CONSTRUCTION SOLICITATION/QUOTATION/ PURCHASE ORDER

Similar documents
WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

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

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

P R O P O S A L F O R M

RICE UNIVERSITY SHORT FORM CONTRACT

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

GROUNDS MAINTENANCE AGREEMENT

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

PURCHASE ORDER TERMS & CONDITIONS

PURCHASE ORDER ACKNOWLEDGEMENT

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

FIXTURING/INSTALLATION AGREEMENT

SERVICE AGREEMENT CONTRACT NO.

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

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

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

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

Request for Proposal. RFP # Towing Services Inoperable Vehicles

RFP GENERAL TERMS AND CONDITIONS

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

CONSTRUCTION CONTRACT

PROPOSAL LIQUID CALCIUM CHLORIDE

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

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

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:

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

Mold Remediation and Clean Up of Central High School

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

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

SUBCONTRACT CONSTRUCTION AGREEMENT

CONTRACT FOR CONSULTING SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO.

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

BERRIEN COUNTY ROAD DEPARTMENT

PLEASANTVILLE HOUSING AUTHORITY

APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT

REQUEST FOR PROPOSALS FOR RISK MANAGEMENT INSURANCE CONSULTANT/BROKER SERVICES

Tacoma Power Conservation Contractor Agreement

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

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

Ceres Unified School District SERVICES CONTRACT

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

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

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

DANTE HALL SERVICE AGREEMENT CONTRACT NO.

COUNTY OF COLE JEFFERSON CITY, MISSOURI

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

Workforce Management Consulting Services

STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT

FIRE HYDRANT REPAIR/REPLACEMENT (AS NEEDED) INFORMAL QUOTATION (Construction Services under $100,000) CITY OF SPARKS, NEVADA

Knox County Government and Strategic Equipment and Supply

EXHIBIT G. Insurance Requirements. [with CCIP]

W I T N E S S E T H:

STATEMENT OF BIDDER'S QUALIFICATIONS

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INFORMATION FOR BID. Tee Shirts (School Nutrition)

CONTRACT FOR SERVICES RECITALS

LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS SHADE STRUCTURES FOR DUGOUTS

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

CITY OF TITUSVILLE, FLORIDA

KELTY TAPPY DESIGN, INC.

KNOX COUNTY GOVERNMENT AND DURACAP ASPHALT PAVING CO., INC.

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

City of Loveland, Ohio

COOLING SYSTEM DESIGN BUILD FOR THE SULLIVAN COUNTY ITS SERVER ROOM

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

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter "Contractor") ) ) ) ) ) and )

REQUEST FOR QUALIFICATIONS FOR ENVIRONMENTAL CONSULTANT SERVICES

Champaign Park District: Request for Bids for Playground Surfacing Mulch

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

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

RECONDITIONED DRUMS QUOTATION 15-Q01/LO

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

THIS BID MUST BE RECEIVED NO LATER THAN 2:00 P.M. ON: 01/24/14 THURSDAY, FEBRUARY 13, 2014

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Solicitation WE WE U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6. Bid designation: Public

DATE: January 8, 2019 LOI NO REQUEST FOR LETTERS OF INTEREST PHASE I REDESIGN OF SCHOOL KITCHEN/CAFETERIA (APPROXIMATELY 2500 SQ FEET)

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

REQUEST FOR PROPOSALS FOR COMPREHENSIVE ONLINE EDUCATION PROGRAM

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

REQUEST FOR QUOTATION RECYCLING OF USED COOKING OIL SWA 16-Q05/SB

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

COUNTY OF OSWEGO PURCHASING DEPARTMENT

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

City of New Rochelle New York

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

Transcription:

Palm Beach County Department of Environmental Resources Management 2300 North Jog Road, 4 th Floor West Palm Beach, FL 33411-2743 Phone: 561-233-2400 Fax: 561-233-2414 REV. 02/2011 CONSTRUCTION SOLICITATION/QUOTATION/ PURCHASE ORDER The following number must appear on all related invoices, packing slips and correspondence, and sent to the above address: «Proj_Num» TO: «Con_Name» «Con_Add» «Con_City», «Con_State» «Con_Zip» Phone #: «Con_Phone» Fax #: «Con_Fax» FEIN #: «FEIN» PBC Vendor Registration #: «Vend_Num» QUOTATION DATE P.O. DATE PROJECT NAME: «Proj_Name» PROJECT NUMBER: «Proj_Num» PROJECT LOCATION: «Proj_Loc» COMMISSIONER DISTRICT #: «District» DELIVERY/SERVICE LOCATION «Deadline» «PO_Date» «Proj_Loc» COMPLETION DEADLINE «Subst_Comp» Calendar Days INSURANCE CERTIFICATE(S) ATTACHED PROGRESS PAYMENTS/ RETAINAGE PAYMENT TERMS Prompt Payment: FS 218.735 LIQUIDATED DAMAGES SBE PARTICIPATION ($ / %) «SBE_Amt» / «SBE_Pct» CRITICAL FACILITY (Fingerprinting?) «PmtRetain» «LD»/Day «Crit_Facil» BUDGET ACCOUNT: «Budget_Acct» FISCAL APPROVAL OF BUDGET AVAILABILITY: General Work Description: «Proj_Desc» # ITEM QTY UNIT UNIT PRICE AMOUNT Additional Insured: Palm Beach County, Board of County Commissioners, a Political Subdivision of the State of Florida, its Officers, Employees and Agents; «Add_Ins» «Add_Indem» The PO goods and/or services shall be provided in accordance with this Purchase Order and the following, which are incorporated herein by reference and attached: (a) Certificate (Corporation) (b) Standard Terms and Conditions (c) Insurance Certificate (d) Request for Construction Quote (RFQ) Offer, Terms & Conditions, SBE Schedules, Drug-Free Workplace Certification (if applicable), (e) Technical Specifications, Plansheets (f) Budget Availability Statement, if required (see above) TOTAL PRICE $ Accepted and Acknowledged by: «Con_Agent_Name», «Con_Agent_Title» Date Approved as to Form and Legal Sufficiency: Jim Mize, Chief Assistant County Attorney Date Authorized by: Richard E. Walesky, Director Date Dept. of Environmental Resources Management Contractor is required to review the accuracy of the above and sign both documents and return both originals to: Julie Aden, Environmental Contract Manager, at the above address. This Purchase Order is not effective until signed by the ERM Director. Contractor must notify the County immediately if unable to complete as specified. PROJECT NO. «Proj_Num» PO - 1

CERTIFICATE (Corporation) REV. 02/2011 The undersigned hereby certifies that the following are true and correct statements: 1. That he/she is the Secretary of, a corporation organized and existing in good standing under the laws of the State of hereinafter referred to as the "Corporation", and that the following Resolutions are true and correct copies of certain Resolutions adopted by the Board of Directors of the Corporation as the day of, 20, in accordance with the laws of the State of the state of incorporation of the Corporation, the Articles of Incorporation and the By-laws of the Corporation. RESOLVED, that the Corporation shall enter into that certain Agreement between Palm Beach County, a political subdivision of the State of Florida and the Corporation, a copy of which is attached hereto, and be it FURTHER RESOLVED, that (name), the (title) of the Corporation, is hereby authorized and instructed to execute such Agreement and such other instruments as may be necessary and appropriate for the Corporation to fulfill its obligations under the Agreement. 2. That the foregoing resolutions were passed with the required corporate formalities and have not been modified, amended, rescinded, revoked or otherwise changed and remain in full force and effect as of the date hereof. 3. That the Corporation is in good standing under the laws of the State of Florida or its state of incorporation, if other, and has qualified, if legally required, to do business in the State of Florida and has the full power and authority to enter into such Agreement. IN WITNESS WHEREOF, the undersigned has set his hand and affixed the Corporate Seal of the Corporation the day of, 20. (CORPORATE SEAL) (Signature) (Print Signatory's name Its Secretary) SWORN TO AND SUBSCRIBED before me this day of, 20, by the Secretary of the aforesaid Corporation, who is personally known to me OR who produced as identification and who did take an oath. (Notary Signature) (Print Notary's Name) NOTARY PUBLIC State of Florida at Large My Commission Expires: PROJECT NO. «Proj_Num» PO - 2

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY, FLORIDA PROJECT NAME: «Proj_Name» Project No. «Proj_Num» PURCHASE ORDER STANDARD TERMS AND CONDITIONS 1. Contract Contractor agrees that by submitting an offer which is accepted by the Department of Environmental Resources Management (ERM), as designee for the Palm Beach County Board of County Commissioners (County), a binding contract is formed in accordance with the County s terms, conditions and specifications as set forth in the solicitation and this Construction Purchase Order (PO) for goods and/or services performed (Work). Contractor certifies that the offer has been made by an officer or employee having the authority to bind the Contractor. Accordingly, payment will only be made to the company and the address as provided in the Contractor s offer unless prior written authorization is received from the County. 2. Conflicts To the extent that there is a conflict between the various sections of the PO documents, the following order of documents shall indicate precedence: PO Acceptance (PO page 1) Request for Construction Quotation Terms and Conditions Standard Terms and Conditions Permits Plansheets Technical Specifications and attachments Quote (Offer), Certificate (Corporation), Insurance Certificate(s) Drug-Free Workplace Certification 3. Modifications No modifications of this Purchase Order, including but not limited to these Standard Terms and Conditions, shall be binding upon the County unless approved in writing by the ERM Director or his designee. 4. Assignments Assignments are prohibited unless prior written consent is given by the ERM Director and the Contractor. 5. Excusable Delays The County may grant additional time for any delay if the delay will not adversely impact the best interest of the County and is due to causes beyond the control of the Contractor. 6. Default The County may, by written notice of default to the Contractor, terminate the PO in whole or in part if the Contractor fails to satisfactorily perform any provisions of this solicitation or resultant PO, or fails to make progress so as to endanger performance under the terms and conditions of this solicitation or resultant PO, or provides repeated non-performance, or does not remedy such failure within a period of three (3) calendar days (or such period as the ERM Director may authorize in writing) after receipt of notice from the ERM Director specifying such failure. In the event the County terminates this PO in whole or in part because of default of the Contractor, the County may procure Work similar to that terminated, and the Contractor shall be liable for any excess costs incurred due to this action. If it is determined that the Contractor was not in default or that the default was excusable (e.g. failure due to causes beyond the control of, or without the fault or negligence of, the Contractor), the rights and obligations of the parties shall be those provided in Termination. 7. Termination The County may, with or without cause, whenever the interests of the County so require, terminate the PO, in whole or in part, for the convenience of the County, by written notice to the Contractor. Unless directed differently in the notice of termination, the Contractor shall incur no further obligations in connection with the PO. The Contractor shall only be compensated for acceptable Work up to the date of termination. Contractor shall not claim and expressly waives any claims for prospective, consequential, or indirect damages including, but not limited to, claims for lost profit. 8. Deliveries Deliveries are to be made and site Work performed Monday through Friday, 7 a.m. to 5 p.m. excluding holidays, unless otherwise stipulated in the PO, or, approved in writing by the County. 9. Punchlist, Inspection, Acceptance and Closeout The Contractor shall notify the County in writing that the PO Work are substantially complete and request that the County prepare a Certificate of Substantial Completion. If the County considers the PO substantially complete, the County may prepare the Certificate of Substantial Completion. The County may issue the Punchlist, based on the aforementioned inspection or subsequent PROJECT NO. «Proj_Num» PO - 3

inspections, to the Contractor within thirty (30) calendar days after Substantial Completion. The Punchlist shall establish a date for completion of corrective work. All Work on this PO is subject to inspection and acceptance upon receipt or completion by the ERM Project Manager. Prior to payment, the Contractor shall provide satisfactory closeout statements and releases as required by the County. Payment shall not be authorized until the Work have been received, accepted and properly invoiced. 10. Invoicing Contractor must send original invoice to the Palm Beach County ERM, 2300 North Jog Road, 4 th Floor, West Palm Beach, FL 33411-2743. 11. Payment Terms Contractor agrees that interest penalties will only be paid in accordance with the Florida Prompt Payment Act, Florida Statute 218.735. 12. Taxes The County is exempt from Federal and State taxes. 13. Insurance The Contractor shall maintain the following insurance coverage during the performance of its PO services: Commercial General Liability (CGL) Combined Single Limit Personal Injury Bodily Injury and Property Damage Liability Required Coverage: Premises/Operations Independent Contractors Products/Completed Operations Contractual Liability Broad Form Property Damage X-C-U Coverage (if applicable) General Aggregate (if applicable, must be on a Per Project basis) Worker s Compensation and Employer s Liability U.S. Longshoreman s and Harbor Workers Act and/or Jones Act Endorsements (only if work is on or contiguous to navigable water bodies) Protection and Indemnity (P&I) (only if work involves watercraft owned or operated by Contractor) Business Auto Liability covering all owned, hired and non-owned vehicles $500,000 per occurrence Statutory $100,000/500,000/100,000 $1,000,000 per occurrence $500,000 per occurrence Palm Beach County, Board of County Commissioners, a Political Subdivision of the State of Florida, its Officers, Employees and Agents, as well as any other entities listed on the PO, shall be named as Additional Insured for CGL and, if applicable, P&I. 14. Purchase Order The County will not accept any Work unless a PO signed by the ERM Director has been issued for said Work. The PO number must appear on all invoices, packing slips and correspondence concerning the PO. 15. Pricing Unless specifically requested in the specifications, any response containing modifying or escalation clauses shall be rejected. The price offered must be in accordance with the unit of measure provided on the response page(s). One (1) space or line requires only one (1) single, fixed unit price. Anything other than a single, fixed unit price shall result in the rejection of your response. Contractor warrants by virtue of submitting an offer that prices shall remain firm for a period of 90 calendar days from the date of opening to allow for evaluation and award. Prices shall remain firm for the initial and any subsequent term unless modified by a special condition. 16. Quantities Quantities specified in the PO cannot be changed without County s written approval. Work provided in excess of quantity designated may be returned at Contractor s expense. 17. Site Conditions The Contractor shall be responsible for having determined to its satisfaction, prior to the submission of its quote, the nature and location of the Work and the general and local conditions. The failure of Contractor to acquaint itself with any applicable condition shall not relieve it from the responsibility for properly estimating either the difficulties or the costs of successfully and timely completing the PO. 18. Florida Products and Labor Section 255.04, Florida Statutes, requires that on public building contracts, Florida products and labor shall be used wherever price and quality are equal. 19. Material Safety Data Sheets (MSDS) Contractor compliance is required under Chapter 442, Florida Statutes; that any toxic substance delivered as a part of this PO must be accompanied by an MSDS. 20. Contractor Responsibility Contractor represents that it is fully experienced and properly qualified to perform the PO services, and that it is properly licensed, equipped, organized and financed to perform such services. Contractor shall act as an independent contractor and not as the agent of the County in performing the PO, PROJECT NO. «Proj_Num» PO - 4

maintaining complete control over its employees and all of its suppliers and subcontractors. Any services performed by the Contractor without proper authorization is performed at the Contractor's risk, and the County shall have no obligation to compensate the Contractor for such work. The Contractor's Construction Manager shall be present at the work site at all times while work is in progress. Failure to observe this requirement shall be considered as suspension of the Work by the Contractor until such time as a Construction Manager is again present at the site. 21. Employees All labor required for the services shall be executed in a thoroughly substantial and workmanlike manner by workers skilled in the applicable trades. No intoxicating substance shall be allowed on the project or staging site(s). 22. Subcontractors and Suppliers The Contractor shall provide a list of its subcontractors to the County. The County reserves the right to reject the use of a subcontractor on the project. The Contractor is as fully responsible to the County for the acts and omissions of its subcontractors and of persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in the PO or its attachments shall create any contractual relation between any subcontractor or supplier and the County. 23. Guarantee The Contractor guarantees that the Work under the PO and all workmanship, materials, and equipment performed, furnished, used, or installed shall be free from defects and flaws, and shall be performed and furnished in accordance with the PO; that the strength of all parts of all manufactured equipment shall be adequate and as specified; and that performance test requirements of the Contract shall be fulfilled. The Contractor shall remedy all defects and shall repair, correct, or replace all damage to the other work, persons or property resulting from failures covered by the guarantee. The guarantee shall remain in effect for one (1) year from the date of final acceptance unless a longer period is specified. Defects in material, workmanship, or equipment which are remedied as a result of obligations of the guarantee shall subject the remedied portion to an extended guarantee period of one (1) year after the defect has been remedied. 24. Not a Convicted Vendor As provided in Florida Statute 287.133(2)(a) a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. By entering into this PO or performing any work in furtherance hereof, the contractor certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within the 36 months immediately preceding the date hereof. This notice is required by F.S. 287.133 (3) (a). 25. Nondiscrimination Contractors doing business with the County are prohibited from discriminating against any employee or client because of race, color, religion, disability, sex, age, national origin, ancestry, marital status, familial status, sexual orientation, gender identity or expression. 26. Legal Requirements The Contractor must strictly comply with all Federal, State, County and local laws, ordinances, rules, regulations, orders, notices, requirements and permits that in any manner affect the Work herein. The County shall not be liable to the Contractor for any legal fees, court costs, or other legal expenses arising from the interpretation or enforcement of this PO, or from any other matter generated by or relating to this PO. 27. Criminal History Records Check Ordinance Pursuant to Ordinance 2003-030, the Palm Beach County Criminal History Records Check Ordinance (Ordinance), the County shall conduct fingerprint based criminal history record checks on all persons not employed by the County who repair, deliver, or provide goods and/or services for, to, or on behalf of the County. A fingerprint based criminal history record check shall be conducted on all employees and subcontractors of Contractor, including repair persons and delivery persons who are unescorted when entering a facility determined to be critical to public safety and security of the County. County facilities that require this heightened level of security (Critical Facility) are identified in Resolution R-2003-1274, as may be amended, which is available upon request. The PO indicates if the project location is a Critical Facility. The Contractor is solely responsible for understanding the financial, schedule, and staffing implications of this Ordinance. Further, the Contractor acknowledges that its bid price includes any and all direct or indirect costs associated with compliance of this Ordinance, except for the applicable FDLE/FBI fees that shall be paid by the County. PROJECT NO. «Proj_Num» PO - 5

28. SBE Program It is the policy of the Board of County Commissioners of Palm Beach County, Florida, that Small Business Enterprises (SBE) have the maximum practical opportunity to participate in the competitive process of supplying goods, services and construction to the County. In accordance with the SBE Program, a preference is given to certified SBEs. The County has established a minimum goal of 15% SBE participation for all County solicitations. Refer to the RFQ Terms and Conditions. 29. Local Preference In accordance with the Palm Beach County Local Preference Ordinance, a preference is given to bidders having a permanent place of business in Palm Beach County. 30. Indemnification To the extent authorized by law, specifically Florida Statute 725.06, the Contractor shall indemnify, save and hold harmless the County, its employees and agents, and, any additional indemnitees and their employees, against any and all claims, damages, liability and court awards including costs, expenses and attorney fees incurred as a result of any act or omission by the Contractor, or its employees, agents, subcontractors or assignees pursuant to the terms and conditions of this PO. Additional indemnitees are identified on the PO. 31. Endorsements No endorsements by the County of the Work will be used by the Contractor in any way, manner or form. 32. Venue Any and all legal actions arising from or necessary to enforce this PO will be held in a State court of competent jurisdiction in Palm Beach County. 33. Public Records Any information submitted relating to this PO will become a public document pursuant to Section 119.07, Florida Statutes. 34. Right to Audit The County shall have the right to audit for five (5) years after Final Payment or resolution of all claims Contractor s and its subcontractors books, records, documents. 35. Inspector General The County has established the Office of the Inspector General, Ordinance R2009-049, as may be amended. The Inspector General s authority includes but is not limited to the power to review past, present and proposed County contracts, transactions, accounts and records, to require the production of records, and audit, investigate, monitor, and inspect the activities of the contractor, its officers, agents, employees, and lobbyists in order to ensure compliance with contract specifications and detect corruption and fraud. All contractors and parties doing business with the County and receiving County funds shall fully cooperate with the Inspector General including receiving access to records relating to Quotes or any resulting contracts. END OF SECTION PROJECT NO. «Proj_Num» PO - 6