INVITATION TO BID TOWN OF BRONSON LEVY COUNTY, FLORIDA
Fire Station Roof Replacement
Wednesday, March 22, 2023
NOTICE IS HEREBY GIVEN that sealed bids will be received by the Town of Bronson (herein “Town”) until Monday, April 24, 2023 at 4:30 PM EDT for the Fire Station Roof Replacement.
SCOPE OF WORK:
The Town of Bronson is soliciting invitations to bid for replacement of the roof at the Bronson Fire Station and the Dogan S. Cobb Municipal Building located at 660 East Hathaway Avenue in Bronson, Florida. Bronson is a small municipality located in Levy County, just outside of Gainesville, with approximately 1,100 residents. The town plans on using funds from the American Rescue Plan Act (ARPA) to fund the project. The five-member council reserves the right to accept or reject any or all bids in whole or in part and to accept the bid that, in their judgement, will be in the best interest of the Town of Bronson.
Bids must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Town of Bronson until the above noted time, when they will be publicly acknowledged and accepted.
Please read the entire solicitation package and submit the bid in accordance with the instructions.
This Invitation to Bid is issued by:
Town of Bronson
Sue L. Beaudet, MPA, Town Manager
Wendy Maragh, Deputy Town Clerk
650 Oak Street | P.O. Box 266
Bronson, FL 32621
Monday – Friday: 8:00-4:30
Phone: 352.486.2354
Fax: 352.486.6262
INSTRUCTIONS TO BIDDERS
The Town of Bronson, Florida (Town) invites the submission of bids from interested and qualified individuals, corporations, partnerships and other legal entities authorized to do business in the State of Florida to compete to provide the items and/or perform the services specified in this Invitation to Bid (ITB). Disadvantaged Business Enterprise (DBE) and Woman and Minority-Owned Business Enterprises (W/MBE) companies are encouraged to submit a bid.
Submission Instructions
- Consultants shall submit one (1) original and (9) copies of their bid to the above-referenced contact person and address in sealed packages and marked clearly: “SEALED BID FOR FIRE STATION ROOF REPLACEMENT” no later than Monday, April 24, 2023 at 4:30 PM EDT.
- Allow ample time to ensure no issues during submission. Late proposals shall not be considered.
- Bids will not be accepted in any other format other than the specified above.
- Bids must contain unit prices for materials and labor as well as an overall completed price.
- At the discretion of the town, respondents may be asked to give a short presentation as part of the selection process.
- Bids must include a minimum of three references showcasing similar projects as well as success rates with completing similar projects on time and within budget.
- Proposals will be publicly opened on Monday, April 24, 2023 at 6:00 PM EDT.
Schedule
Item Date/Time
Issue Date: Wednesday, March 22, 2023
Pre-Bid Meeting: Monday, April 10, 2023 at 10:00 AM EDT
Questions and Clarifications Deadline: Monday, April 10, 2023 at 10:00 AM EDT
Submission Deadline: Monday, April 24, 2023 at 4:30 PM EDT
Bid Opening Date: Monday, April 24, 2023 at 6:00 PM EDT
Target Completion Date: October 30, 2023
The schedule may be modified as necessary.
Pre-Bid Meeting Information
- A pre-bid meeting will be held on the date and time specified. While attendance is not required, it is strongly advised and encouraged.
- If your business is unable to attend the pre-bid meeting, please contact Town Manager Sue
Beaudet at 352.486.2354 to make special arrangements. - Date & Time: Monday, April 10, 2023 at 10:00 AM EDT
- Location: 660 East Hathaway Avenue, Bronson, Florida
- Description: The pre-bid meeting will be held at the Fire Station so that general contractors and roofing contractors can evaluate the roof replacement and obtain any clarifications.
Questions & Clarifications
- Inquiries or requests for clarifications of any information contained in the Invitation to Bid should be submitted to Town Manager Sue Beaudet by Monday, April 10, 2023 at 10:00 AM EDT.
- This deadline has been established to maintain fair treatment for all potential bidders, while ensuring an expeditious selection process.
- Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect.
Bid Opening
- The Town will open all bids properly and timely submitted and will record the names and other information specified by law and rule.
- All bids become the property of the Town and will not be returned except in the case of a late
submission. - Date & Time: Monday, April 24, 2023 at 6:00 PM EDT
Location: 660 East Hathaway Avenue, Bronson, Florida
Bid Security
- Bid security in the amount of five percent (5%) of the bid must be submitted by Monday, April 24, 2023 at 4:30 PM EDT.
- The security must be in the form of a certified check payable to the Town of Bronson (personal or company checks are not acceptable).
- The security must be mailed to 650 Oak Street | P.O. Box 266, Bronson, FL 32621.
- Deposits will be returned to unsuccessful bidders.
- If the Contract is awarded to a Bidder, that Bidder shall enter into a Contract with the Town and furnish the required Performance and Payment Bonds and Certificates of Insurance or forfeit the Bid Bond or security as liquidated damages.
- Bid security shall be forfeited to the Town of Bronson should the bidder selected fail to execute a contract when requested.
SPECIFICATIONS
The Invitation to Bid should include all of the necessary components to replace the roof on the Fire Station and the Dogan S. Cobb Municipal Building including, but not limited to, asphalt shingles (or metal), decking, underlayment, flashing, drip edge, soffit and fascia, and gutters.
PREPARATION OF BID
1.0 Bid Price. The bid price stated in the proposal shall include all license and permit fees and assessments, which might be lawfully assessed against the Town or Contractor on the date of the proposal. Bids must contain unit prices for materials and labor as well as an overall completed price.
2.0 Modification and Withdrawal of Bids. Bids may be modified or withdrawn by contacting Town Manager Sue Beaudet on or before Monday, April 24, 2023 at 4:30 PM EDT. Negligence on the part of Bidder in preparing the bid confers no right for the withdrawal after the bid has been opened; provided, however, that if, within twenty-four hours after Bids are opened, any Bidder files a duly signed written notice with Town and promptly thereafter demonstrates to the Town’s reasonable satisfaction that there was a material and substantial mistake in the preparation of such Bid, that Bidder may withdraw such Bid and the Bid Security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the Work.
3.0 Opening Bids. Bids will be opened publicly and read aloud for the information of bidders and others properly interested who may be present, either in person or by representative. An abstract of the amounts of the base Bids and major alternates (if any) will be made available after the opening of Bids.
All Bids shall remain open for sixty days after the day of the Bid opening, but the Town may, in its sole discretion, release any Bid and return the Bid security prior to that date.
4.0 Alternative Bids. Alternative bids will not be considered unless they have been requested.
5.0 Responsibility to Read and Understand. Failure to read, examine and understand the solicitation
will not excuse any failure to comply with the requirements of the solicitation or any resulting contract,
nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error,
omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than
seven (7) business days in advance of the due date notify the Town. The Town is not responsible for and
will not pay any costs associated with the preparation and submission of the bid. Bidders are cautioned
to verify their bids before submission, as amendments to or withdrawal of bids submitted after time
specified for opening of bids may not be considered. The Town will not be responsible for any bidder
errors or omissions.
6.0 Interpretation of Contract Documents. Oral interpretations as to the meaning of drawings and
specifications or other contract documents will not be given to any bidder. Every request for
interpretation shall be made to Town Manager Sue Beaudet on or before Monday, April 10, 2023 at
10:00 AM EDT. Every interpretation made to a bidder will be in the form of an addendum to contract
documents. All such addenda shall become part of the solicitation documents.
7.0 Conditions of Work. Each bidder shall visit the site of the proposed work and inform him/her/itself
of the conditions relating to construction and labor under which the work will be performed. Failure to
do so will not relieve a successful bidder of the obligation to furnish all material and labor necessary to
carry out the provisions of the contract documents and to complete the contemplated work for the
consideration set forth in the bid.
8.0 Examination of Information Concerning Supplies or Manufactured Articles. The Bidder or Bidder’s
authorized agent is expected to examine the maps, drawings, specifications, circulars, schedules, and all
other instructions pertaining to the work, which will be open to inspection. Failure to do so will be at
Bidder’s own risk, and Bidder will not be entitled to secure relief due to error in the bid. In case of error
in the extension of prices, the unit price will govern.
9.0 Submission of Information Concerning Supplies or Manufactured Articles. In bids for supplies or
manufactured articles, Bidder will state whether Bidder is a manufacturer of or a regular dealer in the
articles. If practical to do so, a bidder who is not a manufacturer will give the name of the manufacturer
from whom the articles are to be obtained, including catalog references.
10.0 Qualification of Bidder. Each bidder must furnish a statement, on the form furnished for that
purpose, of a bidder’s construction experience, bidder’s organization available for the work
contemplated and such other information as is required by the Supplemental Conditions. The
statement must be submitted at or within the time given in the statement. Town shall have the right to
take such steps as it deems necessary to determine the ability of Bidder to perform the work, and Bidder
must furnish to Town all such information and data for this purpose as Town may request. The right is
reserved to reject any bid where an investigation of the evidence or information submitted by Bidder
does not satisfy Town in its sole discretion that Bidder is qualified to properly carry out the terms of the
contract.
11.0 Bid Security. Each bid shall be accompanied by a certified check made payable to the order of
Town of Bronson in the sum of not less than 5% of the estimated expense of the improvement. If the
Contract is awarded to a Bidder, that Bidder shall enter into a Contract with the Town and furnish the
required Performance and Payment Bonds and Certificates of Insurance or forfeit the Bid Bond or
security as liquidated damages. Bid security shall be forfeited to the Town of Bronson should the bidder
selected fail to execute a contract when requested. The security shall be returned to all unsuccessful
bidders.
12.0 Contract Time. The number of days within which, or the date by which, the Work is to be
completed (hereinafter the contract time) is set forth in the Agreement. When not otherwise specified,
Bidder shall state the least number of calendar days, counting Sundays and holidays, after date of
receipt of notice to proceed, in which Bidder will commence performance and the number of calendar
days, counting Sundays and holidays, after such receipt in which Bidder will complete the work. In
stating time, Bidder should make due allowance for probable difficulties that may be encountered. Time
will be a consideration in evaluating the bids, and the Bidders may be asked to show the Owner that
their time bid is reasonable and probable.
13.0 Liquidated Damages. If the successful bidder fails or refuses to enter into a contract pursuant to
the requirements of Town, or fails to give the further security as prescribed in these instructions, within
the time limit, then the check deposited as prescribed in these instructions, the moneys standing to the
credit of Bidder and the Bidder’s Bid Bond shall be forfeited to Town as liquidated damages, and not as a
penalty, and Town shall collect the same or enforce payment of the bid bond for the benefit of the
Town.
14.0 Substitute Material and Equipment. The Contract, if awarded, will be on the basis of material and
equipment described in the Drawings or specified in the Specifications without consideration of possible
substitute or “or-equal” items. Whenever it is indicated in the Drawings or specified in the
Specifications that a substitute or “or-equal” item of material or equipment may be furnished or used by
Contractor if acceptable to Town’s authorized representative, application for such acceptance will not
be considered until after the “effective date of the Agreement.” The procedure for submittal of any
such application by Contractor and consideration by the Town or its authorized representative is set
forth in the General Conditions.
15.0 Subcontractors.
15.1 The Bidder shall list proposed subcontractors.
15.2 The General Conditions require the identity of certain Subcontractors and other persons and
organizations be submitted to the Town in advance of the Notice of Award. The apparent Successful
Bidder, and any other Bidder so requested, will within seven days after the day of the Bid opening
submit to the Town a list of all Subcontractors and other persons and organizations (including those who
are to furnish the principal items of material and equipment) proposed for those portions of the Work
for which identification is required. Such list shall be accompanied by an experience statement with
pertinent information as to similar projects and other evidence of qualification for each such
Subcontractor, person and organization, if requested by the Town. If the Town or its design
representative, after due investigation, has reasonable objection to any proposed Subcontractor, other
person, or organization, either may before giving the Notice of Award request the apparent Successful
Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent Successful
Bidder declines to make such substitution, the contract shall not be awarded to such Bidder. The
Bidder’s refusal to make any such substitution will not constitute grounds for sacrificing the Bidder’s Bid
Security. Any Subcontractor, other person or organization so listed and to whom Town or its design
representative does not make written objection prior to the giving of the Notice of Award will be
deemed acceptable to Town and its design representative.
15.3 In contracts where the contract price is determined on the basis of the cost-of-work plus a fee, the
apparent Successful Bidder, prior to the Notice of Award, shall identify in writing to Town those
portions of the work that such Bidder proposes to subcontract. After the Notice of Award, the
Bidder/Contractor may only subcontract other portions of the Work with Town’s written consent.
15.4 No Contractor shall be required to employ any Subcontractor, other person, or organization to
whom or which there is reasonable objection.
16.0 Bond Requirements. Prior to the construction commencement date, the Contractor shall obtain,
for the benefit of and directed to the Town, a Payment and Performance Bond satisfying the
requirements of Florida Statutes § 255.05, covering the faithful performance by the Contractor of its
obligations under the Contract Documents, including but not limited to the construction of the Project
on the Project Site and the payment of all obligations arising thereunder, including all payments to
Subcontractors, laborers, and materialmen. The Surety selected by the Contractor to provide the
Payment and Performance Bond shall be approved by the Town prior to the issuance of such Bond. A
good and sufficient construction bond will be required of the contractor to whom the contract is
awarded in the sum of 125% of the contract price, executed to the Town of Bronson and conditioned on
faithful performance of the work. A good and sufficient statutory (payment) bond will be required of a
contractor in the sum of 100% of the contract price executed to the Town of Bronson and conditioned
on payment of all labor, material and equipment used in the work. All such bonds shall be on forms
approved by the Town and must be signed by a surety company licensed to do business in the State of
Florida and acceptable to the Town of Bronson.
17.0 Persons Interested in More Than One Bid. If more than one bid is offered by any one person, by or
in the name of an agent, partner, or other person, all such bids may be rejected. However, when called
for, a bidder may submit alternative bids or may quote difference prices on different qualities of
material or different conditions of delivery. Further, a person who has quoted prices on materials to a
bidder is not thereby disqualified from quoting prices to other bidders or from submitting a bid directly
for the materials or work.
18.0 Time of Opening Bids. Bids received prior to the time of opening will be kept unopened in a secure
location. The officer whose duty it is to open them will decide when the specified time has arrived. No
bid received thereafter will be considered. No responsibility will attach to an officer for the premature
opening of a bid not properly addressed and identified.
19.0 Award of Contract. Town shall determine the lowest responsive and responsible bidder or bidders
whose bid and check or bond have been made and filed in conformity with the published notice, and the
contract shall be awarded to the lowest responsive and responsible bidder, unless in the judgment of
Town it shall be in the interests of Town to reject all bids and advertise again. The Town reserves the
right, at its sole discretion and without cause or justification, to reject any or all bids or to award the
contract in the best interests of the Town. The Town also reserves the right to waive any formalities,
informalities, and technicalities or to reject all bids and re-advertise, at the Town’s sole discretion.
20.0 Safety Regulations. The successful Bidder will be responsible for compliance with all applicable
safety related Federal and State statutes and regulations.
21.0 Interpretation of Approximate Quantities. The Bidder’s attention is called to the fact that any
estimate of quantities of work to be done and materials to be furnished under the Specifications as
shown on the Bid Schedule, or elsewhere, is approximate only and not guaranteed. The Town does not
assume any responsibility that the final quantities shall remain in strict accordance with the estimated
quantities, nor shall the Contractor plead misunderstanding or deception because of such estimate of
quantities or of the character, location of the work, or other conditions pertaining thereto.
22.0 Contract. The Bidder to whom the Contract is awarded shall, within ten (10) days of the Notice of
Award, execute and deliver five (5) copies of the following to the Town: (a) signed Agreement; (b)
Performance Bond; (c) Payment Bond; and (d) Certificate of Insurance.
23.0 Commencement of Work. If bidder begins any billable work prior to the Town’s final approval and
execution of a contract, bidder does so at its own risk.
24.0 Non-discrimination. Believing in the dignity and worth of every person, the Town is committed to
social justice and therefore strongly encourages the Contractor and its subcontractors to provide equal
employment opportunities to women and to minorities.
25.0 Failure to timely contract with Town. If the Bidder to whom the contract has been awarded
refuses or fails to complete the requirements of Article 20.0 above within ten (10) days after Notice of
Award, the additional time in calendar days required to CORRECTLY complete the documents will be
deducted, in equal amount, from the Contract Time, or the Town may elect to revoke the Bid, proceed
against the Bid Bond of any Bidder failing to execute the awarded Contract. In such case, the Bidder
shall be held by the Town for consequential damages incurred, and the Contract shall be awarded as the
Town desires.
26.0 Other. Abide by all grant conditions contained within general specifications.
REQUEST FOR PROPOSALS (RFP) FOR GRANT ADMINISTRATIVE SERVICES FOR THE TOWN OF BRONSON FOR A FFY 2021-2022 COMMUNITY DEVELOPMENT BLOCK GRANT TO REPLACE RESIDENTIAL WATER METERS
The Town of Bronson, Florida is requesting proposals from qualified individuals or firms to provide grant administrative services for a State of Florida Small Cities Community Development Block Grant (CDBG) project under the combined Federal Fiscal Year 2021 and Federal Fiscal Year 2022 application cycle, and if funds are not awarded under the combined FFY 2021 and FFY 2022 application cycle, then the selected grant administration firm will be utilized for a project in a supplemental cycle and/or FFY 2023 application cycle.
Grant administrative services will include complete management and reporting for the project with separate tracking for each funding source. A scope of work outlining the tasks to be performed in managing the CDBG and a proposed cost must be included in the proposal. Additional information concerning the proposed services being requested and the ranking criteria to be used to evaluate the proposals may be obtained from Ms. Sue Beaudet, Town Manager, Town of Bronson, 650 Oak Street, Bronson, Florida 32621. Telephone: 352.486.2354. Fax: 352.486.6262. Email: townmanager@townofbronson.org.
Proposals will be considered on an equal competitive basis. Proposals for services will be evaluated in accordance with the requirements of Florida Statutes 287.055, the Consultants’ Competitive Negotiation Act, using the following scoring criteria:
Grant Administrative Services:
(1) The years of experience of the consultant’s staff with administering CDBG grants funded through the State of Florida Department of Community Affairs and/or the Florida Department of Economic Opportunity: 20 points
(2) The number of years of experience of the firm’s management group with the State of Florida Community Development Block Grant Program: 20 points
(3) The firm’s approach to meeting local project needs including an outline of the tasks to be performed and the thoroughness of the approach presented: 20 points
(4) Number of favorable client reference letters dated calendar year 2018 or later provided from other communities. Please note, only one (1) letter per community will be accepted: 20 points
(5) The quality of the response from the client references provided from other communities: 15 points
(6) Fee or proposed fee basis: 5 points
Grant administrative fees will be negotiated after ranking, in compliance with the Florida Consultants’ Competitive Negotiation Act.
In compliance with the Florida Sunshine Amendment and Code of Ethics, the Town of Bronson strictly enforces open and fair competition in its RFQ’s. In accordance with Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following conviction for a public entity crime may not submit a proposal on a contract to provide services to a public entity. A public entity crimes statement is required.
An original and nine (9) copies of sealed proposals marked “RFP for Grant Administrative/CDBG Services” must be received by 4:30 PM on Friday, March 17, 2023 at the Town of Bronson Town Hall, 650 Oak Street, Bronson, Florida 32621. Qualified proposals will be opened, evaluated, and selected in accordance with CDBG requirements at the regular Town Council meeting on Monday, March 20, 2023 at 6:00 PM.
The Town of Bronson, Florida reserves the right to reject any or all proposals and to waive any minor informalities or minor irregularities in the proposal process, all things being considered equal.
THE TOWN OF BRONSON SUPPORTS EQUAL OPPORTUNITY EMPLOYMENT, FAIR HOUSING AND PROVIDING HANDICAP ACCESS.