Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

Similar documents
Invitation to Bid-B A Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID-R Frieda Zamba Pool Renovations

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

INVITATION TO BID (ITB)

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

FORM 1 RESPONDENT S CONTACT INFORMATION. The Respondent shall identify the contact information as described below.

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID #

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form )

INVITATION TO BID (ITB)

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES

INVITATION TO BID PW CONTRACTUAL CLEANING SERVICES FOR THE CITY OF PALM COAST, FLORIDA

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # UTILITIES

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form )

ITB-PW Citywide Plumbing Services

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE

CITY OF TITUSVILLE, FLORIDA

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05

Glenwood/Bell Street Well Pump and Piping Construction

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

INVITATION TO BID (ITB)

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

RFQ NO Dated: March 16, 2018 Town of South Palm Beach. Published: Palm Beach Post. Page 1 of 16

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS. Quotation Number 14-Q06/PF

BIDDING AND CONTRACT DOCUMENTS ITB

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) MBE Planned Utilization (Form )

Request for Qualifications (RFQ) AQUATIC ENGINEER FOR HISTORIC SPRING PARK POOL & INTERACTIVE WATER FEATURE

CITY OF PARKLAND REQUEST FOR PROPOSALS WIDE AREA NETWORK & INTERNET CONNECTIVITY

Request for Proposal

RFQu # Musical Instruments July 25, 2018

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-09 FLEET DIVISION (Garage, Golf & Airport)

BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB REMODELING FOR PROBATION & PAROLE LEASE PROJECT NO For

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS

Request for Qualifications (RFQ) for CIVIL ENGINEERING CONSULTANTS TOWN OF PALM BEACH SHORES

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-10 MARINA

CITY OF BRUNSWICK, GEORGIA. November 2018 HOWARD COFFIN PARK ADMIN BUILDING AND RITZ THEATER ROOF REPAIRS REQUEST FOR PROPOSALS

ITB Document and updates are on the College website:

COUNTY OF COLE JEFFERSON CITY, MISSOURI

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

SOUTH FLORIDA STATE COLLEGE FOUNDATION REQUEST FOR PROPOSALS FOR BANKING SERVICES RFP 13-06

INVITATION TO BID (ITB)

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

CITY OF OCALA Purchasing Department 2100 NE 30 th Avenue Building E, Gate 4 Ocala, Florida Phone: (352) Fax (352)

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY DEPARTMENT OF PROCUREMENT

OFFICIAL BID FORM & BID DOCUMENTS

INVITATION TO BID. Due Date: December 7, 10:00 a.m.

THE GOVERNING BOARD OF THE ST. JOHNS RIVER WATER MANAGEMENT DISTRICT ANNUAL INDEPENDENT FINANCIAL AUDITING SERVICES REQUEST FOR PROPOSALS 33063

COLLECTION AGENCY SERVICES FOR EMS OKALOOSA COUNTY BOARD OF COMMISSIONERS, FLORIDA

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF 3PAR EQUIPMENT

Proposal No:

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

Cherokee Nation

BIDDING AND CONTRACT DOCUMENTS ITB

Replace Transmission - Bulldozer

GUILFORD COUNTY SCHOOLS Invitation for Bids

BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB SEBRING PARKWAY EMS STATION PROJECT NO For. Highlands County Board of County Commissioners

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

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

Agency for Persons with Disabilities State of Florida Tacachale HOUSEKEEPING AND JANITORIAL SERVICES

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC)

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

ITB-CD Term Contract for Code Enforcement Mowing and General Clean Up Services.

INVITATION TO BID. ITB WDSC-TV Cameras

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

construction plans must be approved for construction by the City PBZ department.

Request for Proposal

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF HP CHROMEBOOKS

Cherokee Nation

INVITATION TO BID (ITB)

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

THE CITY OF DAYTONA BEACH INTERNATIONAL SPEEDWAY BLVD. / HALIFAX RIVER PEDESTRIAN BRIDGE PAINTING

CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIXIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

INVITATION TO BID ITB HAZARDOUS WASTE COLLECTION AND DISPOSAL

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

CITY OF TITUSVILLE, FLORIDA

WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS

BIDDING AND CONTRACT DOCUMENTS ITB

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

INSTALLATION OF NEW FIRE SPRINKLER JAIL

REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ENGINEERING CONSULTING ON CONTINUING CONTRACT BASIS

ST. JOHNS RIVER STATE COLLEGE FOUNDATION, INC ST. JOHNS AVENUE PALATKA, FLORIDA (386)

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

PLEASANTVILLE HOUSING AUTHORITY

West Ridge Park Ballfield Light Pole Structural Assessment

ADDENDUM ACKNOWLEDGEMENT FORM Invitation to Bid (ITB) #DC ITB STATEWIDE FOOD PRODUCTS AND DELIVERY- PRIME VENDOR SERVICES A D D E N D U M #1

Transcription:

Invitation to Bid-B-05-01 Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Purpose: The City of Palm Coast, Flagler County, Florida is accepting proposals to provide underbrush mowing (Fire Mitigation) of vacant lots within the City of Palm Coast. The successful firm shall provide all staffing, supplies, equipment, vehicles and services necessary to provide the mowing services. Instructions to Bidders: Submittal: Any contractor desiring to provide the required services must submit their bid in a sealed envelope marked: ITB-B 05-01 Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance on the outside of the envelope. The bids will be received until 2:00 PM on Thursday, March 3, 2005. Mail or deliver all bids to Brian Rothwell, Purchasing Manager, City of Palm Coast, 2 Commerce Blvd. Palm Coast, FL 32164. Bids received after the date and time specified will be returned unopened. The City will not be responsible for late deliveries due to mail or other delays. There is also a Non - Mandatory Pre-Proposal Conference that is scheduled Monday, February 21, 2005, at 10:00 A.M. will be held at the City of Palm Coast City Hall, 2 Commerce Blvd., Palm Coast, FL 32164. Questions regarding the Bids: Questions related to the bids should be directed to Brian Rothwell, Purchasing Manager, City of Palm Coast, 2 Commerce Blvd., Palm Coast, FL 32164. Inquiries related to the work scope, clarification or correction must be in writing by fax, mail, etc. and received no later than close of business on February 24, 2005, to allow adequate time for response and/or addendum. Please do not contact any other staff member of the City, except the above, with regard to this ITB. All inquiries will be routed to the appropriate staff member for response. 1

Terms and Conditions: 1. The City reserves the right to reject any and all bids, with or without cause, to waive technical errors and waive informalities and make award to / negotiate with the firm whose bid best serves the interest(s) of the City. 2. The City reserves the right to clarification of information and to request additional information from one or more Bidders. 3. Any bid may be withdrawn until the date and time set above for the submission of the bids. Any bid not so withdrawn shall constitute an irrevocable offer for a period of ninety (90) days to provide to the City the services set forth in this ITB, or until one or more of the bids have been awarded. 4. Costs related to the preparation of a response to the ITB are solely those of the Bidder, and the City assumes no responsibility for any such costs incurred by the Bidder. 5. Public Entity Crimes. A person or affiliate who has been placed on the convicted Bidder list following a conviction for a public entity crime may not submit a bid or bid on a contract to provide any goods or services to a public entity, may not submit a bid or bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids or bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Florida Statutes Section 287.017, for category two for a period of thirty six (36) months from the date of being placed on the convicted Bidder list. The Bidder shall provide a certification of compliance regarding the public crime requirements. 6. Drug Free Workplace. The Bidder shall certify that the firm has a drug free workplace policy in accordance with Section 287.0878, Florida Statutes. Failure to submit this certification shall result in the rejection/disqualification of your bid. 7. All forms in the attached Appendix must be completed, signed and returned with the Bidders bid. 8. Insurance Requirements: A. The selected Bidder shall not commence work under any agreement until obtaining all insurance coverage required by the city under this Section, and the City has approved such insurance. B. All insurance shall be issued by companies authorized Bidder to do business under the laws of the State of Florida, and must be acceptable to the City. The Bidder shall furnish and maintain Certificates of Insurance to the City prior to the commencement of any work. The Certificate shall clearly indicate that the Bidder has obtained insurance of the type, amount and classification as required for strict compliance with this paragraph, and 2

that no material change or cancellation of insurance shall be without thirty (30) days prior written notice to the City. Compliance with the foregoing requirement shall not relieve the Bidder of liability and obligations under any contract entered with the City. C. Coverage shall be as follows: 1) Worker s Compensation: The Bidder will provide Worker s Compensation for all employees. The limits will be statutory limits for Worker s Compensation and $1,000,000 for Employer s Liability. 2) Comprehensive General Liability: The Bidder will provide coverage for all operations including, but not limited to, Contractual, Products and complete Operations and Personal Injury. The limits will not be less that $1,000,000 Combined Single Limit (CSL) or its equivalent. 3) Comprehensive Automobile Liability: The Bidder will provide complete coverage for owned and non-owned vehicles for limits not less than $1,000,000 CSL or its equivalent. D. All insurance other than Worker s Compensation to be maintained by the Bidder shall specifically include the City as an additional insured. E. The City shall have the right to terminate its agreement without cause with a hundred twenty (120) day written notice to the other party. The City reserves the right to terminate any agreement for cause with a five (5) day written notice to the Bidder. Notice shall be served to the parties as specified in the agreement. F. Legal Fees: The City shall be entitled to recover any and all legal costs including attorney fees it may incur. G. Term of Contract: The initial term of the agreement shall be for a period of one (1) year. After the one (1) year term, this Agreement shall automatically renew annually for two (2) additional periods of one (1) year each. The maximum term for the contract and all renewals is a cumulative term of three (3) years. Should the City wish to not have the contract automatically renewed, the City shall provide written notice to the CONTRACTOR ninety (90) days prior to the automatic renewal. 9. Scope of Work The scope of services required by the City in connection with this request for proposals covers the entire spectrum of services customarily provided to governmental entities by architectural and engineering firms. The services provided should include, but need not necessarily be limited to the following: In general, the work to be performed will require the mowing or underbrushing of target plant species that by virtue of their arrangement, chemical composition, and growth pattern provide a ready path for uncontrolled fire to spread. Species included in this definition include, but are not necessarily limited to, saw palmetto, gallberry, fetterbush and wax myrtle. Pine trees less than 3

five (5) inches in diameter at breast height (4.5 feet above grade) are also included in this definition. This is not a land clearing ordinance only underbrush that is within thirty (30) feet of a structure and greater than three (3) feet in height species specific are required to be removed. The use of root rakes and bulldozers are not acceptable, nor is the removal of stumps. This type of activity is considered excavation. In most instances, debris will not need to be removed from the job site. Utilization of bush hog type equipment is the most common way to effectively remove the underbrush. In some instances, hand clearing may be necessary. Underbrush mowing or hand removal requires vegetation to be mowed such that remaining vegetation, small tree and palmetto stumps are not higher than 12 above the existing grade. In order to evaluate responses, the following prices should be provided for: Provide an estimate for underbrushing. Underbrush mowing shall mean plant species that by virtue of their arrangement, chemical composition, and growth pattern provide a ready path for uncontrolled fire to spread. Species included in this definition include saw palmetto, gallberry, fetterbush and wax myrtle. Pine trees less than five (5) inches in diameter at breast height (4- ½ feet above grade) are in this estimate on a per acre basis. Debris Removal: Debris includes any tree trunks or branches not mulched that are larger than 6 in diameter and longer than 4. Additionally, any debris that existed previously in the area that is required to be underbrushed, must be removed. This includes, but is not limited to, dead trees or logs laying on the ground. Debris shall not be relocated to other areas of the lot that are not required to be underbrushed. 4

Invitation to Bid- B-05-01 Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Bid Reply - BID NUMBER: ITB-B-05-01 City of Palm Coast Financial Services Department Attn: Brian Rothwell 2 Commerce Blvd. Palm Coast, FL 32164 The City of Palm Coast reserves the right to reject any and all bids, to waive informalities, and to accept any proposal as the City, in its sole discretion, determines to be in the best of the City. I hereby certify that I have read and understand the requirements of this Invitation to Bid No. ITB-B-05-01 and that I as the bidder, will comply with all requirements, and that I am duly authorized to execute this bid/offer document and any contract(s) and other transactions required by award of this Bid. Company: Address: Telephone: ( ) Fax: ( ) Email: Name: (Typed or Printed in Ink) Title: 5

DESCRIPTION UNDERBRUSHING Provide an estimate for Underbrush Mowing shall mean plant species that by virtue of their arrangement, chemical composition, and growth pattern provide a ready path for uncontrolled fire to spread. Species included in this definition include saw palmetto, gallberry, fetterbush and wax myrtle. Pine trees less than five (5) inches in diameter at breast height (4- ½ feet above grade) are included in this estimate on a per acre basis. Per Acre Cost $ DEBRIS REMOVAL Debris includes any tree trunks or branches not mulched that are larger than 6 in diameter and longer than 4. Additionally, any debris that existed previously in the area that is required to be underbrushed must be removed. This includes, but is not limited to, dead trees or logs laying on the ground. Debris shall not be relocated to other areas of the lot that are not required to be underbrushed. 1. Removing underbrush debris from site to approved land fill site per cubic yard $ Addendum Acknowledgment: The proposer acknowledges that the following addenda have been received and are included in this proposal: Addenda Number Date 6

INVITIATION TO BID APPENDIX FORMS Conflict of Interest Statement Disputes Disclosure Form Drug Free Workplace Form Statement of Insurance Compliance Form 7

CONFLICT OF INTEREST STATEMENT STATE OF FLORIDA ) COUNTY OF ) ) ss Before me, the undersigned authority, personally appeared, who was duly sworn, deposes and states: 1. I am the of with a local office in, and principal office in. 2. The above named entity is submitting an Expression of Interest for the City of Palm Coast project described as ITB- B-05-01 Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance 3. The Affiant has made diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge. 4. The Affiant states that only one submittal for the above project is being submitted and that the above named entity has no financial interest in other entities submitting Statement of Qualifications for the same project. 5. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion or otherwise taken any action in restraint of free competitive pricing in connection with the entity s submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. 6. Neither the entity nor its affiliates, nor any one associated with them, is presently suspended or otherwise ineligible from participating in contract lettings by any local, state or federal agency. 7. Neither the entity, nor its affiliates, nor any one associated with them have any potential conflict of interest due to any other clients, contracts, or property interest for this project. 8. I certify that no member of the entity s ownership, management, or staff has a vested interest in any aspect of or Department of the City of Palm Coast. 9. I certify that no member of the entity s ownership or management is presently applying for an employee position or actively seeking an elected position with City of Palm Coast. 10. In the event that a conflict of interest is identified in the provision of services, I, on behalf o f the above named entity, will immediately notify the City of Palm Coast in writing. DATED this day of, 2005. Affiant Typed Name of Affiant 8

Title Sworn to and subscribed before me this, day of, 2005. Personally known OR Produced Identification Notary Public State of (Type of identification) My commission expires (Printed, typed or stamped commissioned name Notary Public) This Form Must Be Completed and Returned with your Submittal. 9

DISPUTES DISCLOSURE FORM Answer the following questions by placing an X after YES or NO. If you answer YES, please explain in the space provided or via attachment. Has your firm or any of its officers received a reprimand of any nature or been suspended by the Department of Professional Regulation or any other regulatory agency or professional association within the last five (5) years? YES NO Has your firm or any member of your firm been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? YES NO Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? YES NO If yes, state the nature of the request for equitable adjustment, contract claim or litigation, a brief description of the case, the outcome or status of suit and the mo netary amounts or extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of this project: Project: ITB-B-05-01 Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Firm Date Authorized Signature Officer Title Printed of Typed Name This Form Must Be Completed and Returned with your Submittal. 10

DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that Does: (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business s policy of maintaining a drugfree workplace, any available drug counseling, rehabilitation and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are proposed a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee s community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Proposer s Signature Date This Form Must Be Completed and Returned with your Submittal. 11

STATEMENT OF INSURANCE COMPLIANCE The undersigned firm agrees to obtain prior to award, if selected, Professional Liability Insurance, Worker s Compensation and General Liability in accordance to the requirements as set forth in the Request for Professional Services or draft agreement, attached hereto. Policies other than Worker s Compensation shall be issued only by companies authorized by maintaining certificates of authority issued to the companies by the Department of Insurance of the State of Florida to conduct business in the State of Florida and which maintain a Rating of A or better and a Financial Size Category of VII or better according to the A.M. Best Company. Policies for Worker s Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. Bidder Authorized Signature Officer Title Date This Form Must Be Completed and Returned with your Submittal. 12