Bid No. L B1 Addendum No. 2 Page 1 of 2

Size: px
Start display at page:

Download "Bid No. L B1 Addendum No. 2 Page 1 of 2"

Transcription

1 Bid No. L B1 Addendum No. 2 Page 1 of 2 ATTENTION ALL POTENTIAL BIDDERS: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA FIRE HYDRANT SERVICE AND REPAIR (NSM) ADDENDUM NO. 2 DATE OF ADDENDUM: October 18, 2011 SHOULD ADDENDUM. Information included in this Addendum is for clarification purposes. This Addendum SHOULD be acknowledged on the Bid Sheet Form/Bid Tender Form or returned with your Bid submittal. TO ALL PROSPECTIVE BIDDERS, PLEASE NOTE THE FOLLOWING CHANGES AND CLARIFICATIONS: Words in strikethrough type are deletions from existing text. Words in bold, underlined type are additions to existing text. 1. The Bid Opening Date remains as October 26, 2011 at 2:00 p.m. 2. SPECIAL INSTRUCTIONS TO BIDDERS a. Section 10 - LICENSING REQUIREMENTS is revised as follows: In order to be considered a responsible and responsive bidder for the scope of work set forth in these bid documents, the bidder shall possess one of the following licenses (including any specified State registration, if applicable) at the time of bid submittal. Proof of licensing should be furnished within five (5) business days after request by the Purchasing Agent but prior to award by the Director of Purchasing or recommendation of award to the Board of County Commissioners, whichever is applicable. Any certificate of competency that meets or exceeds those specified or can legally perform the scope of work specified will be considered responsible and responsive to the bid. STATE: COUNTY: Certified General Contractor OR Certified Plumbing Contractor OR Certified Underground Utility and Excavation Contractor OR General Building Contractor Class A (Must be registered with the State) OR Master Plumber (Must be registered with the State) OR General Engineered Construction Builder OR Primary Pipelines (Water, Sewer, Drainage) Class A Addendum Form 3 06/15/2011 *No work shall be performed regarding Backflow Preventers for Fire Protection Systems.

2 Bid No. L B1 Addendum No. 2 Page 2 of 2 Any work performed not within the scope of the above contract must be performed by a licensed contractor. b. Section 21 - CONTRACTOR RESPONSIBILITIES, Subsection 21.2 is revised as follows: CONTRACTOR shall perform the Work with its own organization, amounting to not less than Seventy Percent (70%) Sixty Five Percent (65%) of the Contract Price. The percentage shall be based on the total services rendered, i.e. labor, materials, and equipment supplied; not just labor. 3. ATTACHMENT A, SPECIFICATIONS AND REQUIREMENTS, PAY ITEM DESCRIPTIONS a. Pay Item 7, FURNISH AND INSTALL UPPER BARREL REPLACEMENT, description 7.5 has been revised as follows: Re-install existing Install ATV when requested by project coordinator. (use Pay Item No. 25) 4. The deadline for receipt of questions concerning the technical specifications pertaining to this Bid was October 11, 2011 at 5:00 p.m. All other terms, conditions and specifications remain unchanged for Bid No. L B1. NAME OF COMPANY: Addendum Form 3 06/15/2011

3 Bid No. L B1 Addendum No. 1 Page 1 of 2 ATTENTION ALL POTENTIAL BIDDERS: Addendum Form 3 06/15/2011 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA FIRE HYDRANT SERVICE AND REPAIR (NSM) ADDENDUM NO. 1 DATE OF ADDENDUM: October 5, 2011 SHOULD ADDENDUM. Information included in this Addendum is for clarification purposes. This Addendum SHOULD be acknowledged on the Bid Sheet Form/Bid Tender Form or returned with your Bid submittal. TO ALL PROSPECTIVE BIDDERS, PLEASE NOTE THE FOLLOWING CHANGES AND CLARIFICATIONS: Words in strikethrough type are deletions from existing text. Words in bold, underlined type are additions to existing text. 1. The Bid Opening Date remains as October 26, 2011 at 2:00 p.m. 2. SPECIAL INSTRUCTIONS TO BIDDERS a. Section 12 - BID GUARANTY is revised as follows: All bids shall be accompanied by an original Bid bond executed by a surety company meeting the qualifications for surety companies as specified in Section 14. The Bid bond must be an original, no photocopies will be accepted. In lieu of the Bid bond, the following will be acceptable: cash, money order, certified check, cashier's check, original irrevocable letter of credit, (Attachment "B") treasurer's check or bank draft of any national or state bank (United States), in an amount equal to five percent (5%) of the total bid price, payable to the Board of County Commissioners. and conditioned upon the successful Bidder executing the Contract and providing the Performance and Payment Guaranty and evidence of insurance within 15 calendar days after notification of award of the Contract. A personal check or a company check of a Bidder shall not be deemed a valid bid guaranty. Guaranty of the successful Bidder shall be forfeited to the Board of County Commissioners not as a penalty, but as liquidated damages for the cost and expense incurred should said Bidder fail to provide the required Performance and Payment Guaranty or Certificate of Insurance or fail to comply with any other requirements set forth herein. Bid Guaranties of the unsuccessful Bidders will be returned after award of Contract. b. Section 37 - SCRUTINIZED COMPANIES LIST is revised as follows: 37. SCRUTINIZED COMPANIES LIST (Attachment M ) Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List is prohibited from submitting a bid, proposal or response to a Broward County solicitation for goods or services in an amount equal to or greater than $1 million. Therefore, if applicable, each company submitting a bid, proposal, or response to a solicitation must certify to the County that it is not on either list at the time of submitting a bid, proposal or response. The certification form will only be

4 Bid No. L B1 Addendum No. 1 Page 2 of 2 attached to a solicitation if the estimated purchase amount is $1 million dollars or greater and must should be submitted at the time of submitting a bid, proposal or response; if not submitted with bid, it must be submitted within 5 business days of request from the County. Under the circumstances, the County estimated purchase amount is no greater than $1 million dollars, but bid, proposal, response or resulting contract is $1 million dollars or greater, the County will exercise the right to require firm to submit the certification form by the imposed deadline. In either case, failure to timely provide the certification shall deem the submittal non-responsive. 3. Attachment A-5 Standard Detail, page 74, Figure Bollard, is deleted in its entirety as a result of questions posed at the pre-bid meeting. 4. GENERAL CONDITIONS a. Page 4 of 6, Paragraph 16, INTERPRETATIONS : The limitation for QUESTIONS concerning conditions and specifications of this bid is changed from a minimum of 24 hours to fourteen (14) calendar days prior to the original bid opening date. 5. The deadline for receipt of questions concerning the technical specifications pertaining to this bid is October 11, 2011 at 5:00 p.m. All questions are to be directed to Project Coordinator, Juan Urrutia at jurrutia@broward.org. All other terms, conditions and specifications remain unchanged for Bid No. L B1. NAME OF COMPANY: Addendum Form 3 06/15/2011

5 SUBMIT BID TO: Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, Florida /66 BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA INVITATION FOR BID Bidder Acknowledgment GENERAL CONDITIONS THESE INSTRUCTIONS ARE STANDARD FOR ALL CONTRACTS FOR COMMODITIES/SERVICES ISSUED BY THE BOARD OF COUNTY COMMISSIONERS. THE BOARD OF COUNTY COMMISSIONERS MAY DELETE, SUPERSEDE OR MODIFY ANY OF THESE STANDARD INSTRUCTIONS FOR A PARTICULAR CONTRACT BY INDICATING SUCH CHANGE IN THE SPECIAL INSTRUCTIONS TO BIDDERS OR IN THE BID SHEETS. BY ACCEPTANCE OF A PURCHASE ORDER ISSUED BY THE COUNTY, BIDDER AGREES THAT THE PROVISIONS INCLUDED WITHIN THIS INVITATION FOR BID SHALL PREVAIL OVER ANY CONFLICTING PROVISION WITHIN ANY STANDARD FORM CONTRACT OF THE BIDDER REGARDLESS OF ANY LANGUAGE IN BIDDER S CONTRACT TO THE CONTRARY. BIDDER ACKNOWLEDGEMENT MUST BE SIGNED AND RETURNED WITH YOUR BID SEALED BIDS: This form must be executed and submitted with all bid sheets and should be in a sealed envelope. (PLEASE INCLUDE ONE ORIGINAL SIGNED BID DOCUMENT IN BLUE INK AND ONE PHOTOCOPY OF SIGNED BID DOCUMENT PER ENVELOPE). The face of the envelope should contain the above address, the date and the time of bid opening, and bid number. Bids not submitted on attached bid may be rejected. All bids are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. 1. EXECUTION OF BID: A. Bid must contain an original signature of an individual authorized to bind the bidder. Bid must be typed or printed in ink. The ink should be blue ink. All corrections made by bidder to their bid must also be initialed. The bidder's name should also appear on each page of the bid sheet if required. B. No award will be made to a bidder who is delinquent in payment of any taxes, fees, fines, contractual debts, judgments, or any other debts due and owed to the County, or is in default on any contractual or regulatory obligation to the County. By signing and submitting this bid, bidder attests that it is not delinquent in payment of any taxes, fees, fines, contractual debts, judgments or any other debts due and owed to the County, nor is it in default on any contractual or regulatory obligation to the County. In the event the bidder's statement is discovered to be false, bidder will be subject to debarment and the County may terminate any contract it has with bidder. C. Bidder certifies by signing the bid that no principals or corporate officers of the firm were principals or corporate officers in any other firm which may have been suspended or debarred from doing business with Broward County within the last three years, unless so noted in the bid documents. D. By signing this bid, bidder attests that any and all statements, oral, written or otherwise, made in support of this bid, are accurate, true and correct. Bidder acknowledges that inaccurate, untruthful, or incorrect statements made in support of this bid may be used by the County as a basis for rejection of this bid, rescission of the award, or termination of the contract. Bidder acknowledges that the termination of the contract because of a determination of an inaccurate, untruthful, or incorrect statement made in support of this bid may also serve as the basis for debarment of bidder pursuant to Section of the Broward County Administrative Code. 2. BID WITHDRAWAL: No Vendor may withdraw their bid before the expiration of one hundred and twenty (120) days from the date of the bid opening. Any bid submitted which alters the one hundred and twenty (120) day requirement shall be deemed non-responsive. BIDS WILL BE OPENED 2:00 p.m.october 26, 2011 and may not be withdrawn within 120 calendar days after such date and time. BID TITLE FIRE HYDRANT SERVICE AND REPAIR NON-SHELTERED MARKET BID NO.L B1 PURCHASING AGENT NAME & TELEPHONE NUMBER NANCY OLESEN, DELIVERY DATE SEE SPECIAL INSTRUCTION CASH DISCOUNT TERMS BID GUARANTY IS ATTACHED, WHEN REQUIRED, IN THE AMOUNT OF $ REASON FOR NO BID DUN & BRADSTREET NUMBER BIDDER NAME BIDDER MAILING ADDRESS/CITY/STATE/ZIP AREA CODE TELEPHONE NO. CONTACT PERSON FAX NO. *AUTHORIZED SIGNATURE (submit original in blue ink) PRINT NAME BIDDERS ADDRESS (Continued on Page 2) *I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a bid for the same items/services, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder. Further by signature of this form, pages 1 through 6 are acknowledged and accepted as well as any special instruction sheet(s) if applicable. / / DATE TITLE

6 3. BID OPENING: Shall be public, on date, location and time specified on the bid form. The official time is the time clock located in the Purchasing Division reception area and will be accepted by all parties without reservation. It is the bidder s responsibility to assure that their bid is delivered on date, location and time specified on the bid form. Bids, which for any reason are not so delivered, will not be considered. Bid files and any bids after they are opened may be examined during normal working hours by appointment. Bid tabulations are available for inspection upon request. Bid results will be posted on the Broward County web site at: 4. ADDENDA TO BID: Broward County reserves the right to amend this Invitation For Bid prior to the Bid opening date indicated. Only written addenda will be binding. If, upon review, material errors in specifications are found, contact the Purchasing Division immediately, prior to Bid opening date, to allow for review and subsequent clarification on the part of Broward County. 5. PRICES, TERMS & PAYMENTS: Firm prices shall be bid and include all handling, set up, shipping and inside delivery charges to the destination shown herein unless otherwise indicated. (a) (b) (c) (d) (e) (f) (g) The Bidder: in submitting this bid certifies that the prices quoted herein are not higher than the prices at which the same commodity(ies) or service(s) is sold in approximately similar quantities under similar terms and conditions to any purchaser whomsoever. F.O.B. as specified in Special Instructions to bidder. Tie Bids: The award on tie bids will be decided by the Director of the Purchasing Division in accordance with the provisions of the Procurement Code. TAXES: Broward County is exempt from Federal Excise and Florida Sales taxes on direct purchase of tangible property. Exemption numbers appear on purchase order. The Contractor shall pay all applicable sales, consumer, land use, or other similar taxes required by law. The Contractor is responsible for reviewing the pertinent State Statutes involving the sales tax and complying with all requirements. DISCOUNTS: Bidders may offer a cash discount for prompt payment. However, such discounts will not be considered in determining the lowest net cost for bid evaluation purposes. Bidders should reflect any discounts to be considered in the bid evaluation in the unit prices bid. MISTAKES: Bidders are cautioned to examine all specifications, drawings, delivery instructions, unit prices, extensions and all other special conditions pertaining to the bid. Failure of the bidder to examine all pertinent documents shall not entitle them to any relief from the conditions imposed in the contract. In case of mistakes in extension, the unit price shall govern. Multiplication or addition errors are deemed clerical errors and shall be corrected by the County. ORDERING: The Board of County Commissioners reserves the right to purchase commodities/services specified herein through contracts established by other governmental agencies or through separate procurement actions due to unique or special needs. If an urgent delivery is required, within a shorter period than the delivery time specified in the contract and if the seller is unable to comply therewith, the Board of County Commissioners reserves the right to obtain such delivery from others without penalty or prejudice to the County or to the seller. 6. OPEN-END CONTRACT: No guarantee is expressed or implied as to the total quantity of commodities/services to be purchased under any open end contract. Estimated quantities will be used for bid comparison purposes only. The Board of County Commissioners reserves the right to issue purchase orders as and when required, or, issue a blanket purchase order for individual agencies and release partial quantities or, issue instructions for use of Direct Purchase Orders by various County agencies, or, any combination of the preceding. No delivery shall become due or be acceptable without a written order or shipping instruction by the County, unless otherwise provided in the contract. Such order will contain the quantity, time of delivery and other pertinent data. However, on items urgently required, the seller may be given telephone notice, to be confirmed by an order in writing. 7. CONTRACT PERIOD (OPEN-END CONTRACT): The initial contract period shall start with the expiration date of the previous contract or date of award, whichever is latest, and shall terminate one (1) year from that date. The contractor will complete delivery and the County will receive delivery on any orders mailed to the contractor prior to the date of expiration. The Director of Purchasing may renew this contract for a second period subject to vendor acceptance, satisfactory performance and determination that renewal will be in the best interest of the County. Notification of Intent to Renew will be mailed sixty (60) calendar days in advance of expiration date of this contract. All prices, terms and conditions shall remain firm for the initial period of the contract and for any renewal period unless subject to price adjustment specified as a "special condition" hereto. In the event services are scheduled to end because of the expiration of this contract, the Contractor shall continue the service upon the request of the Director of Purchasing. The extension period shall not extend for more than ninety (90) days beyond the expiration date of the existing contract. The Contractor shall be compensated for the service at the rate in effect when this extension clause is invoked by the County. 8. FIXED CONTRACT QUANTITIES: Purchase order(s) for full quantities will be issued to successful bidder(s) after notification of award and receipt of all required documents. Fixed contract quantities up to twenty (20) percent of the originally specified quantities may be ordered prior to the expiration of one (1) year after the date of award, provided the Contractor agrees to furnish such quantities at the same prices, terms and conditions. 9. AWARDS: If a specific basis of award is not established in the special instructions to bidders, the award shall be to the responsible bidder with the lowest responsive bid meeting the written specifications. As the best interest of the Board of County Commissioners may require, the right is reserved to make award(s) by individual commodities/ services, group of commodities/services, all or none or any combination thereof. When a group is specified, all items within the group must be bid. A bidder desiring to bid No Charge on an item in a group must so indicate, otherwise the bid for the group will be construed as incomplete and may be rejected. However, if bidders do not bid all items within a group, the County reserves the right to award on an item by item basis. When a group bid is indicated for variable quantities and the bid for the group shows evidence of unbalanced bid prices, such bid may be rejected. The Director of Purchasing, or the Board of County Commissioners, whichever is applicable reserves the right to waive technicalities and irregularities and to reject any or all bids. 10. PAYMENT: Payment for all goods and services shall be made in a timely manner and in accordance with Florida Statutes, Section , Florida Prompt Payment Act and the Broward County Prompt Payment Ordinance (No ) Page 2 of 6 Pages

7 as amended. All applications for Payment shall be submitted to Broward County Accounting Division. Payment will be made by the County after commodities/services have been received, accepted and properly invoiced as indicated in contract and/or order. Invoices must bear the purchase order number. 11. DELIVERY: Delivery time shall be computed in calendar days from the issuance date of purchase order. Although, actual requested date or number of calendar days for delivery may be specified, state number of calendar days required to make delivery and installation after issuance of purchase order or request for services in space provided. Unless otherwise stipulated in the Contract, delivery shall be made between 9:00 a.m. and 4:00 p.m., Monday through Friday, except holidays, and at other time by special arrangements. However goods required for daily consumption, or where the delivery is an emergency, a replacement, or is overdue, the convenience of the Division shall govern. If, in calculating the number of calendar days from the order date, the delivery date falls on a Saturday, Sunday or holiday, delivery shall be made no later than next succeeding business day. Delivery time may be considered in determining award. 12. TERMINATION: (a) AVAILABILITY OF FUNDS: If the term of this contract extends beyond a single fiscal year of the County, the continuation of this Contract beyond the end of any fiscal year shall be subject to the availability of funds from the County in accordance with Chapter 129, Florida Statutes. The Broward County Board of County Commissioners shall be the final authority as to availability of funds and how such available funds are to be allotted and expended. In the event funds for this project/purchase are not made available or otherwise allocated Broward County may terminate this contract upon thirty (30) days prior written notice to the contractor. (b) NON PERFORMANCE: The Contract may be terminated for cause by the Awarding Authority for the County or by Bidder if the party in breach has not corrected the breach within ten (10) days after written notice from the aggrieved party identifying the breach. Cause for termination shall include, but not be limited to, failure to suitably perform the work, failure to suitably deliver goods in accordance with the specifications and instructions in this Bid, failure to continuously perform the work in a manner calculated to meet or accomplish the objectives of the County as set forth in this Bid, or multiple breach of the provisions of this Bid notwithstanding whether any such breach was previously waived or cured. (c) TERMINATION FOR CONVENIENCE: The Awarding Authority may terminate the Contract for convenience upon no less than thirty (30) days written notice. In the event the Contract is terminated for convenience, Bidder shall be paid for any goods properly delivered and services properly performed to the date the Contract is terminated; however, upon being notified of County's election to terminate, Bidder shall cease any deliveries, shipment or carriage of goods, and refrain from performing further services or incurring additional expenses under the terms of the Contract. In no event will payment be made for lost or future profits. Bidder acknowledges and agrees that ten dollars ($10.00) of the compensation to be paid by County, the adequacy of which is hereby acknowledged by Bidder, is given as specific consideration to Bidder for the County's right to terminate this Contract. 13. CONDITIONS AND PACKAGING: Unless otherwise stated in the special instructions to bidders or the bid sheets, or specifically ordered from an accepted price list, deliveries must consist only of new and unused goods and shall be the current standards production model available at the time of the bid. The goods must be suitably packaged for shipment by common carrier. Each container or multiple units or items otherwise packaged shall bear a label, imprint, stencil or other legible markings stating name of manufacturer or supplier, purchase order number and any other markings required by specifications, or other acceptable means of identifying vendor and purchase order number. 14. SAFETY STANDARDS: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall comply with applicable requirements of Occupational Safety and Health Act and any standards thereunder. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F of the Florida Administrative Code delivered from a contract resulting from this bid must be accompanied by a Material Safety Data Sheet (MSDS). A Material Safety Data Sheet (MSDS) should also be submitted to the Broward County Risk Management Division, 115 South Andrews Avenue, Room 210, Fort Lauderdale, Florida The MSDS must include the following information. (a) (b) (c) (d) (e) (f) The chemical name and the common name of the toxic substance. The hazards or other risks in the use of the toxic substance, including: 1. The potential for fire, explosion, corrosivity, and reactivity; 2. The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and 3. The primary routes of entry and symptoms of overexposure. The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of overexposure. The emergency procedure for spills, fire, disposal, and first aid. A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information. The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 15. MANUFACTURERS NAME AND APPROVED EQUIVALENTS: Manufacturer s names, trade names, brand names, information and/or catalog numbers listed in a specification are for information and establishment of quality level desired and are not intended to limit competition unless otherwise specified in the bid. The bidder may offer any brand which meets or exceeds the specifications for any item(s). If bids are based on equivalent products, indicate on the bid form the manufacturer s name and catalog number. Bidder shall submit with the bid complete descriptive literature and/or specifications. The bidder should also explain in detail the reason(s) why and submit proof that the proposed equivalent will meet the specifications and not be considered an exception thereto. Broward County Board of County Commissioners reserves the right to be the sole judge of what is equal and acceptable. Bids which do not comply with these requirements are subject to rejection. If Bidder fails to name a substitute it will be assumed that the bidder will furnish goods identical to bid standard. Page 3 of 6 Pages

8 16. INTERPRETATIONS: Any questions concerning conditions and specifications of this bid shall be directed in writing to the Purchasing Division a minimum of 24 hours prior to bid opening. No interpretation(s) shall be considered binding unless provided to all Bidders in writing by the Director of Purchasing. 17. NON-CONFORMANCE TO CONTRACT CONDITIONS: The County may withhold acceptance of, or reject any items which are found, upon examination, not to meet the specification requirements. Upon written notification of rejection, items shall be removed within five (5) calendar days by the Vendor at their expense and redelivered at their expense. Rejected goods left longer than thirty (30) days will be regarded as abandoned and the Board shall have the right to dispose of them as its own property. On foodstuffs and drugs, no written notice or rejection need be given. Upon verbal notice to do so, the Vendor shall immediately remove and replace such rejected merchandise at their expense. Rejection for nonconformance, failure to provide services conforming to specifications, or failure to meet delivery schedules may result in contractor being found in default. 18. INSPECTION, ACCEPTANCE AND TITLE: Inspection and acceptance will be at destination. Title and risk of loss or damage to all items shall be the responsibility of the contractor until accepted by the County. 19. GOVERNMENTAL RESTRICTIONS: In the event any governmental restrictions may be imposed which would necessitate alteration of the material quality, workmanship or performance of the items offered on this bid prior to their delivery, it shall be the responsibility of the successful bidder to notify the County at once, indicating in their letter the specific regulation which required an alteration. The Board of County Commissioners reserves the right to accept any such alteration, including any price adjustments occasioned thereby, or to cancel the contract at no further expense to the County. 20. LEGAL REQUIREMENTS: Applicable provisions of all Federal, State of Florida, County and local laws, and of all ordinances, rules and regulations including the Procurement Code of Broward County shall govern development, submittal and evaluation of bids received in response hereto and shall govern any and all claims and disputes which may arise between person(s) submitting a bid in response hereto and Broward County by and through its officers, employees and authorized representative, or any other person natural or otherwise in addition to any resultant agreement. Lack of knowledge by any bidder shall not constitute a recognizable defense against the legal effect thereof. 21. INDEMNIFICATION: BIDDER shall at all times hereafter indemnify, hold harmless and, defend COUNTY, its officers, agents, servants, and employees from and against any and all causes of action, demands, claims, losses, liabilities and expenditures of any kind, including attorney fees, court costs, and expenses, caused or alleged to be caused by intentional or negligent act of, or omission of, BIDDER, its employees, agents, servants, or officers, or accruing, resulting from, or related to the subject matter of this Agreement including, without limitation, any and all claims, losses, liabilities, expenditures, demands or causes of action of any nature whatsoever resulting from injuries or damages sustained by any person or property. In the event any lawsuit or other proceeding is brought against COUNTY by reason of any such claim, cause of action or demand, BIDDER shall, upon written notice from COUNTY, resist and defend such lawsuit or proceeding by counsel satisfactory to COUNTY or, at COUNTY s option, pay for an attorney selected by County Attorney to defend COUNTY. To the extent considered necessary by the Contract Administrator and the County Attorney, any sums due BIDDER under this Agreement may be retained by COUNTY until all of COUNTY's claims for indemnification pursuant to this Agreement have been settled or otherwise resolved; and any amount withheld shall not be subject to payment of interest by COUNTY. The provisions and obligations of this section shall survive the expiration or earlier termination of this Agreement. 22. NOTICE: Written notice provided pursuant to this Contract shall be sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the County designates: Director, Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL Bidder shall identify in the Bid a designated person and address to whom notice shall be sent when required by the Contract. 23. JURISDICTION, VENUE, WAIVER OF JURY TRIAL: The Contract shall be interpreted and construed in accordance with and governed by the laws of the state of Florida. Any controversies or legal problems arising out of the Contract and any action involving the enforcement or interpretation of any rights hereunder shall be submitted to the jurisdiction of the State courts of the Seventeenth Judicial Circuit of Broward County, Florida, the venue situs, and shall be governed by the laws of the state of Florida. By entering into this Contract, Bidder and County hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to this Contract. 24. PATENTS AND ROYALTIES: The bidder, without exception, shall indemnify and save harmless and defend the County, its officers, agents and employees from liability of any nature or kind, including but not limited to attorney's fees, costs and expenses for or on account of any copyrighted, patented or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the County. If the bidder uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood without exception that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. This provision shall survive the expiration or earlier termination of the contract. 25. ASSIGNMENT, SUBCONTRACT: Contractor shall not transfer, convey, pledge, subcontract or assign the performance required by this bid without the prior written consent of the Director of Purchasing. Any Award issued pursuant to this bid invitation and the monies which may become due hereunder are not assignable, transferrable, or otherwise disposable except with the prior written consent of the Director of Purchasing. 26. QUALIFICATIONS OF BIDDER: Bids will be considered only from firms normally engaged in providing the types of commodities/services specified herein. The Director of Purchasing or the Board of County Commissioners, reserves the right to inspect the facilities, equipment, personnel and organization or to take any other action necessary to determine ability to perform in accordance with specifications, terms and conditions. The Director of Purchasing or the Board of County Commissioners will determine whether the evidence of ability to perform is satisfactory and reserves the right to reject bids where evidence or evaluation is determined to indicate inability to perform. The Director of Purchasing or the Board of County Commissioners reserves the right to Page 4 of 6 Pages

9 consider a bidder s history of citations and/or violations of Environmental regulations in determining responsibility. Bidder should submit with his proposal a complete history of all citations and/or violations notices and dispositions thereof. Failure of a Bidder to submit such information may be grounds for termination of any contract awarded to successful Bidder. Bidder shall notify the County immediately of notice of any citations or violations which they may receive after the Bid or Proposal opening date and during the time of performance under any Contract awarded to them. 27. EQUAL EMPLOYMENT OPPORTUNITY: No Contractor shall discriminate against any employee or applicant for employment because of race, religion, age, color, sex or national origin, sexual orientation (including but not limited to Broward County Code, Chapter 16½), marital status, political affiliation, disability, or physical or mental handicap if qualified. Contractor shall take affirmative action to ensure that applicants are employed, and that employees are treated during their employment without regard to their race, religion, age, color, sex or national origin, sexual orientation, marital status, political affiliation, disability, or physical or mental handicap. Such actions shall include, but not be limited to the following: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation; and selection of training, including apprenticeship. The Contractor agrees to post in conspicuous places available to employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause. The contractor selected to perform work on a County project must include the foregoing or similar language in its contracts with any subcontractors or sub consultants, except that any project assisted by U.S. Department of Transportation funds shall comply with the non-discrimination requirements in Title 49 C.F.R. Parts 23 and 26, as amended. The Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. Failure to comply with above requirements is a material breach of the contract, and may result in the termination of this contract or such other remedy as the County deems appropriate. 28. MODIFICATIONS: All changes to purchase orders shall be by issuance of a change order. Any modifications or changes to any contract entered into as a result of this bid must be by written amendment with the same formality and of equal dignity prior to the initiation of any such change. 29. RESOLUTION OF PROTESTED SOLICITATIONS AND PROPOSED AWARDS: In accordance with Sections and of the Broward County Procurement Code, if a vendor intends to protest a solicitation or proposed award of a contract the following apply: (a) (b) (c) Any protest concerning the bid or other solicitation specifications, or requirements must be made and received by the County within seven (7) business days from the posting of the solicitation or addendum on the Purchasing Division s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest bid specifications or requirements is a waiver of the ability to protest the specifications or requirements. Any protest concerning a solicitation or proposed award above the authority of the Director of Purchasing, after the bid opening, shall be submitted in writing and received by the County within five (5) business days from the posting of the recommendation for award on the Purchasing Division s website. Any actual or prospective bidder or offeror who has a substantial interest in and is aggrieved in connection with (d) (e) proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award on the Purchasing Division s website. For purposes of this section a business day is defined as Monday through Friday between 8:30am and 5:00pm. Failure to timely file a protest within the time prescribed for a solicitation or proposed contract award shall be a waiver of the vendor s right to protest. As a condition of initiating any bid protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee. The filing fee shall be based upon the estimated contract amount. For purposes of the protest, the estimated contract amount shall be the contract bid amount submitted by the protestor. If no contract bid amount was submitted, the estimated contract amount shall be the County s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier s check, payable to Broward County Board of Commissioners. The filing fees are as follows: Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million $5,000 The estimated contract amount shall be based upon the contract bid amount submitted by the protestor. If no contract bid amount was submitted, the estimated contract amount shall be the County s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier s check, payable to Broward County Board of County Commissioners. 30. PUBLIC ENTITY CRIMES ACT: Bidder represents that its response to this invitation for bid will not violate the Public Entity Crimes Act, Section , Florida Statutes, which essentially provides that a person or affiliate who is a contractor, consultant or other provider who has been placed on the convicted vendor list following a conviction of a Public Entity Crime may not submit a bid on a contract to provide any goods or services to the County, may not submit a bid on a contract with the County for the construction or repair of a public building or public work, may not submit bids on leases of real property to the County, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the County, and may not transact any business with the County in excess of the threshold amount provided in Section , Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Bidder represents that its response to this Invitation For Bid is not a violation of Section , Florida Statues, which essentially states that the County, as a public entity, cannot do business with an entity that is on the "discriminatory vendor list" i.e., has been found by a court to have discriminated as defined therein. Violation of this section shall result in cancellation of the County purchase and may result in debarment. 31. RECYCLED CONTENT INFORMATION: In support of the Florida Waste Management Law, bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The County is Page 5 of 6 Pages

10 particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. The County also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. 32. PURCHASE BY OTHER GOVERNMENTAL AGENCIES: Each Governmental unit which avails itself of this contract will establish its own contract, place its own orders, issue its own purchase orders, be invoiced therefrom and make its own payments and issue its own exemption certificates as required by the bidder. It is understood and agreed that Broward County is not a legally bound party to any contractual agreement made between any other governmental unit and the bidder as a result of this bid. 33. PUBLIC RECORDS: Any material submitted in response to this Invitation For Bid will become a public document pursuant to Section , Florida Statutes. This includes material which the responding bidder might consider to be confidential or a trade secret. Any claim of confidentially is waived upon submission, effective after opening pursuant to Section , Florida Statutes. 34. AUDIT RIGHT AND RETENTION OF RECORDS: County shall have the right to audit the books, records, and accounts of contractor that are related to this project. Contractor shall keep such books, records, and accounts as may be necessary in order to record complete and correct entries to the project. the vendor must obtain the authority to conduct business in the State of Florida. Corporations or partnerships that are not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed nonresponsible. If successful in obtaining a contract award under this solicitation, the vendor must remain in good standing throughout the contractual period of performance. 36. SCRUTINIZED COMPANIES LIST Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List is prohibited from submitting a bid, proposal or response to a Broward County solicitation for goods or services in an amount equal to or greater than $1 million. Therefore, if applicable, each company submitting a bid, proposal, or response to a solicitation must certify to the County that it is not on either list at the time of submitting a bid, proposal or response. The certification form will only be attached to a solicitation if the estimated purchase amount is $1 million dollars or greater and must be submitted at the time of submitting a bid, proposal or response. Under the circumstances, the County estimated purchase amount is no greater than $1 million dollars, but bid, proposal, response or resulting contract is $1 million dollars or greater, the County will exercise the right to require firm to submit the certification form by the imposed deadline. In either case, failure to timely provide the certification shall deem the submittal nonresponsive. Contractor shall preserve and make available, at reasonable times for examination and audit by County, all financial records, supporting documents, statistical records, and any other documents pertinent to this agreement for the required retention period of the Florida Public Records Act (Chapter 119, Florida Statutes), if applicable, or if the Florida Public Records Act is not applicable, for a minimum period of three (3) years after termination of this Agreement. If any audit has been initiated and audit findings have not been resolved at the end of the retention period or (3) years, whichever is longer, the books, records and accounts shall be retained until resolution of the audit findings. If the Florida Public Records Act is determined by County to be applicable to contractor s records, contractor shall comply with all requirements thereof; however, no confidentiality or nondisclosure requirement of either federal or state law shall be violated by contractor. Any incomplete or incorrect entry in such books, records, and accounts shall be a basis for County s disallowance and recovery of any payment upon such entry. The entire chapter of the Broward County Procurement Code describing the aforementioned subject matter can be obtained from the Purchasing Division's Website at: STATE OF FLORIDA DIVISION OF CORPORATIONS REQUIREMENTS: It is the vendor s responsibility to comply with all state and local business requirements. All vendors located within Broward County and/or providing a service within the County must have a current Broward County Local Business Tax Receipt (formerly known as an Occupational License Tax). All corporations and partnerships must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact Broward County Records, Taxes and Treasury Division and the Florida Department of State, Division of Corporations. The County will review the vendor s business status based on the information provided in response to this solicitation. If the vendor is an out-of-state or foreign corporation or partnership, Page 6 of 6 Pages

11

12 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Bid Submittal Summary Sheet for Public Reading The purpose of this page is to facilitate the efficient and accurate reading of your bid submittal at the Bid Opening. Your cooperation is appreciated in completing the following information and ensuring that it is placed as the first page of your bid submittal. The information on this page does not take the place of the bid documents or the bid sheet. In the event that there is a discrepancy between the information on this page and the information in the bid sheet, the information on the bid sheet will prevail. Bid Number: L B1 Bid Title: Fire Hydrant Service and Repair (NSM) Name of Company: Total Bid Price: Page 1 of 92

13 DOCUMENT CHECKLIST: The following items may be required to determine Bid responsiveness. Please ensure that all applicable items are completed and submitted with your Bid. Failure to meet the applicable requirements may render your Bid non-responsive. Additional information for these items can be found throughout this Bid document. A. Bid/Addendum The Invitation for Bid must be signed in ink. If a MUST Addendum is required, it must be acknowledged on the Bid sheet or returned with your Bid. If a revised Bid sheet is required, it must be returned with the Addendum. B. Group Items If a Group is specified, you must bid all items within each Group and indicate No Charge for those items that are included at no additional charge. C. County Business Enterprise (CBE) Documentation If this solicitation includes participation goals, all appropriate documentation must be returned with your submittal, i.e., Schedule of Participation, Letters of Intent, Good Faith Effort, etc., Attachments F-H D. Bid Bond/Guaranty You must attach an original Bid Bond executed by a surety company, or alternate form of acceptable security. E. Licensing Attach a copy of the specified contractor license(s) For items that require a licensed Contractor, your firm must possess a current State or County license, held by a qualifier registered with the State. If you hold a County license, and State registration is required, your license must be registered with the State. ADDITIONAL ITEMS: The following documents should be submitted with your bid, but no later than five (5) business days from request of the purchasing agent. A. Supplements/Attachments Copy of Broward County Local Business Tax Receipt (For Broward County Vendors) The Non-Collusion Statement The Vendor Questionnaire VENDOR S LIST (Non-Certified Sub-contractors/Suppliers) Drug Free Workplace Certification Attachment D Living Wage Ordinance Compliance Affidavit (Exhibit 1) & Application for Exemption (Exhibit 2) - Attachment E Domestic Partner Certification - Attachment J Certificate of Insurance, per sample attached - Attachment N E-Verify Certification Form - Not applicable to this bid Litigation History Form Attachment L Scrutinized Companies Certification Form Attachment M The Florida Department of State Certificate of Proof of application (see: sunbiz.org) Trench Safety Act Attachment K * All original Bids must be received in the Purchasing Division no later than 2:00 p.m. on the opening date specified. Late Bids will not be accepted. Please allow additional time for traffic and parking. This Checklist is for informational purposes only, it is not necessary to return. Page 2 of 92

14 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA SPECIAL INSTRUCTIONS TO BIDDERS (IN ADDITION TO GENERAL CONDITIONS) FIRE HYDRANT SERVICE AND REPAIR (NON-SHELTERED MARKET) LIVING WAGE SERVICE CONTRACT YES NO SUBMISSION OF SEALED BIDS: The Invitation for Bid form must be executed and submitted with all bid sheets and should be in a sealed envelope. The original should be signed in blue ink. Both the original bid and one (1) photocopy of your bid should be included in a single envelope. The Bidder is responsible for retaining a copy of all submittals for their own records. The face of the envelope should contain the company name, address, date and time of bid opening, bid number and bid title. Bids not submitted on bid sheets may be rejected. Bidder should not submit bids on their own form or any other form other than Broward County Bid Sheet. All bids are subject to the conditions specified herein. Bids which do not comply with these conditions are subject to rejection. 1. SCOPE: Bids are hereby invited on an open-end basis for FIRE HYDRANT SERVICE AND REPAIR for the Water and Wastewater Services Operations Division and various other Broward County agencies that may have need of these services and products. The initial contract period shall start upon expiration of the current contract or date of award, which is later, and shall terminate one (1) year from that date. The Contractor will complete delivery and the County will receive delivery on any orders mailed to the contractor prior to the date of expiration. There will be no allowable price escalations for fuel costs throughout any contract period(s), unless otherwise specified in this document. The Director of Purchasing may renew this contract for two, one (1) year periods subject to vendor acceptance, satisfactory performance and determination that renewal will be in the best interest of the County. No guarantee is expressed or implied as to the total quantity of commodities/services to be purchased under any open end contract. Estimated quantities will be used for bid comparison purposes only. The Board of County Commissioners reserves the right to: issue purchase orders as and when required, or, issue a blanket purchase order for individual agencies and release partial quantities or, issue instructions for use of Direct Purchase Orders by various County agencies, make random, open market purchases for any or all of the item(s) on any open end contract or, any combination of the preceding. No delivery shall become due or be acceptable without a written order by the County, unless otherwise provided for in the contract. Such order will contain the quantity, time of delivery and other pertinent data. However, on items urgently required, the seller may be given telephone notice, to be confirmed by an order in writing. Page 3 of 92

15 SPECIAL INSTRUCTIONS TO BIDDERS (Continued) FIRE HYDRANT SERVICE AND REPAIR (NSM) 2. SPECIFICATIONS AND REQUIREMENTS: Technical Specifications & Requirement are attached hereto and made a part hereof as Attachment "A". NOTE: Whenever the Technical Specifications address a third party (i.e. manufacturer, applicator, subcontractors etc.) it is to be construed as the CONTRACTOR through the third party. 3. CONTINGENCY FEES: By submission of this offer, contractor certifies that no contingency fees (sometimes known as a finder s fee) has been paid to any person or organization other than a bona-fide employee working solely for the vendor to secure a contract made pursuant to this solicitation. Violation of this policy may result in termination of any resultant contract and/or possible debarment of the contractor. 4. FURTHER INFORMATION: Project Coordinator for this contract is Juan Urrutia, Broward County Water and Wastewater Services Operations Division telephone (954) or jurrutia@broward.org or his duly authorized representative. Project review and work schedules shall be coordinated with the Project Coordinator before any work is started. Bidders requiring additional information as to the technical provisions or desiring to view the site shall contact the Project Coordinator A pre-bid conference will be held at Water and Wastewater Services, 2555 W. Copans Road, Building 2, 1 st Floor Training Room, Pompano Beach, Florida at 2:00 p.m. on October 3, Attendance is highly recommended as a source of information but is not mandatory. Bidders requiring information on this solicitation document should contact Nancy Olesen at (954) or by at nolesen@broward.org. No change(s) and no interpretation(s) shall be considered binding unless provided to all bidders in writing by the Director of the Purchasing Division. 5. SECURITY REQUIREMENTS: PORT EVERGLADES WORK: The Department of Port Everglades requires persons to present, at port entry, a valid driver s license and valid reason for wishing to be granted port access in order to obtain a temporary/visitor ID badge. For persons who will visit the Port more than 5 times in a 90 day period, a permanent identification badge must be obtained and paid for by the contractor for all employees, subcontractors, agents and servants visiting or working on the port project. A restricted access badge application process will include fingerprints and a comprehensive background check. Badges must be renewed annually and the fees paid pursuant to Broward County Administrative Code, Section For further information, please call (954) All vehicles that are used regularly on the dock apron must have a Dockside Parking Permit. Only a limited number of permits will be issued per business entity. The fee is $ per permit/vehicle. Individuals requesting a permit must possess a valid Port-issued Restricted Access Area badge with a Dock destination. Requests for Dockside Parking Permits must be submitted in writing, on company letterhead, to the ID Badge Office. Applicants must demonstrate a need for access to the dock apron. Requests shall be investigated, and approved, if appropriate justification is provided. Supporting documentation must be supplied, if requested. Dock permits are not transferable and must be affixed to Page 4 of 92

16 the lower left corner of the permitted vehicle s windshield. Should the permit holder wish to transfer the permit to another vehicle during the term of issuance, the permit will be removed and exchanged at no charge for a new permit. Only one business entity representative will be permitted on the dock at a time at the vessel location. The Federal Government has instituted requirements for a Transportation Worker Identification Credential (TWIC) for all personnel requiring unescorted access to designated secure areas within Port Everglades. The contractor will be responsible for complying with the applicable TWIC requirements. For further information, please call , or go on line to 6. INSURANCE REQUIREMENTS: (Sample insurance certificate attached) (Attachment N ) The Insurance Requirements contained in this Bid represent the minimal protection necessary for the County as determined by the Risk Management Division. Further modifications of the requirements may be made at the sole discretion of the Risk Management Division upon a material change in scope at any time during the term of the contract or at time of contract renewal upon mutual agreement of the parties. No award will be recommended until a written determination is made by Risk Management Division that the County is adequately protected. The low bidder should provide proper insurance, or a notarized letter of verification by the bidder s insurance provider which states the ability of the vendor in obtaining the required insurance, to the Purchasing Division within five (5) business days after request by the Purchasing Agent but prior to award by the Director of Purchasing or recommendation of award to the Board of County Commissioners, whichever is applicable. Final award shall be subject to receipt and acceptance by the County of proof of meeting all insurance requirements of the bid. Without limiting any of the other obligations or liabilities of CONTRACTOR, CONTRACTOR shall provide, pay for, and maintain in force until all of its work to be performed under this Contract has been completed and accepted by the COUNTY (or for such duration as is otherwise specified hereinafter), the insurance coverage set forth in this Section. 6.1 Workers' Compensation Insurance to apply for all employees in compliance with the "Workers Compensation Law" of the State of Florida and all applicable Federal laws. In addition, the policy(ies) must include: Employers' Liability with minimum limits of One Million Dollars Dollars ($1,000,000) each accident. 6.2 Comprehensive General Liability with minimum limits of One Million Dollars ($1,000,000) per occurrence and One Million Dollars ($1,000,000) aggregate, combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office and must include: Premises-Operations Explosion & Collapse Hazard Underground Hazard Products/Completed Operations Hazard Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. Page 5 of 92

17 6.2.6 Broad Form Property Damage Independent Contractors Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability COUNTY is to be expressly included as an "Additional Insured" in the name of "Broward County" with respect to liability arising out of operations performed for COUNTY by or on behalf of CONTRACTOR or acts or omissions of COUNTY in connection with general supervision of such operation Notice of Cancellation and/or Restriction -- The policy(ies) must be endorsed to provide Broward County with thirty (30) days notice of cancellation and/or restriction. 6.3 Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Services Office and must include: Comprehensive Form Owned Vehicles Hired Vehicles Non-Owned Vehicles Any auto, if applicable Notice of Cancellation and/or Restriction -- The policy(ies) must be endorsed to provide Broward County with thirty (30) days notice of cancellation and/or restrictions. 6.4 Professional Liability - Not applicable to this bid. 6.5 Property Coverage/Builder s Risk Include Wind and Flood Insurance - Not applicable to this bid. 6.6 Installation Floater - Not applicable to this bid. 6.7 The CONTRACTOR shall provide to the COUNTY Certificates of Insurance or endorsements evidencing the insurance coverage specified in 6.1, 6.2, 6.3, 6.4, 6.5 and 6.6 above within five (5) business days after request by the Purchasing Agent but prior to award by the Director of Purchasing or recommendation of award to the Board of County Commissioners, whichever is applicable. The required Certificates of Insurance shall state the types of policies PROVIDED, refer specifically to this contract, and state that such insurance is as required by this Contract. If the initial insurance expires prior to the completion of the work, renewal Certificates of Insurance shall be furnished thirty (30) days prior to the date of their expiration. 6.8 Certificates of insurance shall be provided as specified in sub-section 6.7 above unless any of these coverage s are, for just cause, inapplicable, and upon specific request by the vendor are Page 6 of 92

18 excepted by written determination of Risk Management and approved by the Director of Purchasing. If an exception is requested, the bidder should indicate in the appropriate area on the bid sheet any such request including reason(s) thereto for exemption from insurance requirements as specified in this section of this invitation for bid/quotation request. 7. INDEMNIFICATION: BIDDER shall indemnify and hold harmless COUNTY, its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney s fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of BIDDER and persons employed or utilized by BIDDER in the performance of this Agreement. To the extent considered necessary by Contract Administrator and County Attorney, any sums due BIDDER under this Agreement may be retained by COUNTY until all of COUNTY s claims for indemnification pursuant to this Agreement have been settled or otherwise resolved, and any amount withheld shall not be subject to payment of interest by COUNTY. The provisions and obligations of this section shall survive the expiration or earlier termination of this Agreement. 8. DATE STANDARDS: Not applicable to this bid. 9. PUBLIC BID DISCLOSURE ACT: Pursuant to the Public Bid Disclosure Act, all permits and fees including but not limited to all licenses, occupational license (or Local Business Tax Receipt), certificate of occupancy (CO), permits, impact fees or inspection fees payable BY CONTRACTOR TO THE COUNTY BY VIRTUE OF THIS WORK/PROJECT, and disclosed in this request for bids and the amount or percentage method of all such licenses, permits and fees required by Broward County are listed below. EACH LICENSE, PERMIT OR FEE A CONTRACTOR WILL HAVE TO PAY THE COUNTY BEFORE OR DURING CONSTRUCTION OR THE PERCENTAGE METHOD OR UNIT METHOD OF ALL LICENSES, PERMITS AND FEES REQUIRED BY THE COUNTY AND PAYABLE TO THE COUNTY BY VIRTUE OF THIS CONSTRUCTION AS PART OF THE CONTRACT IS STATED BELOW: Water and Wastewater Services will be responsible for paying for any and all permits, licenses, and fees imposed on the work by agencies of the Broward County Commission. All other county agencies using the contract will be responsible for paying the permits and fees required for their projects. This does not alleviate the contractor from obtaining the permits. The successful bidder will be required to obtain an annual Permit of Record from the Broward County Engineering Division (no fee/no additional security required) to cover all worked performed within County jurisdiction rights-of-ways, required as a result of being awarded this contract. All work performed within County jurisdiction rights-of-ways, shall be performed in conformance with Broward County Engineering Division Minimum Standards applicable to Public Right-of-Way under Broward County jurisdiction or latest edition. Licenses, permits and fees which may be required by The State of Florida, State Agencies or by other local governmental entities are not included in the above list and shall be the responsibility of the vendor/successful bidder to obtain. The vendor/successful bidder shall be paid on a Pass-Thru basis per Section 16 of the Special Instructions to Bidders and utilizing Pay Item No. 36. Page 7 of 92

19 10. LICENSING REQUIREMENTS: In order to be considered a responsible and responsive bidder for the scope of work set forth in these bid documents, the bidder shall possess one of the following licenses (including any specified State registration, if applicable) at the time of bid submittal. Proof of licensing should be furnished within five (5) business days after request by the Purchasing Agent but prior to award by the Director of Purchasing or recommendation of award to the Board of County Commissioners, whichever is applicable. Any certificate of competency that meets or exceeds those specified or can legally perform the scope of work specified will be considered responsible and responsive to the bid. STATE: Certified Plumbing Contractor, OR Certified Underground Utility and Excavation Contractor, OR COUNTY: Master Plumber (Must be registered with the State) OR General Engineered Construction Builder; OR Primary Pipelines (Water, Sewer, Drainage) Class A *No work shall be performed regarding Backflow Preventers for Fire Protection Systems. Any work performed not within the scope of the above contract must be performed by a licensed contractor. 11. LOCAL BUSINESS TAX RECEIPT REQUIREMENTS: All vendors maintaining a business address within Broward County must have and provide a copy of a current Broward County Local Business Tax Receipt prior to contract award. The Contractor should provide a copy of its Local Business Tax Receipt within five (5) business days after request by the Purchasing Agent but prior to award by the Director of Purchasing or recommendation of award to the Board of County Commissioners, whichever is applicable. Failure to do so may result in your bid being deemed nonresponsive. Local Business Tax Receipts will be required pursuant to Chapter , Florida Statutes. For further information on obtaining or renewing your firm s Local Business Tax Receipt, contact the Records, Taxes and Treasury Division at (954) BID GUARANTY: All bids shall be accompanied by an original Bid bond executed by a surety company meeting the qualifications for surety companies as specified in Section 14. The Bid bond must be an original, no photocopies will be accepted. In lieu of the Bid bond, the following will be acceptable: cash, money order, certified check, cashier's check, original irrevocable letter of credit, (Attachment "B") treasurer's check or bank draft of any national or state bank (United States), in an amount equal to five percent (5%) of the total bid price, payable to the Board of County Commissioners and conditioned upon the successful Bidder executing the Contract and providing the Performance and Payment Guaranty and evidence of insurance within 15 calendar days after notification of award of the Contract. A personal check or a company check of a Bidder shall not be deemed a valid bid guaranty. Guaranty of the successful Bidder shall be forfeited to the Board of County Commissioners not as a penalty, but as liquidated damages for the cost and expense Page 8 of 92

20 incurred should said Bidder fail to provide the required Performance and Payment Guaranty or Certificate of Insurance or fail to comply with any other requirements set forth herein. Bid Guaranties of the unsuccessful Bidders will be returned after award of Contract. 13. PERFORMANCE AND PAYMENT GUARANTY: Not applicable to this bid. 14. QUALIFICATIONS OF SURETY: 14.1 A Bid Bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida and having been in business with a record of successful continuous operation for at least five years In addition to the above-minimum qualifications, the surety company must meet at least one of the following additional qualifications: The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section Section ). Further, the surety company shall provide the County with evidence satisfactory to the County, that such excess risk has been protected in an acceptable manner The County will accept a surety bond from a company with a rating of A- or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the County shall review and either accept or reject the surety company based on the financial information available to the County. A surety company that is rejected by the County may be substituted by the bidder or proposer with a surety company acceptable to the County, only if the bid amount does not increase The surety company shall have at least the following minimum ratings: Amount of Bond Policyholder's Ratings Financial Size Category 500,001 to 1,000,000 A- Class I 1,000,001 to 2,000,000 A- Class II 2,000,001 to 5,000,000 A Class III 5,000,001 to 10,000,000 A Class IV 10,000,001 to 25,000,000 A Class V 25,000,001 to 50,000,000 A Class VI 50,000,001 to or more A Class VII For projects which do not exceed $500, the County shall accept a Bid Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid Certificate of Authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code. (Attachment "C") Page 9 of 92

21 The County will accept a surety bond from a company with a rating of A- or better; provided, however, that if the surety company appears on the 'Watch List' that is published quarterly by 'Focus of the Office of the Florida Insurance Commissioner, the County shall review and either accept or reject the surety company based on the financial information available to the County. A surety company that is rejected by the County may be substituted by the bidder or proposer with a surety company acceptable to the County only if the bid amount does not increase. 15. LIQUIDATED DAMAGES: Not applicable to this bid. 16. PAYMENTS: Payment will be made in accordance with General Conditions, Item No. 10 in addition to the following: Upon completion of work, Contractor shall submit an invoice to the Project Coordinator. All Invoicing shall contain the following information: 1. Broward County Purchase Order number the authorizing work. 2. The Broward County Work Order Numbers that requested this work be performed 3. Contractor must submit to Water and Wastewater Services Project Coordinator the Daily Service Report to initiate payment Pass-Thru Costs Landscape Materials (Pay Item No. 35) Payment for costs for landscape materials not specifically identified, but pertain to the scope of work in this bid will be paid at Contractor s cost and must be approved by the Contract Administrator. The costs of these items will be on a Pass-Thru basis, i.e., the Contractor will charge the County the same invoice prices he or she is charged by his or her suppliers, including freight. A copy of the Contractor s invoice(s) from supplier for such parts shall be submitted with the Contractor s invoice for payment. In cases where the Contractor manufacturers his or her own parts, he or she will charge the County a price no higher than he or she charges his or her most favored customer. Proof of costs must be submitted with invoice in order for invoice to be processed for payment Pass-Thru Costs for Security Badging and Non-Broward County Permit Fees (Pay Item No. 36). Measurement for payment for security badging and non-broward County permit fees will be based upon the actual fees paid by the CONTRACTOR to the various agencies having jurisdiction for performance of the services, all in accordance with the Contract Documents. The amount shown on the bid sheet is the estimate of fees for all individual projects and is a cost Pass-Thru item. Proof of costs must be submitted with invoice in order for invoice to be processed for payment. Only fees substantiated and approved by the COUNTY will be paid as part of this bid item. 17. PRICE ADJUSTMENT CLAUSES: Not applicable to this bid. 18. PERMITS AND FEES: (For agencies other than Broward County Commissioners) The CONTRACTOR shall procure and pay for all permits and licenses, charges and fees and give all notices necessary and incidental to the due and lawful prosecution of the work. The cost of all permits, fees, etc., shall be included in price bid except where noted in the specifications and requirements. (See Item No. 16) Page 10 of 92

22 19. SUBCONTRACTING: The CONTRACTOR shall submit a listing of all non-certified subcontractors, if any, and the portion of the Project they will perform (VENDORS LIST) within five (5) days of request by County and prior to award. This list shall be kept up-to-date for the duration of the project and shall include major material suppliers to the Prime that provide construction material for construction contracts or commodities for service contracts in excess of $50,000 to the CONTRACTOR. If subcontractors are stated, this does not relieve the CONTRACTOR from the prime responsibility of full and complete satisfactory and acceptable performance under any awarded contract. 20. CODE REQUIREMENTS: The CONTRACTOR and his or her subcontractors on this project must be familiar with all applicable Federal, State, County, City and Local Laws, Regulations or Codes and be governed accordingly as they will apply to this project and the actions or operations of those engaged in the work or concerning materials used. CONTRACTOR shall ask for and receive any required inspections. 21. CONTRACTOR RESPONSIBILITIES: 21.1 The CONTRACTOR will be responsible for the provision, installation and performance of all equipment, materials, services, etc. offered in his or her Bid. The CONTRACTOR is in no way relieved of the responsibility for the performance of all equipment furnished, or of assuring the timely delivery of materials, equipment, etc. even though it is not of his or her own manufacture CONTRACTOR shall perform the Work with its own organization, amounting to not less than Seventy Percent (70%) of the Contract Price. The percentage shall be based on the total services rendered, i.e. labor, materials, and equipment supplied; not just labor The Contract Administrator will document the contractor s performance by completing a Vendor Performance Evaluation Form. A blank Performance Evaluation Form may be viewed at: and will be completed by the Contract Administrator based upon the following factors: i. For any fixed construction or services contract valued at $50,000 or more upon completion of the contract. ii. For any hardware or software implementation contracts valued at $20,000 or more as part of the final acceptance. iii. For any fixed commodities contract valued at $250,000 or more upon complete delivery of the commodities. iv. For Master (open-end) Agreements and other continuing contracts by each using agency whose cumulative annual usage of the agreement exceeds $50,000, prior to any renewal, termination and upon the agreement expiration. v. For Work Authorizations valued at $30,000 or more, issued under a Library of Professional Consultant Services, a Library of Environmental Consultant Services, or other two-party agreement, upon project completion. vi. For contracts where the Office of Economic and Small Business Development (OESBD) has established goals, based on compliance with established goals and requirements. vii. The Contract Administrator may also initiate an interim evaluation at any time during the term for any contract. 22. DRUG-FREE WORKPLACE CERTIFICATION: Broward County Procurement Code Chapter a. requires awards of competitive sealed bids and sealed proposals requiring Board Award be made only to firms certifying the establishment of a drug free workplace. The Drug Free Workplace Certification (Attachment "D") should be furnished within five (5) business days after request by the Purchasing Agent but prior to recommendation of award to the Board of County Commissioners. Failure to provide this certification will render your office unqualified and ineligible for award. Page 11 of 92

23 23. NONDISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, AND AMERICANS WITH DISABILITIES ACT: CONTRACTOR shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. CONTRACTOR shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by COUNTY, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, CONTRACTOR shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. CONTRACTOR decisions regarding the delivery of services under this Agreement shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation (Broward County Code, Chapter 16 1/2) in performing any services pursuant to this Agreement. 24. LIVING WAGE ORDINANCE: (Vendor Questionnaire - Item No. 14 applies) Bidders are advised that the provisions of the Broward County Ordinance , as amended ( Living Wage Ordinance ) will apply to this contract, if the open-end contract award value exceeds $100,000 per year or the individual project value exceeds $100,000 under a fixed term contract. In accordance with the Living Wage Ordinance, the bidder agrees to pay the minimum hourly wage rates to employees covered by the Living Wage Ordinance, as adjusted. There will be no increase in contract prices paid by Broward County to the Bidder due to any increase in wages required to be paid to employees covered by the Living Wage Ordinance. Explanation of Living Wage contract requirements is included in Attachment E. The Living Wage Ordinance Compliance Affidavit, Exhibit 1, included in Attachment E, should be furnished within five (5) business days after request by the Purchasing Agent but must be submitted prior to award by the Director of Purchasing or recommendation for award to the Board of County Commissioners. 25. PREVAILING WAGE RATES: Not applicable to this bid. 26. CONE OF SILENCE ORDINANCE: 26.1 The County s Cone of Silence Ordinance prohibits certain communications among vendors, county staff, selection committee members, Commissioners and their staff. Any violations of this ordinance by any members of the responding firm or its joint venture(s) may be reported to the County s Office of Professional Standards. For Invitations for Bids the Cone of Silence shall be in effect for staff involved in the award decision process at the time of the solicitation advertisement. The Cone of Silence shall be in effect for the Board of County Commissioners upon bid opening for the solicitation. Pursuant to Section 1-266, Broward County Code of Ordinances, as amended, the Cone of Silence Ordinance provides that after the advertisement of the bid solicitation, potential vendors and their representatives are substantially restricted from communicating regarding the Bid with the County Administrator, Deputy County Administrator, Assistant County Administrator, Assistants to the County Administrator, their respective support staff, or any or any staff person that is to evaluate or recommend selection in this bid process. The Cone of Silence Ordinance further provides that after the bid opening for this solicitation, potential vendors and their representatives are substantially restricted from communicating regarding this Bid with the County Commissioners and their staff This County s Ordinance prohibits certain communications among vendors, county staff, and selection committee members. Any violations of this ordinance by any members of the responding firm or its joint venturers may be reported to the County s Office of Professional Standards. Page 12 of 92

24 26.3 The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation. 27. SUPPLEMENT TO PURCHASE ORDER (Federal Funding): Not applicable to this bid 28. SHELTERED MARKET PROGRAM: Not applicable to this bid. 29. COUNTY BUSINESS ENTERPRISE (CBE): The Broward County Business Enterprise Program (CBE Program) shall apply to this contract. The CBE Program objective is to ensure that small businesses based in Broward County are able to meaningfully participate in Broward County procurement and projects as primary contractors and as subcontractors of primary contractors. Broward County (hereafter sometimes referred to as the County) seeks to accomplish this objective through the establishment of annual and contract goals. In an effort to achieve these goals, the County requires all who respond to this solicitation to utilize or attempt to utilize CBE firms in performing the contract that will result from this bid in at least the percentage amount assigned for this bid. The CBE participation goal assigned for this contract is 24%. The Office of Equal Opportunity/Office of Economic and Small Business Development maintains an on-line directory of CBE firms. The on-line directory is available for use by bidders at Bidders shall neither prohibit a CBE firm from nor inhibit it in offering its goods or services to other bidders. A bidder may be disqualified from consideration for award under this bid if it is determined by the County that the bidder prohibited a CBE firm from or inhibited a CBE firm in offering its goods or services to other bidders that compete or that may desire to compete for award of this bid. Compliance with the requirements of CBE participation goals is a matter of responsiveness. To be responsive, a bidder MUST comply with the CBE Program requirements related to submission of bids. These requirements are set forth in paragraphs below and in Broward County Ordinance No A copy of the Ordinance may be viewed on-line at: The provisions set forth in Requirements for Contracts with CBE Goals shall be included in and shall become material terms and conditions of the contract resulting from the award of this bid The attachments to this Invitation for Bid are identified as follows and must be completed and returned with your bid: Letter of Intent to Utilize County Business Enterprise (CBE) Subcontractor/Subconsultant - Attachment F. Schedule of (CBE) Participation - Attachment G. CBE Unavailability Report (required only if the CBE participation goal is not met) - Attachment H. Page 13 of 92

25 CBE REQUIREMENTS FOR SUBMITTING BIDS A BID WILL NOT BE CONSIDERED RESPONSIVE UNLESS THE BIDDER COMPLIES WITH THE CBE PARTICIPATION GOAL ESTABLISHED FOR THIS CONTRACT (AS PROVIDED IN PART I BELOW) OR DEMONSTRATES THAT THE BIDDER MADE A GOOD FAITH EFFORT TO MEET THE CBE PARTICIPATION GOAL (AS PROVIDED IN PART II BELOW) AND SUBMITS THE REQUIRED INFORMATION WITH THE BID. PART I. CBE GOAL COMPLIANCE Bidders must comply with the CBE participation goal established for this bid and must submit all forms required by items (1) through (5) with the bid submittal in order to be responsive under this Part. The forms submitted shall only address the base bid. No alternate bid item(s) shall be addressed. If CBE participation for alternate bid item(s) is required, the participation shall be addressed after bid opening as follows: Certain projects may include alternate bid item(s) for which a bidder is required to submit a bid and for which the County reserves the right to award after bid opening. If the County chooses to exercise the right to award alternate bid item(s), the CBE participation goal for this bid shall apply to the alternate bid item(s) to be awarded, and the County shall issue a CBE notice to the apparent successful bidder which shall require the bidder to comply with the CBE participation goal for the alternate bid item(s). Prior to award, the apparent successful bidder shall submit to the County all forms required by the CBE notice applicable to the alternate bid item(s) to be awarded. Failure to submit the required forms may result in the bidder being deemed non-responsible and rejection of the bid. (1) The following information must be submitted for each CBE firm that the bidder proposes to utilize if awarded this bid: a. The names and addresses of each CBE firm that will participate in the contract resulting from this bid; b. A description of the work that each CBE firm will perform; c. The dollar or percentage amount of the participation each CBE firm will receive under the contract resulting from this bid; d. Signed and sworn or affirmed acknowledgement before a notary public of the bidder s commitment to use each CBE firm whose participation the bidder submits for the purpose of meeting the contract participation goal; and e. Signed and sworn or affirmed acknowledgement before a notary public from each CBE firm that it will participate in the contract as provided in (1)b. and (1)c. above. The information required in (1), above, shall be submitted titled Letter of Intent to Utilize County Business Enterprise (CBE) Subcontractor/Subconsultant and titled Schedule of (CBE) Participation. Any change of a proposed CBE firm after bid opening but prior to award shall be by utilization of another CBE firm or firms certified by the Office of Economic and Small Business Development to perform at least the same percentage of work that was to be performed by the CBE firm being replaced. (2) If the bidder is a joint venture that includes a CBE firm as a joint venturer, a Joint Venture Eligibility Application must be submitted with the bid either in addition to the Letter of Intent to Utilize County Business Enterprise (CBE) Subcontractor/Subconsultant and Schedule of (CBE) Participation if credit is desired for the CBE firm that is a participant in the joint venture. A joint venture that includes a CBE firm as a bidder will be credited with CBE participation on the basis of the percentage of work to be performed by the CBE firm or the percentage of profit to accrue to the CBE firm. For example, if a joint venture that Page 14 of 92

26 includes a CBE firm that is proposed to perform fifty percent (50%) of a project quoted at $500,000 and fifty percent (50%) of the profits are to accrue to the CBE firm in the joint venture, the CBE firm s participation will be credited as fifty percent (50%) of the work or $250,000. (3) A CBE firm that bids to provide the goods or services will be credited with CBE participation for that portion of the contract work that the CBE firm performs and for that portion subcontracted to other CBE firms. That is, in determining whether a CBE firm that is bidding has met the contract participation goal, the amount of contract participation by the bidding CBE firm shall be included in calculating the total CBE participation under the contract. For example, if a bidding CBE firm proposes to perform fifty percent (50%) of the work quoted at $500,000 and to subcontract twenty-five percent (25%) to a non-cbe firm and twenty-five percent (25%) to a CBE firm, the CBE participation will be credited at seventy-five percent (75%) or $375,000. (4) A bidder may also count expenditures for materials and supplies towards its CBE participation goals if the supplier or manufacturer is a CBE firm, and if the CBE firm is under contract with the bidder to provide the materials and supplies. (5) A bidder must include the information required by (1) through (4) above with its sealed bid response. PART II. DETERMINATION OF GOOD FAITH EFFORT A bidder may be determined responsive despite the failure of the bidder to meet the contract participation goal for this bid if the bidder provides sufficient documentation of its good faith effort to meet the goal at the time the bidder submits its bid. A good faith effort to meet the CBE contract participation goal shall be based on compliance with items (1) and (2) below; however, in determining whether a bidder has made a good faith effort, the County may take into account the response of other bidders regarding the contract participation goal. For example, when the apparent successful bidder fails to meet the contract participation goal, but others meet it, it is proper to question whether, with additional reasonable efforts, the apparent successful bidder could have met the goal. If the apparent successful bidder fails to meet the goal, but meets or exceeds the average CBE participation obtained by other bidders, this may be viewed, in conjunction with other factors, as evidence that the apparent successful bidder made a good faith effort. In addition, the quality, quantity, and intensity of the various efforts made by the bidder shall be considered in determining whether a bidder has made a good faith effort to meet the goal. In all cases, final determination of the sufficiency of a bidder s good faith effort may be made by the Board of County Commissioners. (1) A bidder who has made a good faith effort but failed to meet the contract participation goal established for this bid shall complete and submit a CBE Unavailability Report at the time the bidder submits its bid. Bidders who submit a CBE Unavailability Report with their bid must demonstrate the reasonable efforts they made to meet the goal by submitting adequate documentation. (2) A bidder shall support its demonstration of good faith effort by submitting a detailed written statement or statements of its effort together with adequate documentation of such effort. A bidder may demonstrate good faith efforts by reporting and documenting the activities undertaken, which may include, but are not limited to, the following: a. Specifically soliciting CBE firms (or firms that are eligible for CBE certification) that have the capability to perform portions of the contract work. For example, a bidder should consider soliciting such CBE firms while in attendance at pre-bid meetings, or by targeted advertising, or by written notices. The bidder must solicit CBE firms in a timely manner to allow them to adequately respond to the solicitation. The bidder must take appropriate steps to follow up its solicitation of CBE firms. Page 15 of 92

27 b. Identifying portions of the work required by the bid that can reasonably be performed by a CBE firm. This may include, where appropriate, separating work items into economically feasible units to facilitate CBE participation, even when the bidder might otherwise prefer to perform the work with its own forces. c. Providing each interested CBE firm with adequate information about the plans, specifications, and requirements of the work in a timely manner. d. Negotiating in good faith with each interested CBE firm. Evidence of such negotiation should include the names, addresses, and telephone numbers of CBE firms that were considered; a description of the information provided to the CBE firm regarding the plans and specifications for the work selected for subcontracting; and evidence as to why there is not a current agreement with the interested CBE firm to perform the work. e. Use of good business judgment regarding a number of factors in negotiating with all subcontractors, including CBE firms, and in considering such subcontractors price and capabilities. The fact that there may be additional costs involved in subcontracting with CBE firms is not in itself a sufficient good faith effort that justifies a bidder's failure to meet the CBE contract participation goal, if such additional costs are reasonable. The determination of whether additional costs are reasonable shall be made by the Office of Economic and Small Business Development, in consultation with the County s Purchasing Division. f. If a CBE firm is rejected as unqualified to perform desired work, such rejection must be for sound reasons and occur only after a diligent investigation of the CBE firm's capabilities. Page 16 of 92

28 REQUIREMENTS FOR CONTRACTS WITH CBE GOALS The terms and conditions set forth in Requirements for Contracts with CBE Goals shall be binding upon the successful bidder and shall be additional terms of the contract resulting from the award of this bid. The terms and conditions set forth in Requirements for Contracts with CBE Goals shall also be included in each subcontract that the successful bidder executes with a subcontractor in fulfillment of the contract resulting from the award of this bid. For purposes of Requirements for Contracts with CBE Goals: (a) Contractor shall mean the successful bidder for this Invitation For Bids; (b) CBE Subcontractor shall mean each CBE firm included in the Contractor s bid and the resulting contract, and the CBE Subcontractor is certified in accordance with the CBE Program; (c) Contract Administrator shall mean the County s representative assigned to manage the contract resulting from award of this bid. 1. No party to this contract shall discriminate on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy or gender identity and expression in the performance of this contract. 2. The Contractor shall comply with all applicable requirements of the Broward County Business Enterprise (CBE) Program in the award and administration of this contract. Failure by the Contractor to carry out any of the CBE Program requirements shall constitute a material breach of this contract, which shall permit the County to terminate the contract or to exercise any other remedy available under the contract, under the Broward County Administrative Code, under the Broward County Code of Ordinances, or under applicable law, all of which remedies being cumulative. 3. The Contractor shall not terminate a CBE Subcontractor listed as a subcontractor without cause unless the Contractor has received the County's prior written consent. 4. If a CBE Subcontractor is terminated for any reason, the Contractor shall make good faith efforts to find another CBE to perform the work to be performed by the original CBE Subcontractor. 5. The County shall have the right to review each proposed amendment, extension, modification, or change order to this contract that, by itself or aggregated with previous amendments, extensions, modifications, or change orders, increases the initial contract price by ten percent (10%) or Fifty Thousand Dollars ($50,000), whichever is less, for opportunities to include or increase the participation of CBE firms already involved in this contract. The Contractor shall make a good faith effort to include CBE firms in work resulting from any such amendment, extension, modification, or change order and shall report such efforts, along with evidence thereof, to the Office of Economic and Small Business Development. 6. The Contractor shall allow the County to engage in on-site reviews to monitor the Contractor s progress in achieving and maintaining its contractual and CBE Program obligations. Such review and monitoring shall be by the Contract Administrator in conjunction with the Office of Economic and Small Business Development. 7. Upon award or execution of this contract by the County, the Contractor shall enter into a formal contract with the CBE firms the Contractor selected to fulfill the CBE participation goal for this contract. 8. The Contractor shall submit monthly reports regarding compliance with its CBE obligations to the Contract Administrator with its partial pay request. The monthly reports shall be submitted on a form which may be obtained at the Office of Economic and Small Business Development. 9. The Contractor shall inform the County immediately when a CBE Subcontractor is not able to perform or if the Contractor believes the CBE Subcontractor should be replaced for any other reason, so that the Office of Economic and Small Business Development may review and verify the good faith efforts of the Contractor Page 17 of 92

29 to substitute the CBE Subcontractor with another CBE Subcontractor. The Contractor may change its CBE Subcontractor only upon receiving the prior approval of the Office of Economic and Small Business Development. 10. The Contractor acknowledges that the Board of County Commissioners, acting by and through the Director of the Broward County Office of Equal Opportunity, may make minor administrative modifications to the CBE program which shall become applicable to this contract if the administrative modifications are not unreasonable. Written notice of any such modification shall be provided to the Contractor. 11. If the Contractor fails to comply with the requirements of County s Business Enterprise Act of 2009, the County reserves the right to exercise any administrative remedies provided by the Business Opportunity Act of 2004, or any other right or remedy provided in this contract or under applicable law. Page 18 of 92

30 30. PREFERENCES: 30.1 LOCAL PREFERENCE: In accordance with Broward County Ordinance No , the Broward County Board of County Commissioners provides a local preference. This preference includes any county with which the Broward County Board of County Commissioners has entered into an inter-local agreement of reciprocity. Except where otherwise provided by federal or state law or other funding source restrictions, an apparent low bidder outside the preference area and a local bidder whose submittal is within 10% of the apparent low bid will be given the opportunity to submit a best and final offer. Award will then be to the low responsive, responsible bid. Local business means the vendor has a valid occupational license issued by the county within which the vendor conducts their business at least one year prior to bid or proposal opening, that authorizes the business to provide the goods, services or construction to be purchased and a physical address located within the limits of said county, in an area zoned for the conduct of such business, from which the vendor operates or performs business on a day-to-day basis that is a substantial component of the goods or services being offered. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing a physical address DOMESTIC PARTNER CLAUSE: (Attachment J ) Preference for County Contractors Providing for Nondiscrimination of Benefits for Domestic Partners. (Reference Ordinance No , as amended) In accordance with Broward County Code, Chapter 16 ½, section 16 ½ -157 and the Broward County Administrative Code, Subsections a.,6.,7.,8., the Broward County Board of County Commissioners reserves the right to apply a preference in the award of a contract to those Contractors providing for nondiscrimination of benefits for domestic partners. This preference may be applied to all awards of $250,000 per annum or more. The determination to apply this preference shall be made by the Board of County Commissioners. To be eligible for the domestic partnership preference, a contractors program eligibility criteria must be substantially equivalent to those established in Section 16 ½ -153 (b), Broward County Code. A contractor will be deemed ineligible for the domestic partnership preference if its benefits program discriminates against employees in violation of the Broward County Human Rights Act RECYCLE PREFERENCE: Not applicable to this bid. No contractor shall receive more than one County-authorized preference for the same procurement. If a contractor is eligible for more than one County-authorized bid preference for a particular procurement, the contractor shall be eligible to receive only the bid preference that is most favorable to the contractor. 31. BATTERY DISPOSAL: Not applicable to this bid. 32. CONTRACTOR PERFORMANCE REVIEW: Bidder/CONTRACTOR: An interim performance evaluation of the successful Bidder/CONTRACTOR may be submitted by the Contract Administrator during the term of the contract. A final performance evaluation shall be submitted either prior to contract renewal or upon contract expiration. In either situation, the completed evaluation(s) shall be forwarded to the COUNTY Director of Purchasing who shall provide a copy to the successful Bidder/CONTRACTOR. Said evaluation(s) may be used by the COUNTY as a factor in considering the responsibility of the successful Bidder/CONTRACTOR for future bids with the COUNTY. Page 19 of 92

31 PREVIOUS CONTRACT NO. M408116B1 33. SPECIAL NOTICE: In accordance with OSHA Regulation 29 CFR (k) (2), bidders are notified of the presence of asbestos containing material and/or presumed asbestos containing material at some Broward County location. 34. DUN & BRADSTREET REPORT REQUIREMENT The submittal of a Dun & Bradstreet Report(s) (D&B Report) may be necessary for this bid as a condition for award. If required, the Contractor should have the D&B Report submitted to the County within ten (10) days of the County s request. The Contract Administrator for this project will determine the need for and the type of D&B Report as soon as possible after bid opening. If implemented, the cost for the D&B Report will be paid for by the County as a pass-thru cost (no mark up will be allowed and invoice verification of cost will be required). For any further information you require, please contact Dun & Bradstreet at: Phone Number: Fax Number: (800) (610) NOTE: The County may elect to utilize a report submitted by the bidder if issued within the previous six (6) months. 35. E VERIFY PROGRAM CERTIFICATION Not applicable to this bid. 36. NON-COLLUSION STATEMENT: By signing this offer, the vendor certifies that this offer is made independently and free from collusion. Vendor shall disclose below, to the best of his or her knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section (1) (c), Fla. Stat. (1989), who is an officer or director of, or has a material interest in, the vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. For purposes hereof, a person has a material interest if he or she directly or indirectly owns more than 5 percent of the total assets or capital stock of any business entity, or if he or she otherwise stands to personally gain if the contract is awarded to this vendor. Failure of a vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code. NAME RELATIONSHIPS In the event the vendor does not indicate any relationship by leaving the above section blank, the County will take this to mean the vendor means no such relationships exist. NAME OF COMPANY: Page 20 of 92

32 37. SCRUTINIZED COMPANIES LIST (ATTACHMENT M ) Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List is prohibited from submitting a bid, proposal or response to a Broward County solicitation for goods or services in an amount equal to or greater than $1 million. Therefore, if applicable, each company submitting a bid, proposal, or response to a solicitation must certify to the County that it is not on either list at the time of submitting a bid, proposal or response. The certification form will only be attached to a solicitation if the estimated purchase amount is $1 million dollars or greater and must be submitted at the time of submitting a bid, proposal or response. Under the circumstances, the County estimated purchase amount is no greater than $1 million dollars, but bid, proposal, response or resulting contract is $1 million dollars or greater, the County will exercise the right to require firm to submit the certification form by the imposed deadline. In either case, failure to timely provide the certification shall deem the submittal non-responsive. 38. TRENCH SAFETY: (ATTACHMENT K ) The Trench Safety Act (TSA) will apply to any individual project that has trenches in excess of 5 feet deep. The attached TSA form should be completed and submitted with the bid but must be completed and submitted within five (5) calendar days of request by County and prior to award. The Bidder, by virtue of the bid submission, affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. Page 21 of 92

33 BID SHEET FIRE HYDRANT SERVICE AND REPAIR (NON-SHELTERED MARKET) TO: BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA In accordance with the General Conditions, Special Instructions to Bidders, Specifications and Requirements, the undersigned bidder offers the following: The BASIS FOR AWARD is by Grand Total Bid Price. Bidder must bid on all items in order to be deemed responsive to the requirements of this Bid ITEM NO ESTIMATED ANNUAL QUANTITY UNIT OF MEASURE 1 2,000 EA EA 3 50 EA 4 50 EA EA 6 50 EA 7 2 EA 8 15 EA COMMODITY CODE DESCRIPTION UNIT PRICE TOTAL PRICE Fire Hydrant Preventative Maintenance X $ /EA = Inspection (Paint Included) Fire Hydrant Preventative Maintenance X $ /EA = Inspection (Paint not included) Furnish and Install oil plug X $ /EA = Furnish and Install Hydrant Id X $ /EA = Tag Furnish and Install Reflective X $ /EA = Markers Upper Barrel X $ /EA = Repair Furnish and Install Upper Barrel Replacement - Upper Barrel And Bonnet Assemblies are Considered In This Contract As Upper Barrel Lower Barrel Repair X $ /EA X $ /EA = = NAME OF COMPANY Page 22 of 92

34 BID SHEET (Continued) ITEM NO ESTIMATE D ANNUAL QUANTITY UNIT OF MEASURE 9 35 EA EA 11 5 EA 12 2 EA 13 1 EA EA EA EA EA EA COMMODITY CODE DESCRIPTION UNIT PRICE TOTAL PRICE Furnish and Install Breakable Coupling, To Include X $ /EA = Breakable Flange And Bolts Furnish and Install Extension/Riser X $ /EA = 6" Furnish and Install Extension/ X $ /EA = Riser 12" Furnish and Install Extension/ X $ /EA = Riser 18" Furnish and Install Extension/ X $ /EA = Riser 24" Furnish and Install Valve box. Include valve box X $ /EA = and lid. Includes excavation Valve box raise/lower does not include valve box and lid. X $ /EA = Includes excavation. Furnish and Install Bollard X $ /EA = Furnish and Install Concrete X $ /EA = Pad/Valve Collar Furnish and Install Fire Hydrant And Isolation Valve (Includes Check Valve) Shut Down Required X $ /EA = NAME OF COMPANY Page 23 of 92

35 BID SHEET (Continued) ITEM NO ESTIMATED ANNUAL QUANTITY UNIT OF MEASURE EA 20 5 EA EA 22 2 EA 23 1 EA 24 2 EA 25 5 EA 26 8 HR COMMODITY CODE DESCRIPTION UNIT PRICE TOTAL PRICE Furnish and Install Fire Hydrant Only X $ /EA = (Includes Check Valve) Furnish and Install Fire Hydrant And Isolation Valve X $ /EA = (Includes Check Valve) Wet Tap Furnish and Install Cut In Fire Hydrant And Isolation Valve X $ /EA = (Includes Check Valve) Shut Down Required Furnish and Install 6 inch X $ /EA = Gate Valve (Dry) Furnish and install 6 Inch Gate Valve (Wet) X $ /EA = Double line stop method Furnish and Install 6" Check X $ /EA = Valve Furnish and Install Valve Id X $ /EA = Tags Off-Duty Law Enforcement X $ /HR = 27 5 ED Flag Person X $ /ED = 28 5 ED Ed Work Zone Signs X $ /ED = NAME OF COMPANY Page 24 of 92

36 BID SHEET (Continued) ITEM NO ESTIMATED ANNUAL QUANTITY UNIT OF MEASUR E 29 2 ED COMMODITY CODE DESCRIPTION UNIT PRICE TOTAL PRICE Plastic Water- Filled Barrier Wall (Temporary) 42" High, 12 feet long X $ /ED = ED 31 2 EA 32 5 EA 33 3 EA SY Lump Sum Lump Sum Barricades Type I, II, III, Drums Advance Warning Arrow High Intensity Flashing Lights Emergency Call- Out Mobilization; Within Four Hours of Request 2 Inch Depth Asphalt Restoration With Cold Patch, Including Removal of Existing X $ /ED = X $ /EA = X $ /EA = X $ /EA = X $ /SY = Pass-Thru Cost For Landscape Restoration Material $5, Pass-thru Cost for Permit and Security Badging Fees $2, Grand Total Bid Amount (Lines 1-36) $ [ X ] Cost for compliance to all Federal and State requirements of the Trench Safety Act* *NOTE: If the above bracket is checked or marked, the Bidder should complete and submit the Trench Safety Act form, Attachment K, with the bid but must complete and submit within five (5) calendar days of request by County and prior to award to be considered responsive. NAME OF COMPANY: AUTHORIZED SIGNATURE: By signing this bid sheet your firm is agreeing to the terms and conditions of the Invitation for Bid. Bid results will be posted to the Broward County Purchasing website at Page 25 of 92

37 BID SHEET (Continued) INSURANCE EXCEPTION REQUESTS: In accordance with Paragraph 10.6 of "Special Instructions to Bidder" indicate if an exception to insurance requirements is being requested. Be specific and state reason: RECYCLED CONTENT INFORMATION: 1. IS THE MATERIAL IN THE ABOVE: VIRGIN OR RECYCLED (CHECK THE APPLICABLE BOX). IF RECYCLED, WHAT PERCENTAGE % PRODUCT DESCRIPTION: 2. IS YOUR PRODUCT PACKAGED AND/OR SHIPPED IN MATERIAL CONTAINING RECYCLED CONTENT? YES NO SPECIFY: 3. IS YOUR PRODUCT RECYCLABLE AFTER IT HAS REACHED ITS INTENDED END USE? YES NO SPECIFY: THE ABOVE IS NOT APPLICABLE IF THERE IS ONLY A PERSONAL SERVICE INVOLVED WITH NO PRODUCT INVOLVEMENT. ACCEPTANCE OF CREDIT CARDS: The County is considering making faster payments to our vendor community, in doing so we would prefer to make payment using Visa credit card. Would your company accept Visa credit card as payment from Broward County? YES NO PREFERENCES: DO YOU QUALIFY FOR THE LOCAL PREFERENCE CLAUSE? YES NO DO YOU QUALIFY FOR THE DOMESTIC PARTNER CLAUSE? YES NO NAME OF COMPANY: Page 26 of 92

38 BID SHEET (Continued) OTHER GOVERNMENT ENTITIES: THE UNDERSIGNED BIDDER WILL EXTEND THE SAME PRICE, TERMS AND CONDITIONS TO OTHER GOVERNMENTS LOCATED IN BROWARD COUNTY DURING THE PERIOD COVERED BY THIS CONTRACT, IF REQUESTED. YES NO VENDOR FAX # WILL THIS PRICING BE EXTENDED TO OTHER GOVERNMENTS LOCATED IN MIAMI-DADE OR PALM BEACH COUNTIES? YES NO OTHER GOVERNMENTS LOCATED WITHIN THE STATE OF FLORIDA? YES NO ADDENDA: LIST BELOW ALL ADDENDA (IDENTIFIED BY NUMBER) THAT YOUR COMPANY HAS RECEIVED AND HEREBY ACKNOWLEDGES SINCE ISSUANCE OF THIS BID: NOTICES TO BIDDER: 1. PLEASE COMPLETE APPLICABLE INFORMATION ON THE FACE OF THE INVITATION FOR BID/BIDDER ACKNOWLEDGMENT FORM (IFB). IF THE COUNTY DOES NOT HAVE THE CORRECT INFORMATION, PAYMENTS CANNOT BE MADE TO YOUR FIRM. 2. BE SURE TO HAVE THE INVITATION FOR BID, [BIDDER ACKNOWLEDGMENT FORM] SIGNED BY AN AUTHORIZED REPRESENTATIVE OF YOUR FIRM OR YOUR BID WILL NOT BE CONSIDERED RESPONSIVE. NAME OF COMPANY: Page 27 of 92

39 VENDOR QUESTIONNAIRE INFORMATION CONTAINED IN THIS DOCUMENT WILL BE USED BY THE COUNTY IN DETERMINING THE RESPONSIBILITY OF A RESPONDENT. THERE MUST BE A RESPONSE TO ALL QUESTIONS IN THIS DOCUMENT. INFORMATION MUST EITHER BE PROVIDED OR AN INDICATION OF NONE (IF APPROPRIATE). DO NOT USE N/A AS A RESPONSE TO ANY QUESTION. THIS COMPLETED FORM, INCLUDING A RESPONSE TO ALL QUESTIONS, SHOULD BE SUBMITTED WITH THE SOLICITATION; HOWEVER, IT MUST BE SUBMITTED WITHIN FIVE (5) WORKING DAYS OF THE COUNTY S REQUEST. FAILURE TO PROVIDE THE COMPLETED FORM MAY RESULT IN THE SOLICITATION BEING DEEMED NON-RESPONSIVE. The undersigned authorized representative of the Respondent certifies the truth and accuracy of all statements and the answers contained herein. 1. How many years has your organization been in business while possessing one of the licenses, certifications or registrations requested? License/Certification Registration # Years 1A. What business are you in? 2. What is the last project of this nature that you have completed? 3. Have you ever failed to complete any work awarded to you? If so, where and why? 3A. Give owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project, whether or not a claim was made. NAME OF COMPANY: Page 28 of 92

40 VENDOR QUESTIONNAIRE (Continued) 4. Give names, addresses and telephone numbers of three individuals, corporations, agencies, or institutions of similar size for which you have performed work of a similar nature within the past three (3) years: 4.1 (Contact Name) (Address) (Phone No.) (Contract Number) (Date Services Provided) 4.2 (Contact Name) (Address) (Phone No.) (Contract Number) (Date Services Provided) 4.3 (Contact Name) (Address) (Phone No.) (Contract Number) (Date Services Provided) 5. List the following information concerning all contracts in progress as of the date of submission of this Solicitation. (In case of co-venture, list the information for all co-venturers.) NAME OF PROJECT OWNER OF PHONE NO. TOTAL CONTRACT VALUE DATE OF COMPLETION PER CONTRACT % OF COMPLETION TO DATE (Continue list on insert sheet, if necessary.) 6. Has a representative of the Respondent completely inspected the proposed project site and does the Respondent have a complete plan for its performance? NAME OF COMPANY: Page 29 of 92

41 VENDOR QUESTIONNAIRE (Continued) 7. What equipment do you own that is available for the work? 8. What equipment will you purchase for the proposed work? 9. What equipment will you rent for the proposed work? 10. State the name of your proposed project manager and superintendent and give details of his or her qualifications and experience in managing similar work. 11. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name) The correct name of the Respondent is NAME OF COMPANY: Page 30 of 92

42 VENDOR QUESTIONNAIRE (Continued) 11.2 The business is a (Sole Proprietorship) (Partnership) (Corporation) 11.3 The address of principal place of business is 11.4 The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: 11.5 List all organizations which were predecessors to Respondent or in which the principals or officers of the Respondent were principals or officers 11.6 List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Respondent, its parent or subsidiaries or predecessor organizations during the past three (3) years. Include in the description the disposition of each such petition. NAME OF COMPANY: Page 31 of 92

43 VENDOR QUESTIONNAIRE (Continued) 12 List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last three (3) years. The list and descriptions should include claims against the bond of the Respondent and its predecessor organization(s) Has the Respondent, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last three (3) years? If yes, provide details Under what conditions does the Respondent request Change Orders. NAME OF COMPANY: Page 32 of 92

44 VENDOR QUESTIONNAIRE (Continued) 13. LITIGATION HISTORY REQUIREMENT The County will consider a vendor's litigation history information in its review and determination of responsibility. All vendors are required to disclose to the County all "material" cases filed or resolved in the three (3) year period ending with the solicitation response due date, whether such cases were brought by or against the vendor, any parent or subsidiary of the vendor, or any predecessor organization. If the vendor is a joint venture, the information provided should encompass the joint venture (if it is not newly-formed for purposes of responding to the solicitation) and each of the entities forming the joint venture. For purpose of this disclosure requirement, a case includes lawsuits, administrative hearings and arbitrations. A case is considered to be "material" if it relates, in whole or in part, to any of the following: 1. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; 2. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; 3. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract; 4. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary); or 5. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants. Notwithstanding the descriptions listed in paragraphs 1 5 above, a case is not considered to be "material" if the claims raised in the case involve only garnishment, auto negligence, personal injury, or a proof of claim filed by the vendor. For each material case, the vendor is required to provide all information identified in the form attached as Attachment L". A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the vendor's subcontractors/subconsultants proposed to work on this project. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the vendor being deemed non-responsive. Prior to making such determination, the vendor will have the ability to clarify the submittal and to explain why an undisclosed case is not material. 14. Only Applicable to Living Wage Contracts In the interest of determining what, if any, fiscal impact(s) are a result of complying with the living wage requirements for this Solicitation, please provide the following data for informational purposes only. The response shall not be considered in determining the award of this Contract. The living wage requirements have: (Check one) Had no effect on the total price of this Solicitation. Increased the total price of this Solicitation by %. Decreased the total price of this Solicitation by %. NAME OF COMPANY: Page 33 of 92

45 Finance And Administrative Services Department Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, Florida Fax VENDOR S LIST (NON-CERTIFIED SUBCONTRACTORS AND SUPPLIERS INFORMATION) THIS FORM SHOULD BE SUBMITTED WITH THE BID; OR IF NOT SUBMITTED WITH BID, IT MUST BE SUBMITTED WITHIN 5 CALENDAR DAYS OF REQUEST FROM THE COUNTY Provide this information for any sub vendor(s) who will provide a service to the County for this solicitation. This includes major suppliers as well. 1. Firm s Name: 2. Firm s Address: 3. Firm s Telephone Number: Firm Address: 4. Contact Name and Position: 5. Alternate Contact Name and Position: 6. Alternate Contact Telephone Number: Address: 7. Bid/Proposal Number: Contracted Amount: 8. Type of Work/Supplies Bid: Award Date: 1. Firm s Name: 2. Firm s Address: 3. Firm s Telephone Number: Firm Address: 4. Contact Name and Position: 5. Alternate Contact Name and Position: 6. Alternate Contact Telephone Number: Address: 7. Bid/Proposal Number: Contracted Amount: 8. Type of Work/Supplies Bid: Award Date: I certify that the information submitted in this report is in fact true and correct to the best of my knowledge Signature Title Date Note: the information provided herein is subject to verification by the Purchasing Division. Use additional sheets for more subcontractors or suppliers as necessary. NAME OF COMPANY Page 34 of 92

46 ATTACHMENT A SPECIFICATIONS AND REQUIREMENTS 1. SCOPE Bids are hereby invited for furnishing all labor, equipment, testing, tools, transportation and materials for the performance of Fire Hydrant Inspection Maintenance, Installation and Repair Services. Services and material shall be in accordance with Broward County Water and Wastewater Services Minimum Standards. Broward County has approximately 5,500 fire hydrants in its system and there are currently several different types of hydrants covered under this contract, including manufacturers, American Darling, AVK, Clow, Kennedy, M&H, Mueller, US Pipe and Waterous. Contractor is expected to perform inspection maintenance on approximately 2,000 fire hydrants annually. Broward County will determine fire hydrant inspection schedule and provide to Contractor. 2. DEFINITIONS ATV (Anti-Terrorism Valve): Internal check valve installed in the upper barrel to protect of intentional or inadvertent contamination of water lines through the fire hydrant. ATV acts as barrier that prevents foreign objects: i.e., biological, radiological or chemical agents, from being introduced into a water distribution system. Auxiliary Valve: A gate valve or other type of valve that is installed in the pipe to the water main (that is, the hydrant lead). The auxiliary valve can be closed to isolate the hydrant. It is also called the hydrant gate or hydrant control valve. Base: A part that provides a lateral connection to the hydrant lead and directs the flow vertically upward into the lower barrel. Also called shoe, bottom, boot, or elbow. Bonnet: A part that attaches to the top of the nozzle section and encloses the support portions of the operating mechanism. It may be integral with the nozzle section. Also called hydrant cap or cover. Breakable barrel coupling: A coupling used to fasten the upper barrel to the lower barrel. It is designed to break if stressed severely, such as vehicle striking the hydrant. Also called flangible standpipe coupling. Breakable bolt: Bolts used to fasten the upper barrel to the lower barrel. Breakable bolts are designed to break if stressed severely, such as a vehicle striking the hydrant. Also called frangible bolt. Breakable flange: A part that bolts to a mating flange at a joint between the hydrant upper and lower barrels, which is located immediately above the ground line. It is designed to break if stressed severely, such as a vehicle striking the hydrant. Also called breakaway flange or traffic flange. Broward County Water and Wastewater Services Minimum Standards: Water/Sewer Technical Standards, which includes Water and Sewer Standard Details and Product Specification Sheets. Bury: The nominal vertical distance between the ground line and the bottom of the pipe connected to the hydrant inlet, measured to the nearest 6-in. (15.2-cm) increment. Page 35 of 92

47 Cover: The nominal vertical distance between the ground line and the top of the pipe connected to the hydrant inlet, measured to the nearest 6-in. (15.2-cm) increment. (Use of this measurement is discouraged in favor of bury.) Direction to Open: The direction in which the operating nut is rotated to open the hydrant: open left is counterclockwise when viewed from above, while open right is clockwise. Drain Valve: A valve located at or adjacent to the valve seat ring. The drain valve opens automatically when the main valve is closed; this allows water to drain from the barrel into the ground. In like fashion, the drain valve closes automatically when the main valve is opened. The mechanism is usually designed so that, when the main valve is opened, the drain valve closes completely after only one to five turns of the operating nut. Drain outlet: The opening in the base (or adjacent part of the base) through which water escapes to the ground when the drain valve is open. Also called drain bushing, drip tubing, drain-hole liner, drain cup. Frangible stem coupling: A stem coupling designed to break if it is stressed severely, such as a vehicle striking the hydrant. Also called breakable coupling, frangible value-rod coupling. Gland bushing: A part that is used to line a gland. Ground line: The nominal elevation to which the hydrant barrel is buried during installation. Gate: A part that supports the main valve. It is moved, first horizontally and then vertically, to open or close the main valve opening in a slide-gate hydrant. Also called main gate. Hose Connection: An outlet to which 3-in. (7.6-cm) or smaller hose can be connected. Hose outlet nozzle: An outlet nozzle that has an opening that is 3 in. (7.6 cm) or smaller in diameter, and is suitable for attachment of a 3-in. (7.6-cm) or smaller fire hose. Hydrant gate: See auxiliary valve. Hydrant lead: The pipe connecting the hydrant to the water main. The hydrant lead is also called the branch or lateral. Hydrant meters: Portable flowmeters that can be attached to a hose nozzle to measure the flow rate or the total flow over a period of time. Lower barrel: A part that extends from the base to the ground line, enclosing the stem. The lower barrel conducts water from the base to the upper portion of the hydrant. Also called standpipe. Lower valve plate: A part that is positioned below the main valve and clamps the main valve against the upper valve plate. Also called lower valve washer, valve-ball bottom, lower cap nut, bottom plate. Main valve: A part made of rubber, leather, balata gum, or a similar resilient material; the main valve is forced against a seat to form a watertight seal when the hydrant is closed. Also called valve, valve rubber, valve-ball rubber, valve seat, value gasket, valve disc. Main-valve opening: The inside diameter of the valve seat ring. Also referred to as the value opening. Page 36 of 92

48 NFPA: National Fire Protection Association. No-drain hydrant: A dry barrel hydrant that is not equipped with a drain valve, or one in which the drain outlets have been plugged. Such hydrants are generally used where the groundwater level may be above the level of the drain outlets to protect against water freezing. No-drain hydrants must be pumped out or otherwise emptied of water after each use. Nozzle section: A part that extends upward from the barrel and contains the outlet nozzles. It may be integral with the upper barrel. (When the nozzle section is integral with the upper barrel, the part may be referred to as the upper standpipe or upper barrel. This is not preferred nomenclature.) Outlet nozzle: The outlet nozzle is secured in the nozzle section and has an opening through which water can be discharged. The outlet nozzle is threaded or otherwise formed to permit attachment of a fire-hose connection. Also called nozzle, spud. Outlet-nozzle cap: A cap that is attached to an outlet nozzle and covers the nozzle opening. The cap is furnished with a nut or other means to permit the application of force adequate to firmly attach it to or remove it from the outlet nozzle. Operating nut: An external hydrant part that is turned by a hydrant wrench to rotate the stem nut or stem; it may be integral with the stem nut or stem. Packing gland: A part that compresses packing rings in a stuffing box. Also called packing pusher. Packing plate: A part that partitions the interior of the hydrant and contains or supports a stuffing box or other means of sealing one compartment from another. Also called seal plate, support ring. Pipe connection: The inlet of the hydrant at which connection is made to the hydrant lead. Pumper connection: An outlet to which a hose 3 1/2 in. (8.9 cm) or larger can be connected. Pumper outlet nozzle: An outlet nozzle with an opening at least 3 1/2 in. (8.9 cm) in diameter, suitable for attachment of 3 1/2-in. (8.9-cm) or larger fire hose. Also called steamer nozzle, steamer connection, pumper nozzle, or pumper connection. Seat-ring insert: A part with internal threads that is secured and sealed to the hydrant base. The internal threads engage with the external threads on the valve seat ring. The seat-ring insert may also serve as a part of the drain system. Also called drain ring, retainer ring, subseat, insert ring. Stem: A part of the operating mechanism that extends down to the main-valve assembly and moves the main valve to close or open the hydrant. The stem is often in two parts, particularly in a traffic model: the upper stem and the lower stem. Also called upper rod or lower rod. Stem coupling: A part that joins the portions of a two-part stem. Also called rod coupling. Stem nut: A part that is internally threaded and engages with threads on the stem so that when the part is rotated, or when the stem is rotated and the stem nut is stationary, the stem is raised or lowered to move the valve. Also called operating nut, operating stem nut, or revolving nut. Stop nut: A part that is permanently threaded or otherwise attached to the stem and limits the vertical travel of the stem. Also called stem stop or travel-stop nut. Page 37 of 92

49 Stuffing box: A cylindrical cavity that surrounds the stem and contains a number of packing rings used to prevent leakage along the stem. The stuffing box may be an individual component or a portion of another component, also called packing box. Traffic model: A hydrant designed and constructed so that, if it is struck by a vehicle, certain easily replaceable components will break and allow the upper portion (above the ground line) to become detached from the lower portion (below the ground line). The below ground section will remain intact and undamaged. They are designed so that the main valve remains closed after impact to prevent interruption of the water supply and minimize injury to persons and property. Upper barrel repair: A part that extends from the lower barrel at the ground line to the nozzle section, enclosing the stem. It may be integral with the nozzle section. Also called upper standpipe. (When the upper barrel is an integral part of the nozzle section, then the term nozzle section would incorporate the term upper barrel.) Upper valve plate: A support for the main valve, positioned above the valve. The upper valve plate may also serve as the portion of the drain valve that is moved when the stem rotates. It may also serve as the means to prevent rotation of the valve, stem, and associated parts. Also called top plate, upper valve washer, value-ball top, valve top plate, value plate, and hydrant-valve top. Valve seat ring: A part threaded into and sealed to the hydrant base (or associated part adjacent to the base). The main valve is forced against the valve seat ring to close the hydrant. Also called seat ring or valve seat. Weather shield: A part that forms a skirt above and surrounding the opening in the hydrant top through which the stem, stem nut, or operating nut protrudes. It may be integral with the operating nut. Also called weather cap. 3. MEASURE OF PERFORMANCE The Contractor s performance will be judged on how well he or she performs, including but not limited to the following: A. Adhering to the work order issued by the Project Coordinator or designee. B. Accurately recording and reporting the work performed. C, Accurately reporting all problems discovered in the course of performing the particular work. D. Maintaining strict control of the work procedure and maintaining a level of professionalism consistent with County s Minimum Standards. E. Submitting to Project Coordinator or designee all daily service reports within 24 hours. F. Maintaining a clean and tidy appearance. G. Being courteous and respectful to all customers. H. Contractor s vehicle must be clearly marked with the Company s Name on the outside of both doors. The COUNTY reserves the right to scrutinize, and reject as unsuitable, any employee of the Contractor for just cause. 4. CONTRACTOR RESPONSIBILITIES A. Contractor must complete a fire hydrant checklist (Attachment A-1), and it must be compiled in electronic format using Excel and must be provided on Compact Disks-CD-R, Flash Drive or DVDs to the County. B. The contractor shall have the capability to take G.P.S. Coordinates. The contractor must use NAD83-HARN, Florida East Zone, US Feet. Page 38 of 92

50 C. The Contractor shall not start work on any project until specifically authorized by the Project Coordinator or written designee. D. Contractor must follow the procedures described on the description and specifications tables (Attachments A-4 and A-5). E. The contractor will investigate the job and determine the requirements to complete the job. Contractor to advise Project Coordinator of requirements to complete the job within 24 hours. F. The Contractor shall keep the Project Coordinator informed at all time periods of work on a project ordered under these items. G. The CONTRACTOR is to follow Broward County, Water and Wastewater Services minimum Water/Sewer Technical Standards. H. The Contractor is to resolve any complaint as a result from their work. I. Contractor shall submit a Daily Service Report Form every day to the Project Coordinator. (Attachment A-2) for open projects. J. All lubrication must be accomplished by using US Food and Drug Administration - FDA food grade grease/oil. Lubricant material will be provided by the contractor at no additional cost to the County. 5. Fire Hydrant Preventative Maintenance Inspection A. Preventative Inspection Maintenance shall be performed on each fire hydrant as per the manufacturer s recommendations. B. Isolation Valves will be exercised manually a minimum of two full cycles. (Exercise is defined as a full cycle, from open to shut to open again). All valves will be exercised with the minimum torque required so as to minimize the possibility of damaging the valve. C. Contractor will immediately notify the County of any valves found closed or broken, or if any unsafe conditions are observed. 6. Fire Hydrants Repairs Most Broward County hydrants have anti-terrorist valves (ATV) installed. Contractor must work around the ATV and ensure the ATV is reinstalled correctly. 7. Fire Hydrant/Replacement/Installation Contractor must submit a Request for Service to Broward County Water and Wastewater Services to shut down water mains (Attachment A-3). The County will tag all houses affected by the shut down two working days prior to the shut down. When cutting in a new hydrant to an existing water system, the contractor may use various means of tapping the main or cutting in a Tee as permitted by the Broward County s Water and Wastewater Minimum Water/Sewer Technical Standards. All existing bollards must be reset and will be included in price of hydrant replacement Care is to be taken to avoid any contaminates from entering the main line. Fire hydrant must be flushed and cleaned of any contaminates before connection to main line. All exposed or possible contaminated water lines are to be disinfected, flushed and pass the chlorine residual test. A sample will be drawn by Broward County for bacteriological testing after completion of work as per procedure in American Water Works Association (AWWA) Standards C651-86, Section 9 or latest revision. (BROWARD COUNTY SHALL BE RESPONSIBLE FOR FLUSHING AND RESAMPLING UNTIL NEGATIVE RESULTS ARE OBTAINED) Page 39 of 92

51 8. Reflective Road Markers and Hydrant Tags When needed, reflective road markers and hydrant id tags are to be charged against Pay Item Nos. 4 and 5. Contractor to provide markers and hydrant tags. Contractor to receive approval from Project Coordinator prior to installation. 9. QUALIFICATIONS Prospective bidders must be able to prove that they are qualified and capable to fulfill and abide by the requirements listed. Broward County reserves and shall be free to exercise the right to evaluate this bid in relation to the performance record of bidder with the County itself, another municipal corporation of like size, or private corporations during the past three years. Such precautions are deemed to be in the public interest inasmuch as Contractor failure or inability to furnish items/services within the prescribed time can create emergency situations and impose unnecessary hardship on both the County as a municipal corporation and the public at large. Broward County will determine whether the evidence of ability to perform is satisfactory and will make awards only when such evidence is deemed satisfactory and reserves the right to reject bids where evidence submitted or investigation and evaluation indicates inability of the bidder to perform. The Contractor shall provide technicians that are trained in maintaining, installing and repairing hydrants. Technicians must have the ability to perform preventive maintenance inspection and repairs on fire hydrants from different manufacturers. This includes maintenance and repairs of upper barrel, lower barrel, replacing internal parts in the bonnet area. Performing flow and pressure tests, take GPS readings and exercise isolation valves. The Contractor shall at his or her own expense, wherever necessary or required, furnish safety devices and take such other precautions as may be necessary to protect life and property. Technicians working on hydrants with anti-terrorist valves must receive anti-terrorist valve training from Davidson Technologies prior to working on hydrants. For more information on anti-terrorist valves, contact (256) Proof of training completion shall be provided to the Contract Administrator prior to commencement of any work on hydrants with anti-terrorist valves. (AT NO ADDITIONAL COST TO THE COUNTY) Prior to award, County personnel from Water and Wastewater Services may require Contractor s personnel to do a practical demonstration of verbal communication and mechanical skills. Contractor s bid may be rejected if their personnel cannot successfully demonstrate their abilities. Contractor must supply service personnel with personal protection equipment as per OSHA requirements. The Contractor will keep a record of all training of each employee. The record shall show, as a minimum, the employee s name, date of employment, date and type of training for each class attended. A transcript of the training records will be made available to the County within ten (10) days of request. Page 40 of 92

52 10. APPLICABLE LAWS AND STANDARDS The contractor shall provide the specified service requirements in accordance with all federal, state, and local applicable laws, standards, codes and regulations necessary to perform the services, including, but not limited to: Broward County Water & Wastewater Services, Minimum Water/ Sewer Technical Standards American Water Works Association M-17 Manual, Installation, Field Testing, and Maintenance of Fire Hydrants National Fire Protection Association (NFPA) The Contractor is responsible for adhering to the UNDERGROUND FACILITY DAMAGE PREVENTION AND SAFETY ACT "HB 795" or most current version. The Contractor will be responsible for achieving clearances or locations of underground utilities. 11. TRAFFIC CONTROL MOT Plan from the Broward County Traffic Engineering Division (BCTED) shall be required when work is being performed within Broward County Right of Way regardless of whether a permit is required. The approved MOT Plan shall be on site prior to and during the entire operation. Ensure the Certified Worksite Traffic Supervisor is present to direct the initial setup of the traffic control plan, is available on a 24-hour basis, participates in all changes to traffic control and reviews the project on a daily basis. An MOT plan shall conform to, unless otherwise noted in the Broward County Minimum Standards, the latest editions of the Florida Department of Transportation (FDOT) Design Standards 600 Series and the Manual on Uniform Traffic Control Devices (MUTCD). An approved MOT Plan and a copy of the permit, if issued, must be on site at all times. The MOT is valid for the duration of the permit or completion of the project, whichever comes first. Once the MOT is approved by the BCTED, the permitee shall be solely responsible for the installation and maintenance of the approved work zone traffic control devices throughout the length of the project. 12. MAINTENANCE OF TRAFFIC AND PROTECTION OF WORK SITE A. The CONTRACTOR shall furnish and install all items necessary in order to re-direct, protect, warn and/or maintain existing vehicular and/or pedestrian traffic during the course of construction, including, as necessary, flagmen and off-duty Police Officers/Sheriff's Deputies. Items to be provided shall include, but not be limited to, barricades, signs, arrow boards, warning/flashing lights, pavement markings and traffic signal modifications. Prior to beginning work, the CONTRACTOR shall prepare a "Maintenance of Traffic Plan" drawn to a suitable scale. This plan shall be submitted to the Broward County s Traffic Engineering Division [BCTED] for review and shall be amended as requested by the Division. No work shall begin until such time that the "Maintenance of Traffic Plan" has been approved in writing by the BCTED. B. The "Maintenance of Traffic plan", provided by the CONTRACTOR, SHALL include provisions for pedestrian and/or school student traffic as well as vehicular traffic. The following are minimum requirements: A safe walk route for all school students within the vicinity of the construction zone SHALL be maintained during the times students are arriving at or leaving school. If the current walking surface cannot be maintained, then a temporary road-rock 4 foot width walk way SHALL be created. The safe walk route SHALL be separated from the construction activity by a 4 foot high orange construction fence for the entire length of the project or the length of the walk route, whichever is less. Page 41 of 92

53 All construction equipment around any designated crosswalk SHALL cease to operate during the times students are arriving at or leaving school. All construction equipment adjacent to a designated walk route SHALL cease operation during these times unless satisfactorily barricaded from the walk route. In the case that a designated crossing or any portion of the designated walk route cannot be maintained, then the CONTRACTOR SHALL notify the "School Safety Coordinator" at Broward County Traffic Engineering Division, , a minimum of ten (10) working days prior to closing that route in order that an alternate crossing/route can be established. It SHALL be the responsibility of the CONTRACTOR to install any necessary Pavement, Road Rock, Pavement Marking and Signage and/or any Pedestrian Signalization and/or Signal Modification to accommodate an existing or alternate walk route. It SHALL be the CONTRACTOR's responsibility to provide State Certified School Crossing Guards or off duty Police Officers to cross students at any locations other than those previously designated. The CONTRACTOR may use flagmen, ONLY if they are State Certified as a School Crossing Guard. Ten (10) days prior to the beginning of construction, the CONTRACTOR SHALL notify the "School Safety Coordinator" at BCTED, , to arrange a "preconstruction safety" meeting. The CONTRACTOR SHALL BE RESPONSIBLE for providing a safe and adequate walking surface for all school children/pedestrians. This safe walk route SHALL be part of the "Maintenance of Traffic Plan". C. The CONTRACTOR, at all times, shall conduct the work in such a manner as to insure the least obstruction to traffic as is practical: Convenience of the general public and of the residents adjacent to the work shall be provided for in a safe and satisfactory manner. D. Sidewalks, gutter, drains, fire hydrants and private drives shall, insofar as practical, be kept in condition for their intended uses. Fire hydrants on or adjacent to the work shall be kept accessible to fire apparatus at all times, and no material or obstruction shall be placed within ten (10) feet of any such hydrant. E. Construction materials stored upon the public street shall be placed so as to cause as little obstruction to the general public as is reasonably possible. F. Streets shall not be closed, except when and where allowed by the BCTED and, whenever the street is not closed, the work must be conducted with the provision for a safe passageway for vehicular and pedestrian traffic at all times. The CONTRACTOR shall make all necessary arrangements with the BCTED concerning maintenance of traffic and selection of detours required. G. All existing traffic control devices shall be maintained by the CONTRACTOR for the duration of the project. If any signs or signals are damaged or lost during the construction period, such signs and signals shall be repaired or replaced by contractor at contractor s expense. Page 42 of 92

54 H. When traffic is diverted, temporary pavement markings may be required. Existing pavement markings that conflict with the new work zone traffic pattern must be obliterated by sandblasting and/or water jet. Painting over existing markings (black out) is not permitted. I. The CONTRACTOR may be required to reposition existing traffic heads in order to maintain traffic flows at diverted intersections. If this should be necessary the CONTRACTOR must submit a plan for approval showing the course of work and the planned repositioning. No separate payment for repositioning the existing traffic signal heads will be made. 13. EXCAVATION Bracing and Shoring: Sheeting, bracing, etc., shall be used as required to support the sides of the excavation and to prevent any movements which can in any way alter the grade of or injure the facility being installed, diminish the width of excavation or otherwise injure or delay the work or endanger personnel, adjacent pavements or other structures. Safety procedures shall be followed and adequate protection shall be furnished to all personnel as required by OSHA and State Statute. All sheeting or bracing which is not left in place shall be removed in a manner that shall not endanger the work, personnel or adjacent structures. To prevent trench undermining, proper trenching methods and equipment shall be used, and all personnel and equipment shall be kept at a safe distance. Excavations are not to be left open; all necessary precautions are to be taken to avoid public safety hazards. 14. BACKFILL Use Pay Item No(s) 8, 14, 15, 18 thru 24 Backfill material shall be non-cohesive and non-plastic, free of all debris, lumps, clods, wood, broken paving or any organic or unstable material. Backfill material placed within one foot (1 ) of the lines shall not contain any stones or rocks larger than two inches (2 ) in diameter and no stones or rocks larger than six inches (6 ) in diameter will be permitted in any backfill. Selected backfill material containing no stone or rocks larger than two inches (2 ) shall be placed in six inch (6 ) layers and thoroughly tamped to a depth of twelve inches over the top of the pipe. Particular attention and care shall be exercised in obtaining thorough support for the branch of all service connection fittings. Care shall be taken to preserve the alignment and gradient of the installed pipe. After selected backfill has been placed to a depth of twelve inches (12 ) over the pipe, backfilling shall proceed to a depth of thirty inches (30) over the pipe by placing the backfill material in six inch (6 ) layers and thoroughly compacting with mechanical vibrations. Backfill in this portion of the work shall be compacted to one hundred percent (100%) of maximum density of the material as hereinafter defined. After the backfill has been placed to a level thirty inches (30 ) over the pipe, the remainder of the backfill shall be placed in layers, not to exceed nine inches (9 ) and compacted with mechanical vibrators, or other suitable equipment, i.e., flooding to obtain a density of the backfilled material of not less than one hundred percent (100%) of its maximum density as hereinafter defined. 15. JOB/LANDSCAPE RESTORATION The Contractor is to complete all job restoration. The Contractor is to use care in preserving the wellbeing of all landscaping when performing service line replacement. The actual cost of landscaping material will be invoiced as a "pass-thru", and Contractor shall supply documentation verifying his or her cost. This charge is defined as the actual cost incurred in site landscape material only for sod, bushes/trees, landscape materials, patio stones and interlock paving stones. The purpose of items in "pass-thru" is to provide a means of restoring surfaces and landscaping after job has been completed, or as otherwise directed by the Project Coordinator. The Contractor shall furnish all plants, tools, equipment and material required to properly restore surface as directed by the Page 43 of 92

55 Project Coordinator. Restoration of sod surface, top soil, pea rock surfaces shall meet or exceed the original existing conditions, as determined by the Project Coordinator. Excavations are not to be left open; all necessary precautions are to be taken to avoid public safety hazards. Any landscape destroyed beyond parameters approved by the Project Coordinator will be restored by Contractor at his or her own expense. Temporary patching shall be installed at locations designated by the Project Coordinator to maintain safe traffic conditions. Temporary cold patch asphalt shall be charged per bid lines. 16. COMPLETION TIME The work to be performed under this contract shall be commenced within three (3) calendar days after receipt of Purchase Order. Completion time should be mutually agreed upon between Contractor and Project Coordinator. The Contractor will be held responsible for restoration for any damaged property caused by Contractor during this contract. Landscaping and temporary asphalt restoration must be completed within one business day of completing the job. 17. EMERGENCY CALL OUT Emergency call out is the procedure of responding in short notice, which is defined as four (4) hours response time, to perform any of the services previously stated. This may be required outside of the normal working hours such as after 5:00 p.m. and before 8:00 a.m. on weekdays or on weekends. Broward County personnel will turn off water to mains that supply water to any fire hydrant that is scheduled for repair, as it is required. 18. BID PRICE The "price bid" will be the unit cost paid by the COUNTY for each individual line item. The cost incurred for labor, material, tests, tools, test and equipment is to be billed as part of the line items. ONLY the cost of materials used in landscaping will be invoiced as a "pass-thru." The Contractor will be required to supply documentation verifying the cost. The COUNTY will not pay for travel time. Asphalt restoration will be paid as Pay Item No HOURS OF WORK Unless otherwise authorized by the Project Coordinator in writing, work will only be done between the hours of 8:00 am and 5:00 pm local time. If contractor plans to do any work on weekends and/or holidays, the Project Coordinator must be notified twenty-four (24) hours in advance of the work start and no work may start without the Project Coordinator approval. 20. REPORTS, HARD COPY & ELECTRONIC Reports resulting from performance of this contract must be compiled in electronic format using Excel. Reports must be provided on Compact Disks-CD-R, Flash Drive or DVDs. 21. WARRANTY The CONTRACTOR shall provide a one year warranty for all material, equipment, complete component and labor beginning on the date of final acceptance. There will be no additional cost to the County for material, equipment, labor and/or traffic control for warranty work. Warranty work shall be completed in accordance with these contract specifications within thirty (30) days. Page 44 of 92

56 All warranty information shall be provided to the County, listing Broward County as the original purchaser, upon completion of work and prior to final acceptance. All warranties shall begin on date of final acceptance by County and shall be administered through awarded prime contractor. Fire hydrants no longer under manufacturer's warranty: the contractor may use "or equal" parts only in the event that Original Equipment Manufacturer (OEM) parts are not available and warrant the repair for a period of one (1) year from date of installation. Contractor will not be responsible for extraordinary hydrant repairs necessitated by vandalism, traffic damage, construction damage, acts of war or civil disobedience, or acts of God. 22. CLEAN UP Upon completion of the work specified herein and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish and temporary materials and temporary structures provided by the Contractor. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily. Asphalt and concrete sites will be swept or hosed clean. 23. DAMAGE TO PUBLIC OR PRIVATE PROPERTY Extreme care shall be taken to safeguard all existing facilities, site amenities and vehicles on or around the job sites. Damage to public and/or private property shall be the responsibility of the Contractor and shall be repaired and/or replaced immediately at no additional cost to the County. 24. MATERIAL SPECIFICATIONS The CONTRACTOR must follow Broward County, Water and Wastewater Services' Technical Standards, Product Specification Sheets (Attachment A-4). 25. STANDARD DETAIL The CONTRACTOR must follow Broward County, Water and Wastewater Services' Technical Standards, Water and Sewer Standard Details (Attachment A-5). Pay Item Descriptions PAY ITEM DESCRIPTION 1. Preventative Maintenance Inspection of Fire Hydrants (Paint Included) 1.1 All tests, labor, tools, equipment and material will be included in bid price. Locate and exercise the fire hydrant auxiliary valve or isolation valve using a magnetic locator. Probing rods and other tools. Leave it in the open position. (If 1.2 the valve or fire hydrant cannot be located after searching for fifteen minutes, the valve will be labeled cannot locate.) The Contractor will remove (vacuum out) debris or pump out water from the valve 1.3 box in order to access the valve-operating nut. 1.4 Check the hydrant s appearance. Remove obstructions around it. 1.5 If paint is needed, paint the hydrant. All old rough spots, or rust shall be scraped off and the hydrant wire brushed. Fire hydrant shall be painted yellow with a reflective type paint that is in accordance with NFPA #291 or per the latest requirements of the BC fire marshal or local fire department having jurisdiction. (Paint included in bid line) 1.6 Spray a small amount of hydrant oil on the stem after the hydrants are flushed Page 45 of 92

57 PAY ITEM DESCRIPTION Check and report height of nozzle clearance, nozzle direction and operating clearances for conformity with National Fire Protection Association requirements. Clean and paint any existing bollards and put them in an upright position. Paint yellow with a reflective type paint that is in accordance with NFPA # On traffic-model hydrants, check the breakaway flange for any damage Attach a section of fire hose, diffuser or other deflector to protect the street, traffic, and private property from water expelled at high velocity Check condition of operating top nut 1.12 Open the hydrant and flush to remove foreign material from the interior and lead Close the hydrant. Remove diffuser and replace the outlet-nozzle cap. Leave it loose enough to allow air to escape Open the hydrant a few turns. Allow air to vent from the outlet-nozzle cap Tighten the outlet-nozzle cap Open the hydrant fully. Check for ease of operation, and report if difficult operation is noticed With hydrant fully open, check for leakage at flanges, around outlet nozzles, at packing or seals, and around the operating stem Close the hydrant completely. Back off the operating nut enough to take the pressure off of the packing. Remove all outlet-nozzle caps, clean the threads, check the condition of the 1.19 gaskets, and lubricate the threads. Check the ease of operation of each cap. Lubricate per the manufacturer s recommendations Check outlet-nozzle chains for free action on each cap. If the chains bind, open the loop around the cap until they move freely. Conduct a flow and pressure test to determine and record the static pressure (psi) 1.21 and flow available (gpm) under normal distribution-system flow conditions. Testing must be in accordance with AWWA M17 Manual for Installation, field testing, and Maintenance of Fire hydrants Replace the caps. Tighten them, and then back off slightly so they will not be excessively tight. Leave them tight enough to prevent their removal by hand Check the lubrication of operating-nut threads. Lubricate per the manufacturer s recommendations Replace (if defective) hydrant ID Tag, or install (if not present) hydrant ID tag. (Pay Item No. 4) Replace (if defective) blue reflective road marker, or install (if not present) blue 1.25 reflective road marker. Reflective pavement markers in blue shall be used to identify the fire hydrant locations. Each marker is to be placed on the center line of the roadway lane closest to the hydrant. (Pay Item No. 5) 1.26 If the hydrant is inoperable, tag it with a clearly visible mark (out of service ring) and notify Broward County WWS project coordinator immediately Note and report any operational deficiencies or repair needed Report and record all information on the check list form Record GPS coordinates of fire hydrant and isolation valve (a set of two separate readings). Page 46 of 92

58 PAY ITEM DESCRIPTION 2. PREVENTATIVE MAINTENANCE INSPECTION OF FIRE HYDRANT (Paint Not Included) 2.1 All tests, labor, tools, equipment and material will be included in bid price. Locate and exercise the fire hydrant auxiliary valve or isolation valve using a magnetic locator. Probing rods and other tools. If the valve or fire hydrant cannot 2.2 be located after searching for fifteen minutes, the valve will be labeled cannot locate. Leave it in the open position. The Contractor will remove (vacuum out) debris or pump out water from the valve 2.3 box in order to access the valve-operating nut. 2.4 Check the hydrant s appearance. Remove obstructions around it. 2.5 Spray a small amount of hydrant oil on the stem after the hydrants are flushed 2.6 Check and report height of nozzle clearance, nozzle direction and operating clearances for conformity with National Fire Protection Association requirements. 2.7 Clean any existing protective guards and put them in an upright position. 2.8 On traffic-model hydrants, check the breakaway device for damage. 2.9 Attach a section of fire hose, diffuser or other deflector to protect the street, traffic, and private property from water expelled at high velocity Open the hydrant and flush to remove foreign material from the interior and lead Close the hydrant. Remove diffuser and replace the outlet-nozzle cap. Leave it loose enough to allow air to escape Open the hydrant a few turns. Allow air to vent from the outlet-nozzle cap Tighten the outlet-nozzle cap Open the hydrant fully. Check for ease of operation, and report if difficult operation is noticed With hydrant fully open, check for leakage at flanges, around outlet nozzles, at packing or seals, and around the operating stem Close the hydrant completely. Back off the operating nut enough to take the pressure off of the packing. Remove all outlet-nozzle caps, clean the threads, check the condition of the 2.17 gaskets, and lubricate the threads. Check the ease of operation of each cap. Lubricate per the manufacturer s recommendations Check outlet-nozzle chains for free action on each cap. If the chains bind, open the loop around the cap until they move freely. Conduct a flow and pressure test to determine and record the static pressure (psi) 2.19 and flow available (gpm) under normal distribution-system flow conditions. Testing must be in accordance with AWWA M17 Manual for Installation, field testing, and Maintenance of Fire hydrants Replace the caps. Tighten them, and then back off slightly so they will not be excessively tight. Leave them tight enough to prevent their removal by hand Check the lubrication of operating-nut threads. Lubricate per the manufacturer s recommendations Replace (if defective) hydrant ID Tag, or install (if not present) hydrant ID tag. (Pay Item No. 4) Page 47 of 92

59 PAY ITEM DESCRIPTION Replace (if defective) blue reflective road marker, or install (if not present) blue reflective road marker. Reflective pavement markers in blue shall be used to identify the fire hydrant locations. Each marker is to be placed on the center line of the roadway lane closest to the hydrant. If the hydrant is inoperable, tag it with a clearly visible mark (out of service ring) and notify Broward County WWS project coordinator immediately Note and report any operational deficiencies or repair needed Report and record all information on the check list form Record GPS coordinates of fire hydrant and isolation valve (a set of two separate readings). 3. FURNISH AND INSTALL OIL RESERVOIR PLUG/SCREW 3.1 All tests, labor, tools, equipment and material will be included in bid price. 3.2 Replace missing or cross-threaded oil reservoir bolt/screw Check oil level. If necessary, add oil recommended by the manufacturer. Fill oil to the level of the plug, if necessary. Do not overpressure lubricant or overfill hydrant with lubricant. After repairs are done, flush fire hydrant to fully open position for at least one minute 4. FURNISH AND INSTALL HYDRANT ID TAG 4.1 All tests, labor, tools, equipment and material will be included in bid price Fire Hydrant ID number stamped on it, identified as Property of Broward County and number/letter/barcode stamped, and affixed to the hydrant with epoxy Aluminum tag with Black print on top half of plate with silver letters to read PROPERTY OF BROWARD COUNTY 4.4 PHR letters and rest of numbers to be stamped 4.5 Size: 3.25 x Material:.016 thick aluminum. 4.7 The hydrant ID number is to be clearly stamped/etched permanently into metal using ¼ inch characters. 5. FURNISH AND INSTALL REFLECTIVE MARKERS 5.1 All tests, labor, tools, equipment and material will be included in bid price On Broward County roads, a blue raised reflective pavement marker shall be used to identify the fire hydrant location. The placement of the reflector to be at the center line of the outside roadway lane, unless otherwise directed by the Fire Marshall or the local fire department having jurisdiction. On state road, blue raised markers to identify fire hydrants must be placed according to rules of Florida Department of Transportation. Page 48 of 92

60 PAY ITEM 7. DESCRIPTION 5.5 If needed, Maintenance of Traffic (Use Pay Item No(s) 27 thru 33) 6. UPPER BARREL REPAIR 6.1 All tests, labor, tools, equipment and material will be included in bid price. 6.2 Close the fire hydrant isolation valve to cut off flow and pressure, before proceeding. 6.3 Replace any necessary upper barrel parts/components and bonnet assembly when needed. 6.4 Disassemble and lubricate complete bonnet area when needed. 6.5 Replace missing or damaged gaskets when needed. 6.6 Replace damaged nozzles when needed. 6.7 Re-caulk and/or secure nozzles, as needed. 6.8 Replace any missing or deteriorated flange nuts and bolts when needed. 6.9 Rotate position of hydrant as required by N.F.P.A, or per Project Coordinator request. Reassemble the hydrant in accordance with the manufacturer s 6.10 recommendations, open isolation valve, and pressurize hydrant. Test flange connections for leaks. After repairs are done, flush fire hydrant to fully open position for at least one 6.11 minute FURNISH AND INSTALL UPPER BARREL REPLACEMENT - Upper Barrel and Bonnet assemblies are considered in this contract as Upper Barrel 7.1 All tests, labor, tools, equipment and material will be included in bid price. 7.2 Before proceeding, close the fire hydrant isolation valve to cut off flow and pressure. 7.3 Replace upper barrel when lower connection is in place but upper barrel is missing. 7.4 Replace broken traffic/breakable flanges, couplings and any missing flange nuts and bolts when necessary. 7.5 Install ATV when requested by project coordinator. (use Pay Item No. 25) 7.6 Rotate position of nozzle as per National Fire Protection Association standards. Reassemble the hydrant in accordance with the manufacturer s 7.7 recommendations, open isolation valve, and pressurize hydrant. Test the new flange connections for leaks. After repairs are done, flush fire hydrant to fully open position for at least one 7.8 minute 7.9 Replacement of hydrant upper barrel includes entire component. 8. LOWER BARREL REPAIR 8.1 All tests, labor, tools, equipment and material will be included in bid price. 8.2 Close the fire hydrant isolation valve to cut off flow and pressure, before proceeding. Page 49 of 92

61 PAY ITEM 8.3 DESCRIPTION Replace any/all necessary internal components including main valve and seat when needed. 8.4 Straighten hydrant when needed Reassemble the hydrant in accordance with the manufacturer s recommendations, open isolation valve, and pressurize hydrant. Test flange connections for leaks. After repairs are done, flush fire hydrant to fully open position for at least one minute 8.7 Excavation and/or Trenching AS REQUIRED Backfill with layered compaction as required 8.9 If needed, Maintenance of Traffic (Use Pay Item No(s) 27-33) FURNISH AND INSTALL BREAKABLE COUPLING, TO INCLUDE BREAKABLE FLANGE AND BOLTS (TRAFFIC REPAIR) 9.1 All tests, labor, tools, equipment and material will be included in bid price. 10 thru Before proceeding, close the fire hydrant isolation valve to cut off flow and pressure. 9.3 Disassemble the hydrant in accordance with the manufacturer s recommendations Replace damaged parts including safety flange, stainless steel pins, Safety Stem Coupling, O-rings, Bolts and nuts. Reassemble the hydrant in accordance with the manufacturer s recommendations, open isolation valve, and pressurize hydrant. Test the new flange connections for leaks. 9.6 Check oil reservoir level. If necessary, add oil recommended by the manufacturer. 9.7 After repairs done, flush fire hydrant to fully open position for at least one minute 9.8 If needed, Maintenance of Traffic (Use Pay Item No(s) 27-33) FURNISH AND INSTALL EXTENSIONS: 6", 12", 18" and 24" All tests, labor, tools, equipment and material will be included in bid price Before proceeding, close the fire hydrant isolation valve to cut off flow and pressure. Raise hydrant to meet Broward County Water and Wastewater Service minimum Water/ Sewer Technical Standards (minimum 18" to nozzle, maximum 24") where necessary Reassemble the hydrant in accordance with the manufacturer s recommendations, open isolation valve, and pressurize hydrant. Test the flange connections for leaks After repairs are done, flush fire hydrant to fully open position for at least one minute If needed, Maintenance of Traffic (use separate bid line) 14. FURNISH AND INSTALL VALVE BOX. INCLUDES VALVE BOX, LID AND EXCAVATION 14.1 All tests, labor, tools, equipment and material will be included in bid price. Page 50 of 92

62 PAY ITEM DESCRIPTION 14.2 Investigate all information needed to perform new installation (i.e. line locates, valve depth) 14.3 Excavation and/or Trenching Backfill with layered compaction as required 14.5 Remove existing valve box and components Install new valve box in accordance with Broward County Water and Wastewater Services Minimum Water/ Sewer Technical Standards If needed, Install valve collar per Broward County Water and Wastewater Services Minimum Water/ Sewer Technical Standards. (use separate bid line) 14.8 Paint water valve box lid with blue paint If needed, Maintenance of Traffic (Use Pay Item No(s) 27-33). 15. VALVE BOX RAISER/LOWER DOES NOT INCLUDE VALVE BOX AND LID, INCLUDES EXCAVATION 15.1 All tests, labor, tools, equipment and material will be included in bid price Investigate all information needed to perform new installation (i.e. line locates, valve depth) 15.3 Excavation and/or Trenching Backfill with layered compaction as required 15.5 Contractor must raise existing valve boxes to the existing grade of a road or ground If needed, Install valve collar per Broward County Water and Wastewater Services Minimum Water/ Sewer Technical Standards. (use separate bid line) 15.7 If needed, Maintenance of Traffic (Use Pay Item No(s) 27-33). 16. FURNISH AND INSTALL BOLLARD 16.1 Installation of new fire hydrant guard or protective pole shall conform to Broward County Water and Wastewater Services Water/ Sewer Technical Standards. 17. FURNISH AND INSTALL VALVE COLLAR/CONCRETE PAD New Installation shall conform to Broward County Water and Wastewater Services Minimum Water/ Sewer Technical Standards. FURNISH AND INSTALL FIRE HYDRANT AND ISOLATION VALVE (INCLUDES CHECK VALVE) SHUT DOWN REQUIRED 18.1 All tests, labor, tools, equipment and material will be included in bid price Investigate all information needed to perform new installation (i.e. line locates, main depth and material) Contractor must submit a Request For Service to Broward County Water and Wastewater Services to shut down water mains Excavation and/or Trenching. Page 51 of 92

63 PAY ITEM DESCRIPTION 18.5 Remove existing Fire hydrant and isolation valve Install concrete pad as per Broward County Water and Wastewater Services Minimum Water/ Sewer Technical Standards (use separate bid line) Installation of new fire hydrant, isolation valve and check valve shall conform to Broward County Water and Wastewater Services Minimum Water/ Sewer Technical Standards Use restrained joints for the entire new assembly New parts must be disinfected before installation. The chlorine solution must be flushed from the hydrant immediately after installation Reset existing bollards New bollards must be requested by contract coordinator. (use separate bid line) Backfill with layered compaction as required Paint valve box lid with blue paint Paint hydrant and bollards yellow with a reflective type paint that is in accordance with NFPA #291 or per the latest requirements of the BC fire marshal or local fire department having jurisdiction. (Paint included in this bid line) Take a GPS reading and record it, along with the corresponding Broward County Underground Facility Asset #, and update into an EXCEL Database. After repairs are done, flush fire hydrant to fully open position for at least one minute As required: Landscape restoration All fire hydrants removed must be returned and transported to Broward County WWS. Complete checklist and submit to Broward County Water and Wastewater Services If needed, Maintenance of Traffic (Use Pay Item No(s) 27-33). 19. FURNISH AND INSTALL FIRE HYDRANT ONLY (INCLUDES CHECK VALVE) 19.1 All tests, labor, tools, equipment and material will be included in bid price Before proceeding, close the fire hydrant isolation valve to cut off flow and pressure. Investigate all information needed to perform new installation (i.e. line locates, main depth, size, material, and investigate thrust restraint is installed on auxiliary valve between valve to tee. If no thrust restraint, contractor to install between valve to tee) 19.4 Excavation and/or Trenching Remove existing Fire hydrant. Page 52 of 92

64 PAY ITEM DESCRIPTION Install concrete pad as per Broward County Water and Wastewater Services Minimum Water/ Sewer Technical Standards. (Pay Item No. 17) Installation of new fire hydrant and check valve shall conform to Broward County Water and Wastewater Services Minimum Water/ Sewer Technical Standards Use restrained joints for the entire new assembly New parts must be disinfected before installation. The chlorine solution must be flushed from the hydrant immediately after installation Reset existing bollards New bollards must be requested by contract coordinator. (Pay Item No. 16) Backfill with layered compaction as required Take a GPS reading and record it, along with the corresponding Broward County Underground Facility Asset #, and update into an EXCEL Database. After repairs are done, flush fire hydrant to fully open position for at least one minute As required: Landscape restoration All fire hydrants removed must be returned and transported to Broward County WWS. Complete checklist and submit to Broward County Water and Wastewater Services If needed, Maintenance of Traffic (Use Pay Item No(s) 27-33). FURNISH AND INSTALL FIRE HYDRANT AND ISOLATION VALVE (INCLUDES CHECK VALVE) WET TAP 20.1 All tests, labor, tools, equipment and material will be included in bid price Investigate all information needed to perform new installation (i.e. line locates, main depth, size and material) 20.3 Excavation and/or Trenching Install tapping sleeve, tapping valve and tap main Install concrete pad as per Broward County Water and Wastewater Services Minimum Water/ Sewer Technical Standards. (use separate bid line) Installation of new fire hydrant and check valve shall conform to Broward County Water and Wastewater Services Minimum Water/ Sewer Technical Standards Use restrained joints for the entire new assembly New parts should be disinfected before installation. The chlorine solution should be flushed from the hydrant immediately after installation Reset existing bollards New bollards must be requested by contract coordinator. (use separate bid line) Page 53 of 92

65 PAY ITEM 21. DESCRIPTIONS Backfill with layered compaction as required Take a GPS reading and record it, along with the corresponding Broward County Underground Facility Asset #, and update into an EXCEL Database. After repairs are done, flush fire hydrant to fully open position for at least one minute As required: Landscape restoration Complete checklist and submit to Broward County Water and Wastewater Services If needed, Maintenance of Traffic (Use Pay Item No(s) 27-33). FURNISH AND INSTALL CUT IN FIRE HYDRANT AND ISOLATION VALVE (INCLUDES CHECK VALVE) SHUT DOWN REQUIRED 21.1 All tests, labor, tools, equipment and material will be included in bid price Investigate all information needed to perform new installation (i.e. line locates, main depth, size and material) Contractor must submit a Request For Service to Broward County Water and Wastewater Services to shut down water mains Excavation and/or Trenching Cut in a tee as permitted by Broward County WWS minimum standards Install concrete pad as per Broward County s Minimum Water/ Sewer Technical Standards. (use separate bid line) Installation of new fire hydrant, isolation valve and check valve shall conform to Broward County Water and Wastewater Services Minimum Water/ Sewer Technical Standards Use restrained joints for the entire new assembly New parts must be disinfected before installation. The chlorine solution must be flushed from the hydrant immediately after installation Reset existing bollards New bollards must be requested by project coordinator. (use separate bid line) Backfill with layered compaction as required Take a GPS reading and record it, along with the corresponding Broward County Underground Facility Asset #, and update into an EXCEL Database. After repairs are done, flush fire hydrant to fully open position for at least one minute As required: Landscape restoration Complete checklist and submit to Broward County Water and Wastewater Services If needed, Maintenance of Traffic (Use Pay Item No(s) 27-33). Page 54 of 92

66 PAY ITEM DESCRIPTION 22. FURNISH AND INSTALL 6 GATE VALVE (DRY) 22.1 All tests, labor, tools, equipment and material will be included in bid price Contractor must submit a Request For Service to Broward County Water and Wastewater Services to shut down water mains. Contractor must provide and install valve. Cut the pipe and install the valve with all accompanying components, including but not limited to couplings and couplings/sleeves Excavation and/or Trenching Valve and Valve boxes are to be set to Broward County Water and Wastewater Services Minimum Water/ Sewer Technical Standards Backfill with layered compaction as required After repairs are done, flush fire hydrant to fully open position for at least one minute When required, landscape restoration Paint valve box lid with blue paint When required, install valve ID tag (use separate bid line) Take a GPS reading and record it, along with the corresponding Broward County Underground Facility Asset #, and update into an EXCEL Database If needed, Maintenance of Traffic (Use Pay Item No(s) 27-33). 23. FURNISH AND INSTALL 6 INCH VALVE (WET) DOUBLE LINE STOP METHOD 23.1 All tests, labor, tools, equipment and material will be included in bid price Excavation and/or Trenching as required Contractor must provide and install valve. Cut the pipe and install the valve with all accompanying components, including but not limited to couplings and couplings/sleeves. Line stops shall be disc type as to not apply excessive pressure to inside of pipe. The contractor shall employ a restraint system that allows a double line stop and a valve installation to take place. Valve boxes are to be reset to Broward County Water and Wastewater Services Minimum Water/ Sewer Technical Standards. After repairs done, flush fire hydrant to fully open position for at least one minute 23.7 Backfill with layered compaction as required Paint valve box lid with blue paint 23.9 When required, install valve ID tag (use separate bid line) Take a GPS reading and record it, along with the corresponding Broward County Underground Facility Asset #, and update into an EXCEL Database. Page 55 of 92

67 PAY ITEM DESCRIPTION As required: Landscape restoration If needed, Maintenance of Traffic (Use Pay Item No(s) 27-33). 24. FURNISH AND INSTALL 6 CHECK VALVE 24.1 All tests, labor, tools, equipment and material will be included in bid price If needed, contractor must submit a Request For Service to Broward County Water and Wastewater Services to shut down water mains Excavation and/or Trenching as required Contractor must provide and install valve. Cut the pipe and install the valve with all accompanying components, including but not limited to couplings, mega lugs and couplings/sleeves. After repairs done, flush fire hydrant to fully open position for at least one minute 24.6 Backfill with layered compaction as required As required: Landscape restoration. 25. FURNISH AND INSTALL VALVE ID TAGS Furnish all material labor and equipment to install bronze valve tags with anchoring rod permanently attached to asphalt and concrete New Installation shall conform to Broward County Water and Wastewater Services Water/ Sewer Technical Standards All labor, tools, equipment and material will be included in bid price. Page 56 of 92

68 ATTACHMENT A-1 (Utilized After Contract Award) FIRE HYDRANT CHECKLIST DATE: TECHNICIAN: WORK ORDER FACIL_ID PHR# YEAR INSTALLED MANUFACTURER: MODEL: YEAR: STREET NAME CROSS STREET LOCATION CITY ADDRESS ZIP HYDRANT GPS COORDINATE WITHIN SUB- FOOT ACCURACY: SP_NORTH (Y) SP_EAST (X) ISOLATION VALVE GPS COORDINATE WITHIN SUB- FOOT ACCURACY: SP_NORTH (Y) SP_EAST (X) PUMPER HEIGHT MAIN VALVE SIZE ATV INSTALLED ATV INTERNAL ATV EXTERNAL TO OPEN TURN: LEFT RIGHT NUMBER OF TURNS TO CLOSE: OP_STATUS NOT OPERATIONAL NOT FOUND PURPOSELY CLOSED OPERATIONAL STATIC PRESSURE (PSI) FLOW (GPM) FLOW PRESSURE NEW TAG NEW RPM NEW PAINT NOZZLE OPENED FLUSHING MINUTES HYDRANT REMARKS ISO VALVE REMARKS FILL OUT ABOVE AND BELOW FOR HYDRANT INSTALLATION CHECK VALVE INSTALLED CHECK VALVE MANUFACTURER Page 57 of 92

69 ATTACHMENT A-2 (Utilized After Contract Award) Page 58 of 92

70 ATTACHMENT A-3 (Utilized After Contract Award) Page 59 of 92

71 ATTACHMENT A-3 (Utilized After Contract Award) Page 60 of 92

72 ATTACHMENT "A-4" Page 61 of 92

73 ATTACHMENT "A-4" Page 62 of 92

74 ATTACHMENT "A-4" Page 63 of 92

75 ATTACHMENT "A-4" Page 64 of 92

76 ATTACHMENT "A-4" Page 65 of 92

77 ATTACHMENT "A-4" Page 66 of 92

78 ATTACHMENT "A-4" Page 67 of 92

79 ATTACHMENT "A-4" Page 68 of 92

80 ATTACHMENT "A-4" Page 69 of 92

81 ATTACHMENT "A-4" Page 70 of 92

82 ATTACHMENT "A-4" Page 71 of 92

83 ATTACHMENT "A-5" Page 72 of 92

84 ATTACHMENT "A-5" Page 73 of 92

85 ATTACHMENT "A-5" Page 74 of 92

86 ATTACHMENT "A-5" Page 75 of 92

87 BID GUARANTY FORM IRREVOCABLE LETTER OF CREDIT ATTACHMENT "B" Date of Issue Issuing Bank's No. Beneficiary: Broward County through its Broward County Board of County Commissioners County Administrator Governmental Center 115 South Andrews Avenue Fort Lauderdale, Florida Expiry: Applicant: Amount: (in United States funds) (Date) Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at (Branch Address) by order of and for the account of (Contractor, Applicant, Customer) up to an aggregate amount, in United States Funds, of available by your draft at sight, accompanied by: (1) A signed statement from the County Administrator of Broward County, or the Administrator's authorized representative, that the drawing is due to default in performance of certain obligations on the part of agreed upon by and between Broward County and (Contractor, Applicant, Customer) pursuant to the (Contractor, Applicant, Customer) Bid/Contract No. for (Name of Project) Drafts must be drawn and negotiated not later than (Expiration Date) Drafts must bear the clause: "Drawn under Letter of Credit No. (Number) of, dated (Bank Name) Page 76 of 92

88 BID GUARANTY FORM IRREVOCABLE LETTER OF CREDIT (Continued) ATTACHMENT "B" (Continued) This Letter of Credit shall be renewed for successive periods of one (1) year each unless we provide the Broward County Administrator with written notice of our intent to terminate the credit herein extended, which notice must be provided at least thirty (30) days prior to the expiration date of the original term hereof or any renewed one (1) year term. Notification to Broward County that this Letter of Credit will expire prior to performance of the contractor's obligations will be deemed a default. This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified, amended, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. The execution of the contract and the submission of the required Performance and Payment Guaranty and Insurance Certificate by the (Contractor, Applicant, Customer) shall be released of obligations. This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1984 revision), Publication No. 400 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or county and Florida law should arise, Florida law shall prevail. (NAME OF ISSUING BANK) Authorized Signature Type Name Type Title Page 77 of 92

89 ATTACHMENT "C" FORM OF CERTIFICATE AND AFFIDAVIT FOR BONDS UNDER $500, NOTE: THIS DOCUMENT WILL NOT SERVE AS A VALID BOND. TO: RE: BOARD OF COUNTY COMMISSIONERS OF BROWARD COUNTY BID NUMBER BIDDER NAME ADDRESS PHONE AMOUNT OF BOND SURETY BOND COMPANY NAME ADDRESS PHONE This is to certify that, in accordance with Chapter , Laws of Florida (HB1266), the insurer named above: Holds a certificate of authority authorizing it to write surety bonds in Florida. Has twice the minimum surplus and capital required by the Florida Insurance Code. Holds a currently valid certificate of authority issued by the United States Department of Treasury under Section 9304 to 9308 of Title 31 of the United States Code. Date Signed Agent and Attorney-in-Fact AFFIDAVIT STATE OF FLORIDA ) COUNTY OF )SS ) Before me this day personally appeared, Chief Financial Officer of, who, being duly sworn, executed the foregoing instrument and acknowledged to and before me the truthfulness and accuracy of the statements in the foregoing instrument. Signature of person making Affidavit SWORN TO AND SUBSCRIBED before me this day of, 20 Notary Public, State, State of Florida My Commission Expires: Page 78 of 92

90 ATTACHMENT D DRUG FREE WORKPLACE CERTIFICATION The undersigned vendor hereby certifies that it will provide a drug-free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug-free awareness program to inform its employees about: (I) The dangers of drug abuse in the workplace; (ii) The offeror's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered contract, the employee shall: (I) (ii) Abide by the terms of the statement; and Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction. (5) Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within 30 calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (I) (ii) Taking appropriate personnel action against such employee, up to and including termination; or Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs (1) through (6). (Vendor Signature) (Print Vendor Name) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of, 20, by (Name of person who's signature is being notarized) as of (Title) (Name of Corporation/Company), known to me to be the person described herein, or who produced (Type of Identification) as identification, and who did/did not take an oath. NOTARY PUBLIC: (Signature) (Print Name) My commission expires: Page 79 of 92

91 ATTACHMENT E INVITATION FOR BID SUPPLEMENTAL SPECIAL INSTRUCTIONS TO BIDDERS LIVING WAGE ORDINANCE The following is a summary of requirements contained within Broward County Ordinance , as amended ( Living Wage Ordinance ). This summary is not all-inclusive of the requirements of the Living Wage Ordinance. If there is any conflict between the following summary and the language in the Living Wage Ordinance, the language in the Living Wage Ordinance shall prevail. These terms may supplement the specific requirements of the Living Wage Ordinance in order to effectuate its intent. For further information about bidder s obligations under the Living Wage Ordinance, an electronic version of the full Living Wage Ordinance may be obtained from the Purchasing Division s website at by clicking on Living Wage Information or by going to The Bidder, under the terms of a contract awarded subject to the Living Wage Ordinance must comply with the following requirements. By submitting a bid pursuant to these procurement specifications, a bidder is hereby agreeing to comply with the provisions of the Living Wage Ordinance and acknowledges awareness of the penalties for non-compliance. I. LIVING WAGE REQUIREMENT: A. All covered employees, including those of the Bidder s subcontractors, providing services pursuant to the Bidder s contract, shall be paid wage rates in accordance with the Living Wage Ordinance, as adjusted. The Bidder and covered subcontractors, hereinafter referred to as covered employer may comply with this living wage provision by choosing to pay no less than the lower specified hourly wage rate when said employer also provides health benefits to its covered employees. Proof of the provision of health care benefits must be submitted to the County to qualify for the living wage rate for employees with health care benefits. To comply with this requirement, the notarized compliance affidavit, Living Wage Ordinance Compliance Affidavit, Exhibit 1 of this bid attachment, should be returned with the bid but must be received prior to award. B. Covered employees shall be paid not less than bi-weekly and without subsequent deduction or rebate. The covered employer shall pay living wage rates in accordance with federal and all other applicable laws such as overtime and similar wage laws. C. The covered employer must post in a prominent place at the site of the work and where paychecks are distributed, a notice (Living Wage rates poster) specifying the wages/benefits to be paid under the Living Wage Ordinance. This poster will be made available by the County. Bidders shall provide a copy of the requirements of the Living Wage Ordinance to any subcontractor submitting a bid for a subcontract under this contract, prior to their submitting a bid to the Bidder. D. The covered employer shall provide the three-language statement to each covered employee with the employee s first paycheck and every six (6) months thereafter in the manner set forth by the Living Wage Ordinance. II. LIVING WAGE - INDEXING: The living wage rate and the health benefits payment shall be annually indexed to inflation consistent with indexing methodology set forth in the Living Wage Ordinance. The living wage rates will be published by the County on an annual basis. Page 80 of 92

92 ATTACHMENT E (Continued) INVITATION FOR BID SUPPLEMENTAL SPECIAL INSTRUCTIONS TO BIDDERS LIVING WAGE ORDINANCE III. IV. SANCTIONS FOR UNPAID WAGES: In the event of any underpayment of required wage rates by the covered employer, civil and/or administrative penalties may be assessed to include sanctioning a service contractor by requiring the service contractor to pay wage restitution to the affected employee or subcontractor or by other means of sanctioning in accordance with the Living Wage Ordinance. PAYROLL; BASIC RECORDS; REPORTING: A. Each covered employer shall maintain payroll records for all covered employees and basic records relating thereto and shall preserve them for a period of three (3) years beyond the termination or expiration of this contract. The covered employer shall make the covered employees payroll records required available for inspection, copying or transcription by authorized representatives of the County for a period of three years from the termination date of any County Service Contract, and shall permit such representative to interview employees during working hours. Failure to submit the required reports upon request or to make records available may be grounds for termination of the contract. The service contractor is responsible for the submission of the information required by the Living Wage Ordinance and for the maintenance of records and provision of access to same by all covered subcontractors. B. The covered employer shall submit the payroll information required every six months, to the applicable using agency s Contract Administrator, including a copy of the complete payroll for one payroll period showing employer s payroll records for each covered employee working on the contract for covered services. C. Exemption: The covered employer may request and obtain an exemption from the requirement to report and file payroll records every six (6) months from the Director of Purchasing under the conditions set forth in the Application for Exemption, Exhibit 2 of this bid attachment. V. SUBCONTRACTS: Covered employees of Bidder s subcontractors, providing covered services pursuant to the Bidder s contract, shall be paid wage rates, as adjusted, in accordance with the Living Wage Ordinance. The Bidder shall insert in any subcontracts the applicable clauses as required by the Living Wage Ordinance and also a clause requiring the subcontractors to include these clauses in all other subcontracts. The Bidder shall be responsible for compliance by any subcontractor with the Living Wage Ordinance as it applies to their subcontract. VI. COMPLAINTS AND HEARINGS; TERMINATION AND DEBARMENT: If a covered employee believes that he or she is not being paid in accordance with the Living Wage Ordinance the employee may file a complaint with the Office of Intergovernmental Affairs and Professional Standards in accordance with the County s Living Wage Complaint Procedures. Complaints will be investigated, determinations issued, and hearings afforded to the effected parties in accordance with the County s Living Wage Complaint Procedure. Covered employers found to have violated the Living Wage Ordinance may suffer any or all sanctions provided for in the Living Wage Ordinance, including wage restitution, damages, termination or suspension of payment under the contract, termination of the contract, and debarment. The Living Wage Ordinance also provides employees with a private right of action in court. Page 81 of 92

93 Covered Employer: ATTACHMENT E (Continued) EXHIBIT 1 BROWARD COUNTY LIVING WAGE ORDINANCE COMPLIANCE AFFIDAVIT (This certification must be provided prior to award of the contract) Address: Phone Number: Bid/Contract Number: Contract Amount: Local Contact: Address: Phone Number: Department Served: Brief Description of Service Provided: Please check one: By signing below I hereby certify that the covered employees listed below: A. Receive a minimum pay of $ per hour and are provided health benefits valued at $ per hour. B. Receive a minimum pay of $ per hour and are not provided health benefits. Provide names of employees and job classifications providing covered services for the above referenced contract: Name Job Class A or B Name Job Class A or B (Attach additional sheets in the format above, if needed) I,, of hereby attest that (Name) (Title) (Company) (1) I have the authority to sign this notarized compliance affidavit, (2) the following information is true, complete and correct and (3) the Company certifies that it shall: Pay all employees working on this contract/project, who are covered by the Broward County Living Wage Ordinance, as amended, in accordance with wage rates and provisions of the Living Wage Ordinance; Provide the applicable living wage statement regarding wage rates with the employee's first paycheck or direct deposit receipt as required by the Living Wage Ordinance, as amended; and (IF APPLICABLE) If health care benefits are provided under "A" above, the health care benefit meets the standard health benefit plan as described in Section (12)(b)(4), Florida Statutes, as amended. As a principle officer of the covered employer, the undersigned affirms that the referenced Florida Statute has been reviewed and the covered employer s health plan meets all the elements required by the statute, as amended. Signature Title SWORN TO AND SUBSCRIBED BEFORE ME this day of 20 STATE OF COUNTY OF My commission expires: Notary Public (Print, type or stamp commissioned name of Notary Public) Personally Known or Produced Identification Type of Identification Produced: Page 82 of 92

94 ATTACHMENT E (Continued) EXHIBIT 2 APPLICATION FOR EXEMPTION FROM LIVING WAGE ORDINANCE REPORTING REQUIREMENTS In accordance with Broward County Ordinance No , as amended, Living Wage Ordinance (LWO), all covered employers are subject to the LWO requirement for payroll reporting unless an exemption applies and has been granted. Covered employers may submit this affidavit with their bid or proposal to apply for an exemption from these reporting requirements. Exemptions based on the categories listed below may be granted by the Director of Purchasing prior to contract award; however, an exemption may be canceled at any time by written notice to the covered employer. To request an exemption, the covered employer must complete and submit this exemption application prior to award. SECTION 1: COVERED EMPLOYER INFORMATION (SERVICE CONTRACTOR) Company Name: Contact Person: Company Address: City: State: Zip: Phone: SECTION 2: USING AGENCY AND BID/CONTRACT INFORMATION Using Agency: Bid/Contract #: Bid/Contract Title: Name of Agency Contact: Agency Contact s Phone: Bid/Contract Amount: $ SECTION 3: EXEMPTION BASIS (Check one of the options below and submit supporting documentation as requested) (LWO (e)(1); Wage History: Covered employer demonstrates to the satisfaction of the Director of Purchasing that its covered employees have been continuously paid the applicable living wage rates or higher wages for at least one (1) year prior to entering into the service contract. Required documentation: Provide or attach prior payroll records or pay scale records (by job classifications) confirming this basis for exemption. (LWO (e)(2): Contractual: Covered employer demonstrates to the satisfaction of the Director of Purchasing that the amounts paid to its covered employees are required by law or are required pursuant to a contractual obligation, such as a Collective Bargaining Agreement (CBA), union scale, etc. Required documentation: A copy of the CBA or other contractual agreement must be submitted with this application with the controlling language clearly marked, or a letter from the union stating that the union contract requires the CBA to supersede the LWO or other recognized company pay schedule as the basis for compensation provided that it exceeds the LWO wage rate amounts. SECTION 4: CERTIFICATION AND NOTARIZED COMPLIANCE AFFIDAVIT I,, of hereby attest that (Name) (Title) (Company) (1) I have the authority to sign this notarized compliance affidavit, (2) the following information is true, complete and correct and (3) the Company certifies that its wages paid to employees providing covered services under this contract/project are at least equal to or greater than the living wage per the exemption basis selected above and in accordance with wage rates and provisions of the Living Wage Ordinance, as amended. Signature SWORN TO AND SUBSCRIBED BEFORE ME this day of, 20 STATE OF COUNTY OF Notary Public Personally Known or Produced Identification Type of Identification Produced: My commission expires: (SEAL) (Print, type or stamp commissioned name of Notary Public) Page 83 of 92

95 ATTACHMENT F Page 84 of 92

96 ATTACHMENT G Page 85 of 92

97 ATTACHMENT H Page 86 of 92

98 ATTACHMENT I (Utilized After Contract Award) Page 87 of 92

99 ATTACHMENT J CERTIFICATION OF VENDORS PROVIDING BENEFITS FOR DOMESTIC PARTNERS The undersigned vendor hereby certifies that its employee benefits policies are in compliance with Broward County Ordinance # , as amended by Broward County Ordinance # , as follows: A. Vendor s employee benefits program includes the following minimum standards: 1. Any vendors employee who is a party to a domestic partnership relationship is entitled to elect insurance coverage for his or her domestic partner or a dependent of such domestic partner on the same basis in which any other vendor s employee may elect insurance coverage for his or her spouse or dependents. A vendor s employee s right to elect insurance coverage for his or her domestic partner, or the partner s dependent, extends to all forms of insurance provided by the vendor to the spouses and dependents of vendors employees. 2. Any vendor s employee who is a party to a domestic partnership relationship is entitled to use all forms of leave provided by the vendor including, but not limited to sick leave and annual leave to care for his or her domestic partner or the dependent of the domestic partner as applicable. 3. All other benefits available to the spouses and dependents of vendor s employee s are made available on the same basis to the domestic partner, or dependent of such domestic partner, of a vendor s employee who is party to a domestic partnership relationship. 4. It is within the vendor s discretion as to what benefits are provided to its employee s and whether vendor s employees who are party to a domestic partnership relationship must be registered in accordance with Broward County Ordinance No , as amended, in order to be eligible for access to employee benefits. B. The vendor s domestic partnership eligibility criteria are substantially equivalent to the following: 1. Each domestic partner is at least 18 years old and competent to contract. 2. Neither domestic partner is married nor a partner to another domestic partnership relationship. 3. The domestic partners are not related by blood. 4. Consent of either domestic partner to the domestic partnership relationship has not been obtained by force, duress, or fraud. 5. Each domestic partner agrees to be jointly responsible for each other s basic food and shelter. (Vendor signature) STATE OF (Print vendor name) COUNTY OF The foregoing instrument was acknowledged before me this day of,, by as (Name of person whose signature is being notarized) (Title) of, known to me to be the person described (Name of Corporation/Entity) herein, or who produced as identification, and who did/did not take an oath. (Type of Identification) NOTARY PUBLIC: (Signature) (Print name) State of at Large (SEAL) My commission expires: Page 88 of 92

100 ATTACHMENT K TRENCH SAFETY ACT THIS FORM SHOULD BE SUBMITTED WITH BID AND MUST BE SUBMITTED UPON COUNTY REQUEST TO BE DEEMED RESPONSIVE On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S , as Florida's own standards. The Bidder, by virtue of the signature below, affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. The Bidder further identified the costs and methods summarized below: Description Unit of Measure Unit Price Method Special Shoring, if applicable SQ. FT. Name of Bidder Authorized Signature of Bidder *COMPLETION REQUIRES FILLING IN THE APPROPRIATE DETAILS UNDER THE HEADINGS, i.e., DESCRIPTION, UNIT, QUANTITY, UNIT PRICE, EXTENDED, AND METHOD. Page 89 of 92

101 ATTACHMENT L LITIGATION HISTORY Party Vendor is Plaintiff Vendor is Defendant Case Name Case Number Date Filed Name of Court or other tribunal Type of Case Claim or Cause of Action and Brief description of each Count Brief description of the Subject Matter and Project Involved Civil Criminal Administrative/Regulatory Bankruptcy Disposition of Case Pending Settled Dismissed (Attach copy of any applicable Judgment, Settlement Agreement and Satisfaction of Judgment.) Judgment Vendor s Favor Judgment Against Vendor If Judgment Against, is Judgment Satisfied? Yes No Name: Opposing Counsel Phone number: NAME OF COMPANY: Page 90 of 92

102 ATTACHMENT M Page 91 of 92

103 ATTACHMENT N Page 92 of 92

BIDDER ACKNOWLEDGEMENT MUST BE SIGNED AND RETURNED WITH YOUR BID

BIDDER ACKNOWLEDGEMENT MUST BE SIGNED AND RETURNED WITH YOUR BID SUBMIT BID TO: Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, Florida 33301-1801 954-357-6066 BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA INVITATION FOR BID

More information

BIDDER ACKNOWLEDGEMENT MUST BE SIGNED AND RETURNED WITH YOUR BID

BIDDER ACKNOWLEDGEMENT MUST BE SIGNED AND RETURNED WITH YOUR BID SUBMIT BID TO: Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, Florida 33301-1801 954-357-6066 BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA INVITATION FOR BID

More information

Bid No. V B1 Addendum No. 2 Page 1 of 2

Bid No. V B1 Addendum No. 2 Page 1 of 2 Bid No. V1001710B1 Addendum No. 2 Page 1 of 2 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Perimeter Intrusion and Detection System ADDENDUM NO. 2 DATE OF ADDENDUM: April 26,

More information

Bid No. Z B2 Addendum No. 3 Page 1 of 4

Bid No. Z B2 Addendum No. 3 Page 1 of 4 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Elevator-Escalator Maintenance and Repair for Terminal One ADDENDUM NO. 3 DATE OF ADDENDUM: 3/16/12 Bid No. Z0936014B2 Addendum

More information

Bid No. X B1 Addendum No. 1 Page 1 of 1

Bid No. X B1 Addendum No. 1 Page 1 of 1 Bid No. X0991713B1 Addendum No. 1 Page 1 of 1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Installation and Removal of Waterside Barriers (Sheltered Market) ADDENDUM NO. 1

More information

Bid No. X B4 Addendum No. 3 Page 1 of 3

Bid No. X B4 Addendum No. 3 Page 1 of 3 Bid No. X0928014B4 Addendum No. 3 Page 1 of 3 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Port Everglades Cruise Terminal 18 Audio/Visual and Network (LAN/WAN) Systems Maintenance

More information

COMMONLY ASKED QUESTIONS

COMMONLY ASKED QUESTIONS Solicitation No. F1154201B2 Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535 broward.org/purchasing

More information

Bid No. D B1 Addendum No. 1 Page 1 of 1

Bid No. D B1 Addendum No. 1 Page 1 of 1 Bid No. D0998507B1 Addendum No. 1 Page 1 of 1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Moving Services, Transportation Department (NON-SHELTERED MARKET) ADDENDUM NO. 1

More information

Bid No. C B2 Addendum No. 1 Page 1 of 1

Bid No. C B2 Addendum No. 1 Page 1 of 1 Bid No. C0926807B2 Addendum No. 1 Page 1 of 1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA MOLDED FIBERGLASS ANIMAL TRANSPORT UNITS ADDENDUM NO. 1 DATE OF ADDENDUM: August

More information

BIDDER ACKNOWLEDGEMENT MUST BE SIGNED AND RETURNED WITH YOUR BID

BIDDER ACKNOWLEDGEMENT MUST BE SIGNED AND RETURNED WITH YOUR BID SUBMIT BID TO: Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, Florida 33301-1801 954-357-6065/66 BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA INVITATION FOR

More information

PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 2 REFRIGERANT - AUTOMOTIVE NON-SHELTERED MARKET

PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 2 REFRIGERANT - AUTOMOTIVE NON-SHELTERED MARKET PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 2 REFRIGERANT - AUTOMOTIVE NON-SHELTERED MARKET DATE OF ADDENDUM: April 4, 2011 TO ALL PROSPECTIVE BIDDERS:

More information

Bid No. Y B1 Addendum No. 3 Page 1 of 7

Bid No. Y B1 Addendum No. 3 Page 1 of 7 Bid No. Y0976202B1 Addendum No. 3 Page 1 of 7 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA INSTALLATION, RESTORATION, AND REPLACEMENT OF WATER SERVICE LINES (SM) ADDENDUM NO.

More information

Bid No. E B1 Addendum No. 1 Page 1 of 1

Bid No. E B1 Addendum No. 1 Page 1 of 1 Bid No. E1037103B1 Addendum No. 1 Page 1 of 1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA REFLECTIVE PAVEMENT MARKERS AND ADHESIVES (SHELTERED MARKET) ADDENDUM NO. 1 ATTENTION

More information

PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 1

PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 1 Bid No. Y0851908B1 6. Page 33 of 77, Specifications and Requirements, item 10.0 has been revised to the following: Bidders shall be aware of the highly corrosive effects of hydrogen sulfide that is present

More information

Bid No. Q B1 Addendum No. 1 Page 1 of 1

Bid No. Q B1 Addendum No. 1 Page 1 of 1 Bid No. Q1044406B1 Addendum No. 1 Page 1 of 1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA PARKING LOT SEALING AND STRIPING REPAIRS (CBE RESERVED) ADDENDUM NO. 1 ATTENTION

More information

Bid No. G B1 Addendum No. 1 Page 1 of 1

Bid No. G B1 Addendum No. 1 Page 1 of 1 Bid No. G1027303B1 Addendum No. 1 Page 1 of 1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Vending Machine Services ADDENDUM NO. 1 DATE OF ADDENDUM: April 17, 2012 ATTENTION

More information

ADDENDUM NO. 1. Date Of Addendum: November 27, 2013

ADDENDUM NO. 1. Date Of Addendum: November 27, 2013 Solicitation No. Z1187905B1 Addendum No. 1 Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535

More information

Bid No. X B1 Addendum No. 1 Page 1 of 1

Bid No. X B1 Addendum No. 1 Page 1 of 1 Bid No. X1039707B1 Addendum No. 1 Page 1 of 1 ATTENTION ALL POTENTIAL BIDDERS: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA REFUSE TRUCK, 8 YARD REAR LOADER (NSM) ADDENDUM

More information

Bid No. Z B1 Addendum No. 2 Page 1 of 1

Bid No. Z B1 Addendum No. 2 Page 1 of 1 Bid No. Z0940706B1 Addendum No. 2 Page 1 of 1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Furnish, Install, and Maintenance of Graphic Vehicle Wraps ADDENDUM NO. 2 DATE OF

More information

Addendum No. 2. Solicitation Title: SHOULD. 6.7 In. be resumed. In. services can. applicable. Page 1 of 1. Excellence in

Addendum No. 2. Solicitation Title: SHOULD. 6.7 In. be resumed. In. services can. applicable. Page 1 of 1. Excellence in Solicitation No. G1127702B11 Addendum No. 2 Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535

More information

Solicitation No. V1147806B1 Addendum No. 3 Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535

More information

Addendum No. 1. Solicitation Title: Date. Addendumm SHOULD. additions too. existing text. the same. Question. Question. Page 1 of 2.

Addendum No. 1. Solicitation Title: Date. Addendumm SHOULD. additions too. existing text. the same. Question. Question. Page 1 of 2. Solicitation No. Z1183802B11 Addendum No. 1 Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535

More information

ADDENDUM NO. 3. C B1 Armored Car Pickup and Deposit Services. Date Of Addendum: March 6, 2014

ADDENDUM NO. 3. C B1 Armored Car Pickup and Deposit Services. Date Of Addendum: March 6, 2014 Solicitation No. C1218502B1 Addendum No. 3 Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535

More information

(ADDENDUM COVER SHEET)

(ADDENDUM COVER SHEET) (ADDENDUM COVER SHEET) TO ALL PROSPECTIVE BIDDERS: URCHASING IVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 3 SIDEWALK & DRAINAGE SYSTEM REPAIR AND INSTALLATION (NON-SHELTERED

More information

3. Increases prior to thee

3. Increases prior to thee Solicitation No. K1152204B11 Addendum No. 1 Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida Page: 1 of 25 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated

More information

Quote No. G Q1 Addendum No. 1 Page 1 of 1

Quote No. G Q1 Addendum No. 1 Page 1 of 1 Quote No. G1035611Q1 Addendum No. 1 Page 1 of 1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA CONFERENCE ROOM CHAIRS ADDENDUM NO. 1 DATE OF ADDENDUM: April 27, 2012 ATTENTION

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

Answer: This is an open term contract and quantities listed are an estimated annual quantity that will be ordered throughout the year.

Answer: This is an open term contract and quantities listed are an estimated annual quantity that will be ordered throughout the year. ATTENTION ALL POTENTIAL BIDDERS: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA TRASH CAN LINERS ADDENDUM NO. 1 DATE OF ADDENDUM: 2/22/2012 Quotation No. X1014403Q1 Addendum

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

CHARLESTON COUNTY PARK AND RECREATION COMMISSION

CHARLESTON COUNTY PARK AND RECREATION COMMISSION CHARLESTON COUNTY PARK AND RECREATION COMMISSION REQUEST FOR PROPOSAL HOLIDAY FESTIVAL OF LIGHTS ORNAMENTS 2015-20 MARCH 25, 2015 1 RFP2015-020 Request for Proposal 2015-020 Holiday Festival of Lights

More information

PURCHASE ORDER ACKNOWLEDGEMENT

PURCHASE ORDER ACKNOWLEDGEMENT PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida Page: 1 of 27 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the address

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 ADVERTISEMENT FOR BIDS Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on February 12,

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates PURCHASE ORDER TERMS AND CONDITIONS For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates 1. GENERAL 1.1 As used in this document, the term Purchase Order

More information

MPS TERMS AND CONDITIONS FOR BIDS

MPS TERMS AND CONDITIONS FOR BIDS MPS TERMS AND CONDITIONS FOR BIDS Scope These terms and conditions shall apply to any and all award(s) resulting from a formal bid, except as follows: In the event of a conflict between these terms and

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on

More information

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company This Purchase Order is between Anthem, Inc., on behalf of itself and its affiliates (individually and collectively, "Anthem"), and Supplier. The parties agree as follows: 1. Deliverables and Price. All

More information

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal Tire Disposal Lincoln County Solid Waste RFP #2015-0709 Tire Disposal 1. Introduction 1.1. Lincoln County Solid Waste is seeking proposals from qualified Contractors interested in providing a minimum of

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS REQUEST FOR BIDS BID REQUEST NO. 604712 02 SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS ISSUE DATE: FEBRUARY 1, 2019 BID OPENING DATE: FEBRUARY 11, 2019 3:00 PM LOCAL TIME ISSUED

More information

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows: A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or

More information

PAN OSTON PURCHASE ORDER TERMS & CONDITIONS

PAN OSTON PURCHASE ORDER TERMS & CONDITIONS PAN OSTON PURCHASE ORDER TERMS & CONDITIONS 1. ACKNOWLEDGMENT AND ACCEPTANCE OF ORDER. This Order constitutes an offer that is expressly limited to the Terms and Conditions contained herein. The Terms

More information

St. Lucie Public Schools Purchasing Department 4204 Okeechobee Road Fort Pierce, Florida Voice (772) Fax (772)

St. Lucie Public Schools Purchasing Department 4204 Okeechobee Road Fort Pierce, Florida Voice (772) Fax (772) Page 1 of 36 Pages MAILING DATE: January 14, 2015 St. Lucie Public Schools Purchasing Department 4204 Okeechobee Road Fort Pierce, Florida 34947 Voice (772) 429-3980 Fax (772)429-3999 Bids will be opened

More information

ATTACHMENT I - TELEDYNE BROWN

ATTACHMENT I - TELEDYNE BROWN Sheet 1 of 5 ATTACHMENT I - TELEDYNE BROWN ENGINEERING, INC. TERMS AND CONDITIONS - COMMERCIAL PROCUREMENTS FEBRUARY 2011 GENERAL Acknowledgment, shipment, or performance of any part of this purchase order

More information

a. Article(s) Goods and/or services described on the face of the Purchase Order

a. Article(s) Goods and/or services described on the face of the Purchase Order TERMS AND CONDITIONS LIBERTY MUTUAL STANDARD TERMS AND CONDITIONS V. 5.0 1. DEFINITIONS a. Article(s) Goods and/or services described on the face of the Purchase Order b. Customer Liberty Mutual Insurance

More information

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/ Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR 72201 Phone 501/ 340-8390; Fax 501/ 340-8352 RFP #: RFP-17-005 REQUEST FOR PROPOSAL for FORENSIC AUDIT YORKWOOD IMPROVEMENT

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

for rejectionn of the bid.

for rejectionn of the bid. Solicitation No. T1099318B11 Addendum No. 1 Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535

More information

Addendum No. 2. Solicitation Title: Must. will have a MUST addenda mustt be returned. acknowledge the. the revised. Other: additions too

Addendum No. 2. Solicitation Title: Must. will have a MUST addenda mustt be returned. acknowledge the. the revised. Other: additions too Solicitation No. M1223448B11 Addendum No. 2 Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

More information

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS BOARD OF EDUCATION 1 COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS The Board of Education of the Depew Union Free School District hereby invites the submission of sealed bids

More information

Request for Proposals

Request for Proposals RFP #G058 Request for Proposals A/E Design Consulting Services Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM March

More information

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES THIS AGREEMENT ( Agreement ) is made and entered into by and between the City of Snohomish, Washington,

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with

More information

Tacoma Power Conservation Contractor Agreement

Tacoma Power Conservation Contractor Agreement Tacoma Power THIS AGREEMENT is made and entered into this day of, 2012 ( Effective Date ) by and between the City of Tacoma, Department of Public Utilities, Light Division, Tacoma Power (hereinafter referred

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR BID

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

GENERAL TERMS AND CONDITIONS

GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS The following terms and conditions apply to all contracts or purchase agreements made with The College of New Jersey unless specifically deleted on this form. Vendors submitting

More information

APPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE.

APPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE. PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE. TABLE OF CONTENTS Section. Page. 1. Relationship of parties. 2 2. Executory clause 2 3. Extensions, renewals, modifications. 2 4. Non-assignment clause.

More information

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS.

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. AGREEMENT made as of the day of, 201. BETWEEN the Owner:

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES REQUEST FOR SEALED QUALIFICATIONS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES Contract Term February 1, 2017 through January 31, 2018 SUBMISSION

More information

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FOR FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS QUOTE OPENING DATE: FEBRUARY 1, 2017 11:00 A.M. FAIR AND OPEN PROCESS IN ACCORDANCE WITH

More information

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

SMALL ORDERS TERMS AND CONDITIONS - BLANKET 1. COMPLIANCE WITH LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

CONTRACT TERMS AND CONDITIONS: PURCHASE OF MATERIALS (NOT TO EXCEED $300,000 VALUE)

CONTRACT TERMS AND CONDITIONS: PURCHASE OF MATERIALS (NOT TO EXCEED $300,000 VALUE) CONTRACT TERMS AND CONDITIONS: PURCHASE OF MATERIALS (NOT TO EXCEED $300,000 VALUE) 1. DELIVERABLES Contractor agrees to provide the goods, equipment, or items ( Materials ) detailed in the work scope

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

HABCO TOOL & DEVELOPMENT COMPANY, INC. PURCHASE ORDER TERMS AND CONDITIONS

HABCO TOOL & DEVELOPMENT COMPANY, INC. PURCHASE ORDER TERMS AND CONDITIONS This Order (as defined herein) is expressly limited to and made conditional upon the terms and conditions contained herein, and any of the Seller's terms in addition to or different from those contained

More information

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 BID B11-16 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 Gym www.forsyth.k12.ga.us Floor Work April 10, 2018 To: All Bidders

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December

More information

REQUEST FOR PROPOSAL. UPS Maintenance

REQUEST FOR PROPOSAL. UPS Maintenance REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103

More information

AGREEMENT. Between BROWARD COUNTY. and U.S. LEGAL SERVICES, INC. For GROUP PREPAID LEGAL INSURANCE SERVICES. For

AGREEMENT. Between BROWARD COUNTY. and U.S. LEGAL SERVICES, INC. For GROUP PREPAID LEGAL INSURANCE SERVICES. For Page 1 of 43 AGREEMENT Between BROWARD COUNTY and U.S. LEGAL SERVICES, INC. For GROUP PREPAID LEGAL INSURANCE SERVICES For Broward County Employees Contract Period March 1, 2013 February 29, 2016 (with

More information