with ‘myCOI’ to track and establish insurance compliance with the contract terms. If awarded a contract the successful Respondent shall be required to register with myCOI. Respondent must submit certificates or other documentary evidence to the City via myCOI, attesting to insurance coverage for Worker’s Compensation Insurance as required by the Florida Statutes, Public Liability, Property Damage Insurance, Professional Liability Insurance in the amount of One Million Dollars ($1,000,000), and other requirements, as summarized on and in the amounts specified on the attached Summation of Insurance Requirements. The successful Respondent shall not commence work under any agreement until obtaining all insurance coverage under this section and until the City has approved such insurance. The City of Winter Park shall be included as an ADDITIONAL INSURED on all certificates and policies pertaining to this project, except for Worker’s Compensation and Professional Liability Insurance policies. Insurance companies must be licensed to do business in the State of Florida with a Best’s Key Rating Guide rate of no less than “A.” This information will be verified in the City’s discretion, and it may be grounds for disqualification if the information is not in order. 26. Licenses, Permits, or Fees It shall be the responsibility of the successful respondent to obtain all licenses and permits, as required, to complete this service at no additional cost to the City. Permits and the payment of related fees are required from the City within the scope of work in these specifications. Said fees paid for required building permits may be reduced by Thirty-Three Percent (33%) for the City, only. Fees paid for trade permits including plumbing, electrical, gas, mechanical and demolition permits cannot be waived. The successful respondent is required to obtain the permits; however, the successful respondent may inform the Building Division they are under contract to the City, and request a reduction of the required fees as referenced above. Payment of these fees does not relieve the successful respondent from the financial responsibilities or other requirements imposed by other governmental agencies relating to permits, licenses or fees which they may impose. This does not include waiving school impact fees or Competency Card License fee when applicable. The successful respondent is required to obtain all necessary inspections including building, plumbing, mechanical and electrical inspections and the Certificate of Occupancy must be obtained prior to occupancy as is required by the Winter Park Building Division. 8 All other related Land Development Code requirements related to building projects must be observed including, but not limited to, landscape, irrigation, lighting and storm water provisions. All required licenses and permits shall be disclosed by true and correct copy thereof upon submission of the bid, and thereafter, shall be readily available for review by the City (reference to the “City” herein shall also mean any official or employee of the City acting in proper authority on behalf of the City). 27. Termination/Cancellation of Contract The City reserves the right to cancel the contract, at any time, without cause and without penalty, with a minimum thirty (30) days written notice. Termination or cancellation of the contract will not relieve the respondent of any obligations for any deliveries entered into prior to the termination of the contract (i.e. reports, statements of accounts, etc., required and not received). Termination or cancellation of the contract will not relieve the respondent of any obligations or liabilities resulting from any acts committed by the successful respondent prior to the termination of the contract. 28. Termination for Default The City’s Procurement Division shall notify, in writing, the respondent of deficiencies or default in the performance of its duties under the Contract, via email, or otherwise, to the address provided by respondent in its proposal. Three (3) separate documented instances of deficiency or failure to perform in accordance with the specifications contained herein shall constitute cause for termination for default, unless specified elsewhere in the solicitation, whether or not the respondent has received notice of those instances of deficiency. It shall be at the City’s sole discretion whether to exercise the right to terminate. Respondent shall not be found in default for events arising due to reasons classifiable under the category of Force Majeure. 29. Termination for City’s Convenience The performance of work under this contract may be terminated in accordance with this clause in whole, or from the time in part, whenever a City representative shall determine that such termination is in the best interest of the City. Any such termination shall be communicated by the delivery via email, or otherwise, to the address provided by successful respondent in its response of a Notice of Termination specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective. Upon such termination for convenience, successful respondent shall be entitled to payment, in accordance with the payment provisions, for services rendered up to the termination date and the City shall have no other obligations to successful respondent. Successful respondent shall be obligated to continue performance of contract services, in accordance with this contract, until the termination date and shall have no further obligation to perform services after the termination date. 30. Post Award Termination Unless otherwise prohibited by law, in the event the Respondent who is awarded a contract by the City through this IFB is terminated early or suspended from further work or services by the City for a default in the performance under the contract, or in the event the City rescinds a contract award to the selected respondent prior to execution of a contract, the City may, without commencing a new competitive procurement process and without waiving any rights or remedies against the defaulting respondent (if applicable), contract with the next responsive and responsible respondent that is willing and able to complete the work or services if such is determined by the City Commission to be in the City’s best interest. In awarding a contract to the next responsive and responsible Respondent that is willing and able to complete the work or services, the City may accept such Respondent’s original response or negotiate a contract to be consistent with the defaulting respondent or the Respondent’s whose contract award was rescinded. 9 31. Drug-Free Workplace The respondent, his/her/its employees, subcontractors, and his/her/its employees are prohibited from unlawful drug or alcohol possession and the use, manufacture, or dispensation of controlled substances while at work and while traveling to or from work. If any employee reports to work under the influence of alcohol or drugs the employee shall be immediately removed from the City premises by the respondent. The contractor will be held responsible for any damages, loss, or extra expenses caused by delays incurred by such actions. The respondent shall certify that the firm has a drug-free workplace policy in accordance with section 287.0878, Florida Statute. Failure to submit this certification shall result in the rejection/disqualification of the bid. See attached Drug-Free Workplace Affidavit. 32. Indemnification The selected successful respondent shall be required to provide certain indemnifications in favor of the City and its employees and elected and appointed officials and officers in substantially the following form: Respondent agrees to indemnify and hold harmless the City, its employees and elected and appointed officials and officers, from all claims, judgments, damages, losses, and expense (including reasonable attorneys’ fees, experts’ fees and litigation costs incurred at all trial and appellate levels with attorneys and experts selected by the City) arising out of or resulting from the performance or nonperformance of the work or services provided within the scope of this Agreement to the extent caused in whole or part by any negligence, recklessness, or intentional wrongful misconduct of the Respondent or persons employed or utilized by the Respondent in the performance of any services or work rendered under this Agreement. If the type of services or work being performed under this Agreement require a maximum monetary limit of indemnification under general law, then the maximum monetary limit under this section and other indemnifications contained within this Agreement shall be two million dollars ($2,000,000) per occurrence, which the City and Respondent agree bears a commercially reasonable relationship to this Agreement; otherwise there is no maximum limit of indemnification. Respondent shall indemnify and hold harmless the City from and against any and all claims against the City, or any of its officials, officers, and employees, by any employee of the successful respondent or of any subcontractor arising out of or concerning the services or work performed under the Agreement between the City and the Respondent. The indemnification obligation under this clause shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the contractor or any subcontractor under any Worker’s Compensation Act, Disability Benefit Act, or other Employee Benefit Act. In the event these indemnification provisions or any other indemnification provision of the Agreement is deemed inconsistent with any statutory provision or common law principle, such indemnification provisions shall be severable and survive to the greatest extent possible to protect the City and the City’s employees and elected and appointed officials and officers under Florida law. The required indemnifications shall survive the termination, cancellation, or expiration of the Agreement, and shall not be limited by reason of any insurance coverage. 10 33. Accidents & Claims The successful respondent shall be held responsible for all accidents and shall indemnify, hold harmless, and protect the City from all suits, claims and actions brought against the City or its officials, representatives, agents, officers, and employees, and all costs, damages, or liabilities to which the City or its officials, representatives, agents, officers, and employees may be put or exposed, for any injury or alleged injury to the person(s) or property(s) of another resulting from negligence or carelessness in the performance of the work, or in protection of the project site, or from any improper or inferior workmanship, or from inferior materials used in the work, or otherwise related to the project. See also Summation of Insurance Requirements. 34. Laws & Regulations The successful respondent at all times shall be familiar with and observe and comply with all Federal, State, Local, and Municipal laws, codes, ordinances, rules, and regulations which in any manner may apply and those which may be enacted later, or bodies or tribunals having jurisdiction or authority over the work, and shall indemnify and save harmless the City against any claims or liability arising from, or based on, the violation of any such law, ordinance, rule, code, regulation, order, patent infringements, or decrees. The successful respondent is assumed to have made himself/herself/itself familiar with all Federal, State, Local, and Municipal laws, codes, ordinances, rules, and regulations which in any manner affect those engaged or employed in the work, or the materials or equipment used in or upon the work, or in any way affect the work or services. No plea of misunderstanding will be considered an excuse for the ignorance thereof. In the event of any litigation or claim between the respondent/vendor on this IFB and the City, including but not limited to any claim or litigation related to an agreement resulting from this bid process, or any other type of dispute related to this IFB, the venue shall be in Orange County, Florida, where all laws, regulations, ordinances, codes, and rules of Florida and the City shall be used in the adjudication. All responses, questions, and conversations are public information, including any literature or handouts at any subsequent presentations. All submittals are subject to the Florida Public Records Act, F.S. 119. The tender of a proposal authorizes release of all of your company’s information as submitted. 35. Communications To ensure fair consideration for all prospective respondents throughout the duration of the formal solicitation process, the City prohibits communication, whether direct or indirect, regarding the subject matter of the IFB or the specifications by any means whatsoever, whether oral or written, with any City employee, elected official, selection committee member, or representative of the City, from the date of first publication or issuance of the specifications until the Commission makes the award. Communications initiated by a respondent may be grounds for disqualifying the offending respondent from consideration for award of the bid or any future bid. The sole exception to the foregoing rule is that any questions relative to interpretation of specifications or the bid process may be addressed to employees in the City’s Procurement Division, in writing through VendorLink, and, the person sending the question agrees that the Procurement Division may furnish a copy of the question to all other Respondents and other persons who have registered an interest in responding to the formal solicitation. Questions of a material nature must be received no later than seven (7) business days from the date and time of the public opening. 11 36. Cone of Silence A Cone of Silence/Lobbying Blackout Period begins upon issuance of a solicitation. For awards requiring City Commission approval, the Cone of Silence/Lobbying Blackout period concludes at the meeting which the City Commission will be presented the award(s) for approval or a request to provide authorization to negotiate a contract. However, if the City Commission refers the item back to the City Manager and/or Procurement Division for further review or otherwise does not take action on the item, the Cone of Silence/Lobbying Blackout Period will be reinstated until such time as the City Commission meets to consider the item for action. The Cone of Silence/Blackout Period for award requiring the City Manager approval concludes upon issuance of a Notice of Intent to Award. 37. Addenda When questions arise that may affect the bid, the answers will be distributed in the form of an Addendum, which will be posted on the City’s website. All Respondents should check the City’s website or contact the City’s Procurement Division at least seven (7) calendar days before the date fixed to verify information regarding Addenda. The City, in its sole discretion, may delay and change the scheduled due dates indicated herein. Addenda information will be posted on the City’s website at www.cityofwinterpark.org/procurement - select “Active Solicitations.” It is the sole responsibility of the respondent to ensure he/she obtains information related to Addenda. Unless otherwise specified, all addenda must be acknowledged on the Signature Sheet to be considered responsive. Failure to acknowledge all addenda may result in the disqualification of the bid response. 38. Completion Time or Delivery Time If this is a construction or remodeling project with respect to any City facility, then at the City’s option and reasonable discretion, any resulting agreement may contain liquidated damages, final completion, and substantial completion provisions and deadlines in substantially the following form: The parties agree that these liquidated damages are not a penalty. The parties also agree that the amount of actual damages that would be suffered by the City for failure to achieve substantial and final completion is speculative as of the date of the contract and that the liquidated damages provided for in this document are a reasonable approximation of the actual damages that would be suffered by the City upon such failure to timely reach final complete the project and substantial completion of the project.. If this is a product or service the following prevails: The item(s) must be delivered FOB Destination, Freight Prepaid. Delivery is to be made within a number of days ARO as may be determined by the City. 39. Subcontractors The successful respondent shall not employ subcontractors without the advance written permission of the Procurement Manager or Project Manager. The successful respondent shall be fully responsible for the services and work provided by a subcontractor under the terms of this formal solicitation. The successful respondent agrees that any employee or agent of the respondent and any agent/employee of a subcontractor to the respondent shall be removed from the City jobsite or City premises upon request by the City Manager or designee. Such request will only be issued to remove a person if the City Manager or designee has a reasonable basis (as determined in his or her discretion) that the presence of such person on City property or at a City jobsite is not in the best interest of the City, or its employees, guests, visitors, or citizens. Additionally, a person may be directed to be removed if the person is reasonably deemed to be under the influence of drugs or alcohol, or is behaving in any manner reasonably determined to be unacceptably disruptive or in violation of any criminal or civil law or regulation as reasonably determined by the City. 12 40. Assignability Assignment of the contract, or any portion of the contract, cannot be made without the advance written consent of the City’s agent. 41. Waiver, Alterations, Consent, & Modification No waiver, alterations, consent, or modification of any of the provisions of the resulting contract shall be binding unless in writing and signed by the City Manager, Assistant City Manager and/or City Commission. 42. Fiscal Year Funding Appropriations Specific Period: Unless otherwise provided by law, a contract for supplies or services may be entered into for any period of time deemed to be in the best interest of the City, provided the term of the contract and conditions of renewal or extension, if any, are included in the solicitation and funds are available for the first fiscal period (October 1 through September 30), at the time of contract. Payment and performance obligations for succeeding fiscal periods, and any renewals, are subject to appropriation by City Commission of funds prior to entering agreement. 43. No General City Obligation In no event shall any obligation of the City under any resulting agreement be or constitute a general obligation or indebtedness of the City, a pledge of the ad valorem taxing power of the City, or a general obligation or indebtedness of the City within the meaning of the Constitution of the State of Florida or any other applicable laws, but shall be payable solely from legally available revenues and funds. 44. Cancellation Due to Unavailability of Funds in Succeeding Fiscal Periods When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the resulting contract may be cancelled by the City and the successful respondent will be entitled to reimbursement for the reasonable value of any nonrecurring costs incurred but not advertised in the price of the supplies delivered under the contract, renewal or otherwise recoverable. 45. Proprietary Information In accordance with Chapter 119 of the Florida Statutes (Public Records Law), and except as may be provided by other applicable State or Federal Law, all respondents should be aware that Invitation to Negotiate and the responses thereto are in the public domain. However, the respondents are requested to identify specifically any information contained in their response which they consider confidential, trade secrets, and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting or confidentiality laws that apply. 46. Compliance All companies doing business with the City must do so in the English language and make bids or other money quotations in U.S. currency. There shall be no customs, duties or import fees added to the cost shown in the response. In the event of any legal disputes the laws of the State of Florida and, where appropriate, the United States of America shall prevail. Venue for any court proceedings arising out of or related to this IFB or any resulting contract or purchase shall be in a court of competent jurisdiction in Orange County, Florida. 47. Equal Opportunity Employment The successful respondent agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, disability, or national origin and will take steps to ensure that applicants are employed, and employees are treated during employment without regard to race, color, religion, sex, age, disability, or national origin. This provision will include, but not be limited to the following: employment, upgrading, demotion or transfer, recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training including apprenticeship. 13 Each employee of the contractor shall be a citizen of the United States or an alien who has been lawfully admitted for permanent residence as evidenced by an Alien Registration Receipt Card. The contractor agrees not to employ any person undergoing sentence of imprisonment except as provided by Public Law 89-176, September 10, 1965 (18 USC 4082)(c)(2), or most recent. 48. Fair Labor Standards Act Contractor is required to pay all employees not less than the Federal minimum wage, and to abide by other requirements as established by the Congress of the United States in the Fair Labor Standards Act, as amended from time to time. 49. Unauthorized Aliens The City shall consider the employment by Contractor of unauthorized aliens as a violation of section 274A(e) of the Immigration and Nationalization Act, as amended, and shall be considered a basis for determination by the City of a non-responsive bid. This requirement shall be contained in any contract executed pursuant to this IFB. 50. False Claims If the selected successful respondent is unable to support any part of its claim and it is determined that such inability is attributable to misrepresentations of fact or fraud on the part of the respondent, respondent shall be liable to the City for an amount equal to such unsupported part of the claim in addition to all costs to the City attributable to the cost of reviewing said part of respondent’s claim. The City and successful respondent acknowledge that the “Florida False Claims Act” provides civil penalties not more than Ten Thousand Dollars ($10,000) plus remedies for obtaining treble damages against contractors or persons causing or assisting in causing Florida Governments to pay claims that are false when money or property is obtained from a Florida government by reason of a false claim. Respondent agrees to be bound by the provisions of the Florida False Claims Act for purposes of any resulting agreement and the work or services performed hereunder. 51. Reductions in Work The City shall have the sole right to reduce or eliminate, in whole or in part, the Scope of Work, any Project, or any Service Authorization at any time and for any reason, upon written notice to the successful respondent specifying the nature and extent of the reduction. In such event the respondent shall be fully compensated for the work or services already performed, including payment of all Project-specific fee amounts due and payable prior to the effective date stated in the City’s notification of the reduction. The respondent shall also be compensated for the work or services remaining to be done and not reduced or eliminated on the Project. However, respondent will not be entitled to compensation for services or work not performed or that are eliminated from any resulting agreement relating to this IFB by City. 52. Disclaimer of Liability The City will not hold harmless or indemnify any respondent or any of its agents, employees, or persons or entities acting on behalf of or at the direction of respondent for any liability whatsoever. 53. Sovereign Immunity Reserved The City reserves and does not waive any and all defenses provided to it by the laws of the State of Florida or other applicable law, and specifically reserves and does not waive the defense of sovereign immunity or any other privilege, immunity or defense afforded by law to the City and its employees, officials and officers, including but not limited to, such sovereign immunity protections set forth in section 768.28, Florida Statutes. 14 54. Compliance with Occupational Safety & Health Respondent certifies that all material, equipment, etc. contained in this formal solicitation, meets all O.S.H.A. requirements. Respondent further certifies that if awarded as the successful qualifier, and the material, equipment, etc. delivered is subsequently found to be deficient in any O.S.H.A. requirement in effect on the day of delivery, all costs, necessary to bring the materials, equipment, etc. into compliance with the aforementioned requirements shall be borne by the qualifier. Respondent certifies that all employees, subcontractors, agents shall comply with all O.S.H.A. and state safety regulations and requirements. 55. Severability If any term, provision or condition contained in this IFB or in any resulting agreement relating thereto shall to any extent, be held invalid against public policy, or otherwise unenforceable by a court of law, the remainder of this IFB or any resulting agreement relating thereto, or the application of such term or provision shall otherwise be fully enforceable. 56. Public Records For any resulting agreement relating to this IFB, the successful respondent shall be required to abide by the following provisions as to Florida’s Public Records Law and requirements as set forth in chapter 119, Florida Statutes: Successful respondent acknowledges and agrees that the City is a public entity that is subject to Florida’s public records laws and as such, documents in respondent’s control and possession (including subconsultants or subcontractors) relating to the Project and work and services performed for the City are subject to inspection pursuant to chapter 119, Florida Statutes, unless otherwise exempt, excepted, or a record does not meet the definition of a public record under applicable law. In accordance with section 119.0701, Florida Statutes, respondent specifically agrees it shall: (a) keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service or the work for the project; (b) provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in chapter 119, Florida Statutes, or otherwise provided by law; (c) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and (d) meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of respondent upon termination of the resulting agreement and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to City in a format that is compatible with the information technology systems of the City. It is further agreed that any record, document, computerized information and program, e-mail, electronic file, memo, drawing, audio or video tape, photograph, or other writing of the respondent and its employees, sub-consultants and associates related, directly or indirectly, to the resulting agreement, are likely considered to be Public Records whether in the possession or control of the City or the respondent (including sub-consultants and subcontractors), unless an exemption or exception under applicable law applies. Such records, documents, computerized information and programs, e-mails, electronic files, memos, drawings, audio or video tapes, photographs, or other writings of the respondent are subject to the provisions of chapter 119, Florida Statutes, and applicable retention schedules, and may not be destroyed without the specific written approval of the City Clerk. While in the possession and control of the respondent, all public records shall be secured, maintained, preserved, and retained in the manner specified pursuant to the Public Records Law. Upon request by the City, the respondent shall at its expense, within three (3) business days, supply copies of said public records to the City. All books, cards, registers, receipts, documents, and other papers in connection with the resulting contract shall, at any and all reasonable times during the normal working hours, be open and freely exhibited to the City for the purpose of examination and/or audit. Since the City’s documents are of utmost importance to the conduct of City business and because of the legal obligations imposed upon the City and respondent by the Public Records Law, respondent agrees that it shall, under no circumstances, withhold possession of any public records, including originals, copies or electronic images thereof when such are requested by the City, regardless of any contractual or other dispute that may arise between respondent and the City. 15 Respondent hereby indemnifies the City concerning any claims, damages, suits, judgments, losses, expenses and penalties arising out of or concerning respondent’s and its sub-consultants’ and subcontractors’ violation of Public Records Law or this section, including for the City’s attorneys’ fees and costs at all trial and appellate levels. IF THE SUCCESSFUL RESPONDENT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE SUCCESSFUL RESPONDENT’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Cindy Bonham, City Clerk, City of Winter Park, 401 South Park Avenue, Winter Park, Florida 32789; e-mail: cityclerk@cityofwinterpark.org; telephone no.: (407) 599-3277. Additionally, the respondent shall maintain books, records, documents, time and cost accounts, and other evidence directly related to its provision or performance of work or services under any resulting agreement. All-time records and cost data shall be maintained in accordance with generally accepted accounting principles. The respondent shall maintain and allow access to the records required under this section for a minimum period of five (5) years after the completion of the provision or performance of work or services under any resulting agreement relating to this IFB and the date of final payment for said work or services, or date of termination of this Agreement. The City reserves the right to unilaterally terminate any resulting agreement if the respondent refuses to allow public access to all documents, papers, letters, or other materials subject to provisions of Chapter 119, Florida Statutes, and other applicable law, and made or received by the respondent in conjunction, in any way, with any resulting agreement or this IFB. If Federal, State, County or other entity funds are used for any services or work under any resulting agreement, the Comptroller General of the United States or the Chief Financial Officer of the State of Florida or the County of Orange, or any representative, shall have access to any books, documents, papers, and records of the respondent which are directly pertinent to services or work provided or performed under any resulting agreement for purposes of making audit, examination, excerpts, and transcriptions. The respondent agrees that if any litigation, claim, or audit is started before the expiration of the record retention period established above, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved and final action taken. 57. Counterparts This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. 58. Lien No lien or security interest in any City property may be created in relation to this Agreement. 16 59. Authority to Bind City No officer or employee has the authority to bind the City to the terms of this formal solicitation. A majority vote of a quorum of the members of the City Commission present at a duly noticed meeting held in accordance with section 286.011, Florida Statutes (the Florida Sunshine Law), shall be required to bind the City to the terms of this formal solicitation. This provision shall not apply to the extent that a particular procurement or type of purchase may be entered by the City Manager pursuant to an Ordinance of the City. 60. Breach Notwithstanding any limitation of warranty or remedy, the City reserves all remedies available under Florida law in the event of a breach of the terms of this IFB. Without limitation it will be a material breach if the successful respondent delivers non-conforming goods or goods or services not reasonably fit for the intended purpose. Notwithstanding any limitation of warranty, the successful respondent warrants that the goods, services, and products sold or provided to the City will be fit and useful for the intended purpose for which such products or services were sold or provided to the City, and the successful respondent warrants that the goods and services are in conformance with the representation made during the IFB process or are of a quality consistent with the prevailing standard for similar products and services in the commercial market. Unless otherwise prohibited by law, in the event the respondent who is awarded a contract by the City is terminated or removed from further work by the City for a default in the performance under the resulting agreement, the City may, without commencing a new competitive procurement process and without waiving any rights or remedies against the defaulting respondent, contract with the next highest ranked respondent that is ready, willing, and able to complete the work or services if such is determined by the City to be in the City’s best interest 61. Limitations on Damages. If the successful respondent is delayed in completing its services or work through no fault or negligence of its own, and, as a result, will be unable to complete performance fully and satisfactorily under the provisions of any resulting agreement relating to this IFB or any services authorization, then, in the City's reasonable discretion, and upon the submission to the City of evidence of the causes of the delay, the respondent may be granted an extension of its Project schedule equal to the period the respondent was actually and necessarily delayed, as respondent’s sole and exclusive remedy. In no event shall the City be liable to the respondent for damages caused by delays, impacts, disruption, acceleration, resequencing, mobilization, demobilization, remobilization, and/or interruptions regardless of the cause. Respondent expressly agrees that the foregoing constitutes its sole and exclusive remedy for delays in performance of the work or services, and Respondent expressly waives any and all other remedies for any claim for increase in any resulting agreement relating to this IFB’s Contract price or sum, damages, expenses, losses, or additional compensation. Any submission to this IFB shall be an indication that respondent has considered normal local weather conditions (daily and monthly variations) for the previous ten (10) years from the date of the submission as compiled by the National Weather Service and measured at the Orlando International Airport. Respondent should consider and include the impact of weather conditions and inclement weather, including but not limited to, the possibility of hurricanes and tropical storms and related adverse weather conditions common to Central Florida, for purposes of any construction scheduling, sequencing, and similar items in preparation of a submission. No claims shall be made or allowed upon the schedule impact or requirements of mobilization, demobilization, or remobilization due to local weather conditions. 17 IN NO EVENT SHALL THE CITY BE LIABLE FOR ANY INDIRECT, INCIDENTAL, SPECIAL DAMAGES, DELAY DAMAGES, OR CONSEQUENTIAL DAMAGES, INCLUDING BUT NOT LIMITED TO, LOSS OF PROFITS, LOSS OF REVENUE, OR LOSS OF USE, OR COST OF COVER INCURRED BY CONTRACTOR OR ANY THIRD PARTIES ARISING OUT OF THE AGREEMENT AND/OR CONCERNING THE PERFORMANCE OF SERVICES BY THE CONTRACTOR OR BY THE CITY UNDER THE AGREEMENT OR UNDER A SERVICES AUTHORIZATION ISSUED UNDER THE AGREEMENT. 62. Ethics The selected respondent shall not engage in any action that would create a conflict of interest in the performance of the actions of any City official, officer, employee, or other person during the course of performance of, or otherwise related to, this IFB or any resulting agreement or which would violate or cause others to violate the provisions of Part III, Chapter 112, Florida Statutes, relating to ethics in government. Respondent hereby certifies that no officer, agent or employee of the City has any material interest (as defined in section 112.312 (15), Florida Statutes), as over Five Percent (5%) either directly or indirectly, in the business of the respondent to be conducted here, and that no such person shall have any such interest at any time during the term of any resulting agreement. Respondents shall warrant that they have not employed or retained any company or person, other than a bona fide employee working solely for respondent to solicit or secure any resulting agreement relating to this IFB and that respondent has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for respondent, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of any resulting agreement relating to this IFB. For the breach or violation of this provision, the City shall have the right to terminate the resulting agreement without liability. 63. Dispute Resolution Dispute resolution shall be by pre-suit mediation and litigation held in Orange County, Florida. Mediation shall be initiated by any party by serving a written request for same on the other party. The parties shall, by mutual agreement, select a mediator within fifteen (15) days of the date of the request for mediation. If the parties cannot agree on the selection of a mediator, then the City shall select the mediator who, if selected solely by the City, shall be a mediator certified by the Supreme Court of Florida. No suit or other legal proceeding shall be filed until: (i) the mediator declares an impasse, which declaration, in any event, shall be issued by the mediator not later than sixty (60) days after the initial mediation conference; or (ii) sixty (60) days has elapsed since the written mediation request was made in the event the other party refuses to or has not committed to attend mediation. The parties shall share the mediator’s fee equally. If pre-suit mediation does not resolve the dispute, then the dispute shall be resolved by litigation before the County Court or Circuit Court of the Ninth Judicial Circuit, in and for Orange County, Florida. Each party shall bear its own costs and fees in any mediation and litigation arising out or concerning the Agreement, except as may be allowed pursuant to an indemnification provision of the Contract. 64. Procurement Decision The City reserves the right to make an award consistent with the maximum discretion afforded to the City under Florida law with regard to municipal procurement. The City shall have the right to select who in the opinion of the City will be in the best interest of and/or the most advantageous to the City. The City also reserves the right to reject any respondent who has previously failed in the proper performance of a contract or to deliver on time contracts of a similar nature or who, in the City’s opinion, is not in a position to perform properly under this award. Additionally, the City reserves the right to reject all respondents and to resolicit, or not, in its sole discretion. A decision to terminate the solicitation process may be made at any time before the City enters into a contract with a selected respondent. A recommendation of contract award does not constitute a contract. 18 The award of contract to the selected respondent is subject to City Commission approval and the execution of an Agreement with terms acceptable to the City. The City staff makes recommendations to the City Commission, and the City Commission ultimately has the authority to award contracts, including the right to re-rank respondents differently than recommended by the City staff. 65. Scrutinized Companies (a) Generally. Pursuant to section 287.135, Florida Statutes, a company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with a local governmental entity for goods or services of: 1) any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to section 215.4725, Florida Statutes, or is engaged in a boycott of Israel; or 2) one million dollars ($1,000,000.00) or more if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company is: (a) on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to section 215.473, Florida Statutes; or (b) engaged in business operations in Cuba or Syria. A violation of this subsection shall constitute grounds for the City to reject any bid or proposal submission and shall constitute grounds for the City to immediately terminate any resulting contract or agreement relating to same. (b) Contract or renewal of contract for goods or services of one million dollars ($1,000,000.00) or greater: Contractor/Proposer/Bidder (as applicable) expressly agrees that, pursuant to section 287.135, Florida Statutes, the City shall have the exclusive right, at the City’s option, to immediately terminate any contract for goods or services of one million dollars ($1,000,000.00) or more that is renewed or entered into on or after July 1, 2018, if the Contractor/Proposer/Bidder: 1) submits a false certification as attached herein or as may be otherwise required under section 287.135(5), Florida Statutes; 2) is currently or has been subsequently placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; or 3) is currently or has been determined to be engaged in business operations in Cuba or Syria. (c) Contract or renewal of contract for goods or services of any amount. Contractor/Proposer/Bidder (as applicable) expressly agrees that, pursuant to section 287.135, Florida Statutes, the City shall have the exclusive right, at the City’s option, to immediately terminate any contract for goods or services of any amount that is renewed or entered into on or after July 1, 2018, if the Contractor/Proposer/Bidder: 1) is found to have been placed on the Scrutinized Companies that Boycott Israel list; or 2) is engaged in a boycott of Israel. (d) False certification. If the Contractor/Proposer/Bidder submits a false certification as may be required under section 287.135, Florida Statutes, then the City shall have all remedies afforded by law, including but not limited to, the filing of a civil action as authorized in section 287.135(5), Florida Statutes, which expressly authorizes the payment of certain penalties, all reasonable attorneys’ fees and costs incurred by the City, and all costs for investigations that led to the finding of false certification. 66. Electronic Signatures In accordance with §§ 668.001 through 668.06, Florida Statutes, the City will accept electronically filed and signed documents in regards to execution of contracts and contract related documents meeting the requirements as stated in the City’s Procurement Policy. 67. Independent Contractor Successful respondent is, and shall be, in the performance of all work, services, and activities set forth in this IFB, an independent contractor, and not an employee, agent, or servant of the City. All persons engaged in any of the work or services performed as set forth herein or relating to this IFB or as part of any resulting agreement regarding this IFB shall at all times and in all places be subject to respondent’s sole direction, supervision, and control. 19 The respondent shall exercise control over the means and manner in which it and its employees perform the work or services, and in all respects the respondent’s relationship and the relationship of its employees to the City shall be that of an independent contractor and not as employees or agents of the City. The respondent does not and shall not have the power or authority to bind the City in any promise, agreement, or representation except as may be otherwise expressly provided herein. 68. Tobacco-Free Campus Contractor agrees that the performance of all work and services for the City shall be tobacco free. Accordingly, Contractor agrees that all of contractor’s employees, agents, and those performing work and services for the City at the Contractor’s direction or control shall refrain from utilizing tobacco in any form within or about any City parking lots, parks, break areas, worksites, and any other public property during the term of this Agreement. Contractor agrees that this is a material term of this Agreement, and the City shall have all available applicable remedies under Florida law in the event that this provision is violated, up to and including, termination of this Agreement. For purposes of this subsection, the term “tobacco” shall include, but not be limited to, the following: 1) smoking or inhaling from pipes, cigars, cigarettes, cigarillos, any form of rolled tobacco, vaping, or e-cigarettes; or 2) utilizing chewing tobacco, plug tobacco, dip or other smokeless tobacco, snuff, or any other form of leaf tobacco product. 69. Background Check Verification Successful respondent agrees to perform a Level I (Past 5 years) FDLE Computerized Criminal History (CCH) (FDLE CCH Website) background check in accordance with all applicable state and local laws, on any assignee being assigned and prior to assignment with the City. All background checks shall be accomplished prior to any assignment or work taking place on City property. The cost of the background checks shall be borne by the respondent. Respondent will certify that, in accordance with F.S. 837.06, Florida Statutes, whoever knowingly makes a false statement in writing with the intent to mislead a public servant in the performance of his or her official duties shall be guilty of a misdemeanor in the second degree, punishable as provided in s. 775.082 or s. 775.083, Florida Statutes. [REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] 20 SECTION II: Scope of Services Background: The City of Winter Park is requesting bids from qualified contractors for painting services. These services may include, but are not limited to: Painting interior and exterior walls of various materials, painting metal streetscape items such as light poles and benches, and performing touch up work. All work will be completed on an as-needed basis. Scope: 1. Site Preparation: All painted surfaces are to present a clean and even appearance with no evidence of poor workmanship. Finished paint surfaces shall be free from sags, wrinkles, drips and other defects or imperfections. Contractor shall not paint over dirt, dust, scale, grease, moisture, or conditions detrimental to the formation of a durable and acceptable finish. Observe manufacturer’s recommendations in regard to preparation of surfaces to receive paint and application of paint itself. The Contractor is responsible for familiarizing themselves with the site and informing a City representative of any potential problems prior to starting the project. Procedures shall include, but are not limited to, the following: A. Cleaning - Clean and remove oil, grease and loose foreign matter, including, mold mildew, dirt and corrosion products, in a manner which causes neither undue damage to the substrate nor damage to, or contamination of, the surroundings or the paint system to be applied; Walls should be wiped down as necessary before painting. B. Glossy Surfaces - Adequately scuff and/or solvent or chemically etch as appropriate to provide satisfactory adhesion for subsequent paint coats; C. Filling - Fill cracks and holes with fillers, sealers, or grouting cements as appropriate for the finishing system and substrate, and sand smooth, in accordance with industry standards before painting. Tint the filler to match substrate if the finish is transparent. D. Drying - Unless otherwise specified, ensure that surfaces are cured and dry before applying additional coats of paint; E. General - Remove weld spatter, slag, burrs, or any other objectionable surface irregularities. Remove any rust and apply rust primer; F. Apply an oil-based primer to any bare timber surfaces; 2. Paint Material: If the City does not provide a specific color code for a project, the Contractor shall provide the name of the product they intend to use in their written quote prior to beginning any work. 3. Paint Application: A. The Contractor shall inspect all surfaces prior to applying paint to ensure that the surface is suitable for painting. Any sub-standard surfaces are to be reported to a City representative prior to commencing work. The application of paint to any surface by the Contractor is confirmation by the Contractor that the surface provided is sufficient and satisfactory to result in a high-quality finish. B. Ensure that primers, sealers and undercoats are suitable for the substrate and compatible with the finish coat and each other; 21 C. Apply paint and related material with an undercoat plus two coats of selected finish color, or with the number of coats specified in accordance with the manufacturer's recommendations. Allow each coat to harden for the drying time recommended by the manufacturer. D. Ensure each coat of paint is uniform in color, gloss, thickness and texture and free of runs, sags, blisters, or other discontinuities. Light sanding between coats as needed. 4. Touch Up: A. Clean off marks, paint spots and stains throughout; including on glass, restoring all effected surfaces to their original condition. B. Touch ups shall be completed so as not to be readily visible. It is understood that this may require two (2) or more coats of paint. 5. Work Area Protection: A. Before painting in any section of the building, drop sheets, masking tape, or other protective coverings shall be used where necessary to protect finished work or other surfaces liable to damage during painting. B. Remove all hardware and similar items in place that are not to be painted, or provide surface protection prior to surface preparation and painting operations. After completion reinstall all removed items. C. Any present gas lines and meters shall be painted in accordance with applicable building code. D. The Contractor shall at all times keep the work area, including storage areas, free from accumulations of waste and materials. Before completing the work, the Contractor shall remove from the premises any rubbish, tools, scaffolding, equipment, and materials that are not the property of the City. Unsightly materials and debris including tools, excess soil, garbage, and equipment should be removed as required. Materials should be scheduled for delivery only as required for immediate use. E. Any damage caused by the Contractor, or subcontractors, shall be corrected at the Contractor’s expense. F. Contractor must provide and set-up "Wet Paint" signs to protect newly painted surfaces that will be subject to pedestrian traffic. 6. Warranties: The Contractor shall provide a one-year warranty for labor and materials for all projects. The warranty period shall commence following project completion and inspection by a City representative. [REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] 22 Price Sheet The City reserves the right to request quotes for additional projects not specifically listed on this Price Sheet. Prices must include all materials and labor required to complete the job in a manner consistent with the above Scope. Contractor shall provide the estimate assuming that Sherwin Williams or like products will be used. Items Price Multi-Story Building Exterior $ ___________ /per hour Single-Story Building Exterior $ ___________ /per hour Interior Walls and Ceilings (Scaffolding Required) $ ___________ /per hour Interior Walls and Ceilings (No Scaffolding Required) $ ___________ /per hour Decorative Metal Light Poles $ ___________ /per hour Decorative Metal Traffic Light Poles (With Mast Arm) $ ___________ /per hour Decorative Metal Traffic Light Poles (No Mast Arm) $ ___________ /per hour Exterior Benches, Trash Cans, Other Fixtures (Metal) $ ___________ /per hour Interior Trim, Doors, And Railings (Various Materials) $ ___________ /per hour Exterior Doors and Railings (Various Materials) $ ___________ /per hour Exterior Soffits, Fascia, And Eaves (Various Materials) $ ___________ /per hour Exterior Park Amenities Such as Pavilions and Benches (Wood) $ ___________ /per hour Epoxy Flooring $ ___________ /per hour *Pictures of the three (3) light pole styles are included as “Exhibit A”. 23 References Provide all requested information for 2-3 prior clients that can attest to the quality of your work. 1. Business Name: ____________________________________________________________ Contact Name: ________________________ Contact Phone Number: _________________ Contact Email Address: ______________________________________________________ Describe the scope of work for the completed job: _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ 2. Business Name: ____________________________________________________________ Contact Name: ________________________ Contact Phone Number: _________________ Contact Email Address: ______________________________________________________ Describe the scope of work for the completed job: _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ 3. Business Name: ____________________________________________________________ Contact Name: ________________________ Contact Phone Number: _________________ Contact Email Address: ______________________________________________________ Describe the scope of work for the completed job: _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ 24 SECTION III: Required Forms Respondents should use the following checklist as a guide to assist in their submittal. This checklist is intended to be used as a tool; not a substitute for Respondents’ obligation to read and understand the provisions of this Invitation for Bid. Additional items may be required to be submitted by the terms of this Invitation for Bid which are not listed below:  Attachment A: Signature Sheet  Attachment B: Drug Free Workplace Affidavit  Attachment C: E-Verify Affidavit  Attachment D: Non-Collusion Affidavit of Prime Respondent  Attachment E: Public Entity Crimes Affidavit  Attachment F: Public Records Act Affidavit  Attachment G: Background Check Verification  Attachment H: Summation of Insurance Requirements  Price Sheet  References Sealed Bid Envelope Label: The label provided below, with all appropriate information completed, should be used for the proper processing of the bid submittal. The label will facilitate the Procurement Office to properly handle the sealed envelope without revealing the contents until the solicitation is opened. SEALED BID ENCLOSED Company Name: ________________________________________________________ Company Address: ______________________________________________________ ______________________________________________________ Company Telephone Number: _____________________________________________ City of Winter Park Attn: Procurement Division 401 South Park Avenue Winter Park, FL 32789 Solicitation No: IFB-12-2019 Solicitation Title: Painting Services Solicitation Due Date & Time (EST): August 30, 2019 by 2:00 p.m. 25 ATTACHMENT A Signature Sheet IFB-12-2019 The undersigned attests to his (her, their) authority to execute this submittal and to bind the company herein named to perform as per agreement. Further, by signature, the undersigned attests to the following: 1. The Respondent is financially solvent and sufficiently experienced and competent to perform all of the work required of the Respondent in the contract; 2. The facts stated in the Respondent’s response pursuant to this Invitation for Bid are true and correct in all respects; 3. The Respondent has read and complied with, and submits their response agreeing to all of the requirements, terms and conditions as set forth in the Invitation for Bid; 4. Respondent will supply all labor, materials, equipment and supplies as set forth in this Invitation for Bid; 5. Respondent understands that all information listed above may be checked by the City of Winter Park and Respondent authorizes all entities or persons listed in submittal to answer any and all questions. Respondent hereby indemnifies the City of Winter Park and the persons and entities listed above and holds them harmless from any claim arising from such authorization or the exercise thereof, including the dissemination of information pursuant thereto. 6. Respondent agrees to provide myCOI with all necessary insurance documents. Respondent verifies that the following email address is current, monitored, and is acceptable for City use. Respondent Email: ___________________________________________________ Submitted on this __________ day of ____________________, 20______. COMPANY NAME: ______________________________________________________________________ ADDRESS: _________________________ PHONE: ________________________________ __________________________________ EMAIL: _________________________________ AUTHORIZED SIGNATURE: ______________________________ PRINT: ______________________ TITLE: ___________________________________ DATE: ______________________ ADDENDUM ACKNOWLEDGEMENT The respondent shall acknowledge obtaining all addenda issued to this formal solicitation from the City’s website by completing the blocks below. Failure to acknowledge all addenda may be cause for rejection of the response. Addendum No. _________________________ Date Issued: _______________________ Addendum No. _________________________ Date Issued: _______________________ 26 ATTACHMENT B Drug-Free Workplace Affidavit IFB-12-2019 The undersigned respondent, in accordance with Florida Statute 287.087 hereby certifies that ________________________________________________ does the following: (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the Drug-Free statement. 4. Notify the employees that as a condition of working on the commodities or contractual services that are under bid, employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or no lo contendere to, any violation of Chapter 1893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this business complies fully with the above requirements. _______________________________________________ ________________________________ (Authorized signature) (Date) _______________________________________________ (Print/type name as signed above) 27 ATTACHMENT C Affidavit of E-Verify Requirements Compliance IFB-12-2019 I, the duly authorized representative/agent of ___________________________________ hereinafter referred to as Contractor, by this Affidavit attest to the following: The Contractor acknowledges that Section 274A of the Immigration and Nationalization Act and other relevant provisions of law prohibit the employment of unauthorized aliens; that the U.S. Department of Homeland Security has established an E-Verify System that allows employers to verify employee eligibility in an efficient manner; and that the Office of the Governor of the State of Florida has issued Executive Order 11-116, encouraging public agencies not under the control of the Governor to include as a provision of contracts for the provision of goods or services a requirement that contractors and subcontractors utilize the E-Verify System to verify employee eligibility. Contractor hereby affirms and agrees that Contractor is in compliance and shall at all times comply with Section 274A of the Immigration and Nationalization Act and other provisions of law with respect to the hiring of unauthorized aliens. Contractor shall verify the eligibility of its current and prospective employees utilizing the U.S. Department of Homeland Security’s E-Verify System during the term of this Agreement. Contractor shall include in all contracts with subcontractors related to this Agreement a provision requiring the subcontractor to comply with Section 274A of the Immigration and Nationalization Act and other provisions of law with respect to the hiring of unauthorized aliens and to verify the employment eligibility of all the subcontractor’s current and prospective employees using the U.S. Department of Homeland Security’s E-Verify System. The Contractor shall maintain records showing its compliance with the requirements of this paragraph, and shall provide copies of all such records to the City upon request. Failure to comply with any requirement of this paragraph shall constitute a breach of this Agreement for which the City may immediately terminate the Contract without penalty. In the event of such breach or termination, the Contractor shall be liable to the City for any costs incurred by the City as a result of the breach. IN ACCORDANCE WITH § 837.06, FLA. STAT., CONTRACTOR ACKNOWLEDGES THAT WHOEVER KNOWINGLY MAKES A FALSE STATEMENT IN WRITING WITH THE INTENT TO MISLEAD A PUBLIC SERVANT IN THE PERFORMANCE OF HIS OR HER OFFICIAL DUTY SHALL BE GUILTY OF A MISDEMEANOR OF THE SECOND DEGREE, PUNISHABLE AS PROVIDED IN § 775.082 OR § 775.083, FLA. STAT. Contractor Name: ______________________________________________________________________ By: ___________________________________________ Title: _____________________________ Print: _________________________________________ Date: ____________________________ 28 ATTACHMENT D Non-Collusion Affidavit of Prime Respondent IFB-12-2019 STATE OF __________________________) COUNTY OF ________________________) ____________________________________, being duly sworn, deposes and says that: (1) He/she is __________________________ of __________________________, Title Firm/Company the respondent that has submitted the attached response. (2) He/she is fully informed respecting the preparation and contents of the attached solicitation and of all pertinent circumstances respecting such solicitation. (3) Such solicitation is genuine and is not a collusive or sham solicitation. (4) Neither the said respondent nor any of its officers, partners, owners, agent representatives, employees or parties in interest including this affiant, has in any way, colluded, conspired, or agreed, directly or indirectly, with any other respondent, firm or person, to submit a collusive or sham response in connection with the Agreement for which the attached response has been submitted or to refrain from bidding in connection with such Agreement, or has in any manner, directly or indirectly, sought by Agreement or collusion or communication or conference with any other responder, firm or person to fix the price or prices in the attached solicitation or of any other respondent, or to fix any overhead, profit or cost element of the proposed price or the proposed price of any other responder, or to secure through any collusion, conspiracy, connivance or unlawful Agreement any advantage against the City of Winter Park, Florida, or any person interested in the proposed Agreement. (5) The price or prices quoted in the attached response are fair and proper and are not tainted by any collusion, conspiracy, or unlawful Agreement on the part of the proposer or any of its agents, representatives, owners, employees, or parties of interest, including affiant. [signature] [title] Sworn to and subscribed before me this day of , 20 . Personally known OR Produced identification Notary Public - State of My commission expires (Type of Identification) (Printed typed or stamped Commissioned name of Notary Public) 29 ATTACHMENT E Sworn Statement Under Section 287.133(3)(a), Florida Statutes, on Public Entity Crimes IFB-12-2019 THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to [name of public entity] by [individual’s name and title] for [name of entity submitting sworn statement] whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement): 2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 4. 4. I understand that an "affiliate" as defined in Paragraph 287.133 (1)(a), Florida Statutes, means: 5. 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 30 3. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 4. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [indicate which statement applies.] Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach a copy of the final order] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. [signature] Sworn to and subscribed before me this day of , 20 . Personally known OR Produced identification Notary Public - State of My commission expires (Type of Identification) (Printed typed or stamped Commissioned name of Notary Public) 31 Attachment F Public Records Act/Chapter 119 Requirements IFB-12-2019 Contractor/vendor agrees to comply with the Florida Public Records Acts to the fullest extent applicable, and shall, if this engagement is one for which services are provided by doing the following: 1. Contractor/vendor shall keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service; 6. 2. Contractor/vendor shall provide the public with access to such public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed that provided in Chapter 119, Florida Statutes or as otherwise provided by law; 7. 3. Contractor/vendor shall insure that public records that are exempt or that are confidential and exempt from the public record requirements are not disclosed except as authorized by law; and 8. 4. Contractor/vendor shall meet all requirements for retaining public records and transfer to the public agency, at no cost, all public records in possession of the contractor upon termination of the contract and shall destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the City. The parties agree that if the contractor/vendor fails to comply with a public records request, then the City must enforce the contract provisions in accordance with the contract and as required by Section 119.0701, Florida Statutes. Notwithstanding any other requirement herein stated, the Contractor/vendor shall comply fully with the requirements of Florida Statutes 119.0701. Contractor Name: ______________________________________________________________________ By: ___________________________________________ Title: _____________________________ Print: _________________________________________ Date: ____________________________ 32 Attachment G Background Check Verification IFB-12-2019 The Respondent/vendor shall perform a Level I (Past 5 years) FDLE Computerized Criminal History (CCH) (FDLE CCH Website) background check in accordance with all applicable state and local laws, on any assignee being assigned and prior to assignment with the City. All background checks shall be accomplished prior to any assignment or work taking place on City property. The cost of the background checks shall be borne by the Respondent/Vendor. I hereby certify that I will utilize FDLE Computerized Criminal History (CCH) system in accordance with the terms governing the use of the system to confirm eligibility of the individuals being assigned and prior to assignment with the City. In accordance with s. 837.06, Florida Statutes, I understand and acknowledge that whoever knowingly makes a false statement in writing with the intent to mislead a public servant in the performance of his or her official duties shall be guilty of a misdemeanor in the second degree, punishable as provided in s. 775.082 or s. 775.083, Florida statutes. Firm/Company ___________________________ Signature Title STATE OF FLORIDA COUNTY OF ______________________ Sworn to (or affirmed) and subscribed before me this ___________ day of _____________, 20____, by ________________________________ (name of person making statement). ____________________________ Signature of Notary Public (NOTARY SEAL) ____________________________ Print Personally Known _____ OR Produced Identification_____ Type of Identification Produced ____________________________________ 33 Attachment H Summation of Insurance Requirements IFB-12-2019 Insurance Type Required Limits  Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits  Employer’s Liability $500,000.00 each accident, single limit per occurrence  Commercial General Liability (Occurrence Form) patterned after the current ISO form $1,000,000.00 single limit per occurrence $2,000,000.00 aggregate for Bodily Injury Liability & Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products & Completed Operations & Contractual Liability.  Automobile Liability $1,000,000.00 each person; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included. $2,000,000.00 each accident; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included. Consultant shall ensure that all subconsultants and/or subcontractors comply with the same insurance requirements that he/she is required to meet. Consultant shall provide the City via myCOI with certificates of insurance meeting the required insurance provisions. The City of Winter Park must be included as an ADDITIONAL INSURED on the Insurance Certificate for Commercial General Liability where required. The Certificate Holder shall be named as City of Winter Park. 34 Exhibit A 1. Decorative Metal Light Poles 35 2. Decorative Metal Traffic Light Poles (No Mast Arm) 36 3. Decorative Metal Traffic Light Poles (With Mast Arm).

City of Winter Park

Cindy Bonham
 (407) 599-3399
 Login or create an account To view email

Published 04/15/2019 on Construction Bid Source

DISCLAIMER: Projects posted by Construction Bid Source contain information that is aggregated daily from multiple sources. It is the individual responsibility of our members to contact the owner directly for purposes of bidding on a project and gaining additional project information. Construction Bid Source does not assume any responsibility for omissions or errors.