FLORIDA DEPARTMENT LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form

Similar documents
STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

State of Florida Department of Transportation

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

State of Florida Department of Transportation

INVITATION TO BID U Directional Boring Utility Department

Glenwood/Bell Street Well Pump and Piping Construction

INVITATION TO BID (ITB)

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

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

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

CITY OF TITUSVILLE, FLORIDA

FLORIDA DEPARTMENT OF TRANSPORTATION

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

INVITATION TO NEGOTIATE FLORIDA'S TURNPIKE ENTERPRISE BUSINESS DEVELOPMENT, MARKETING, CUSTOMER SERVICE AND PUBLIC RELATIONS SERVICES

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida,

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

State of Florida Department of Transportation

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

FLORIDA DEPARTMENT OF TRANSPORTATION

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

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

STATE OF FLORIDA DEPARTMENT OF HIGHWAY SAFETY AND MOTOR VEHICLES BID LIST REGISTRATION

HVAC WATER TREATMENT SERVICES

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida

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

State of Florida Department of Transportation Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida

STATE OF FLORIDA DEPARTMENT OF HIGHWAY SAFETY AND MOTOR VEHICLES BID LIST REGISTRATION

State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida

State of Florida Department of Transportation District Six Procurement Office 1000 Northwest 111 Avenue, Room 6202-B Miami, Florida 33172

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

INVITATION TO BID (ITB) FOR HOTEL ACCOMMODATIONS FOR THE 2018 STATEWIDE CONFERENCE FDC ITB RELEASED ON February 22, 2018

State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida

COMPLETE AND RETURN THIS FORM

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

The undersigned attest to the following: Authorized Signature (Manual): FWC 16/17-99, Page 1 of 49

FLORIDA DEPARTMENT OF TRANSPORTATION

State of Florida Department of Financial Services

REQUEST FOR PROPOSAL REGISTRATION

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

State of Florida Department of Transportation District Three, Procurement Services 1074 Highway 90 Chipley, Florida 32428

INVITATION TO NEGOTIATE REGISTRATION

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

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

TITLE: FRANKLIN COUNTY WATERWAY MARKER PROJECT REQUEST FOR FORMAL WRITTEN QUOTATION FWC 17/18-41C

State of Florida Department of State REQUEST FOR PROPOSALS FOR

State of Florida Department of Transportation District One Procurement Office 801 North Broadway Avenue Bartow, FL 33830

State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida

EXHIBIT 1. PROJECT NAME & LOCATION: Brooksville National Guard Armory Renovation, Spring Hill Drive, Brooksville, Florida

FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION REQUEST FOR PROPOSAL FWC 14/15-80 LAW ENFORCEMENT PHYSICAL ABILITIES ASSESSMENT

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

FLORIDA DEPARTMENT OF LAW ENFORCEMENT Request for Proposal Acknowledgement Form

State of Florida. Division of Emergency Management

Name of Business: Contact Person Name: Business Address: City: State: Zip code: Phone: Fax:

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

FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION REQUEST FOR PROPOSAL FWC 14/15-08

FLORIDA DEPARTMENT OF TRANSPORTATION

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

December 5, 2013 Page 1 of 24

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

FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION REQUEST FOR PROPOSAL FWC 14/15-02 BLUE CRAB TRAP RETRIEVAL PROGRAM

FLORIDA DEPARTMENT OF HEALTH (DOH) DOH INVITATION TO BID (ITB) FOR AUDIOVISUAL SERVICES

STATE OF FLORIDA DEPARTMENT OF EDUCATION. Request for Proposal. Intent To Submit Proposal

State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida

INVITATION TO BID (ITB) FOR DEODORANT BAR SOAP FDC ITB RELEASED ON March 13, 2017

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

FLORIDA DEPARTMENT OF TRANSPORTATION

STATE OF FLORIDA DEPARTMENT OF HIGHWAY SAFETY AND MOTOR VEHICLES BID LIST REGISTRATION

Request for Proposal

FLORIDA DEPARTMENT OF TRANSPORTATION

INVITATION TO BID Solicitation Acknowledgement Form

District Five Intelligent Transportation System (ITS) Software Integration and Maintenance Services

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

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

State of Florida Department of Transportation

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC)

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID. No. 17/18-009EO

June 11, 2014 Page 1 of 45

INVITATION TO BID-R Frieda Zamba Pool Renovations

INVITATION TO QUOTE & ACKNOWLEDGEMENT

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

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

INVITATION TO BID (ITB) FOR MEDICAL SUPPLIES FDC ITB RELEASED ON December 18, 2017

CERTIFICATION OF CONTRACT

TITLE: GUANA RIVER WILDLIFE MANAGEMENT AREA POLE BARNS REQUEST FOR FORMAL WRITTEN QUOTATION FWC 15/16-118

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 09/ LAM APPROVED REAL ESTATE BROKERS. Table of Contents

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

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

EXHIBIT 1 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS BY THE

University Contract for Air Travel Charter Services for Football Team 2007 Football Season

STATE OF FLORIDA DEPARTMENT OF MILITARY AFFAIRS DMA-ITB-210 BID LIST REGISTRATION

Telephone: Fax: Internet Address:

FLORIDA DEPARTMENT OF LAW ENFORCEMENT INVITATION TO NEGOTIATE Acknowledgement Form

State of Florida Department of Financial Services. Request for Proposals (RFP) Number: RFP UP Auctioneer Services

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:

* Authorized Representative s Signature. * Typed Name and Title of Authorized Representative

Cover Sheet. State of Florida Department of State. Invitation to Bid

Telephone: ( ) Fax Number: ( ). Internet Address:

State of Florida Department of Transportation

Transcription:

FLORIDA DEPARTMENT LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form Page 1 of 19 pages Agency Release Date: April 28, 2015 SUBMIT REPLY TO: Department of Law Enforcement Office of General Services 2331 Phillips Road Tallahassee, Florida 32308 Telephone Number: 850-410-7300 Solicitation Title: RADIO TOWER REMOVAL Solicitation Number: FDLE ITB 1517 Bids are Due: May 29, 2015 @ 3:00 PM EST Responses shall be binding until execution of a Contract with the successful Bidder. Bidder Name: If a Fictitious Name is used include registered name (i.e. XYZ, Inc. D/B/A ABC) Bidder Mailing Address: *Authorized Signature (Manual) City, State, Zip: Phone Number: Toll Free Number: Fax Number: Email Address: *Authorized Signature (Typed), Title *This individual must have the authority to legally bind the Bidder to a contractual obligation. By submission of a signature on the response, Bidder certifies that they comply with all terms and conditions contained herein. FEID Number: Type of Business Entity (Corporation, LLC, partnership, etc.): BIDDER CONTACTS: Provide the name, title, address, telephone number, and email address of the official contact and an alternate, if available. These individuals shall be available to be contacted by telephone or attend meetings as may be appropriate regarding the solicitation schedule. PRIMARY CONTACT: Contact Name, Title: Address: Phone Number: Fax Number: Email Address: SECONDARY CONTACT: Contact Name, Title: Address: Phone Number: Fax Number: Email Address: Page 1 of 19

SOLICITATION INTRODUCTION The 10 Most Critical Things to Keep in Mind When Responding to a Solicitation for the Florida Department of Law Enforcement 1. Read the entire document. Note critical items such as: mandatory requirements; sample(s) required; supplies/services required; submittal dates; number of copies required for submittal; funding amount and source; contract requirements (i.e., contract performance security, insurance requirements, performance and/or reporting requirements, etc.). 2. Note the Procurement Officer's name, address, phone numbers and e-mail address. This is the only person you are allowed to communicate with regarding the Solicitation and is an excellent source of information for any questions you may have. 3. Attend the pre-bid conference. 4. Take advantage of the question and answer period. Submit your questions to the Procurement Officer by the due date listed in the Solicitation Timeline and view the answers given in the formal addenda issued for the Solicitation. All addenda issued for a Solicitation are posted on the Vendor Bid System (VBS) website (http://vbs.dms.state.fl.us/vbs/search.criteria_form) and will include all questions asked and answered concerning the Solicitation. 5. Follow the format required in the Solicitation when preparing your Bid. Provide point-bypoint response to the required sections in a clear and concise manner. 6. Provide complete answers/descriptions. Read and answer all questions and requirements. The Bids are evaluated based solely on the information and materials provided in the vendor Bid response. 7. Check the VBS website for Solicitation addenda. Before submitting your Bid, check the VBS website to see whether any addenda were issued for the Solicitation. Some addenda require that you sign and return them with the Bid. 8. Review and read the Solicitation document again to make sure that you have addressed all requirements. Your original Bid and the requested copies must be identical and be complete. 9. Submit your Proposal on time. Note all the dates and times listed in the Solicitation Timeline and within the document, and be sure to submit all required items on time. Faxed, emailed or late proposal Proposals are never considered. Page 2 of 19

SECTION 1 INTRODUCTORY AND GENERAL INFORMATION 1.0 INTRODUCTION The State of Florida s Department of Law Enforcement, hereinafter called the FDLE, Department, Customer, Agency or Purchaser intends to obtain competitive sealed bids for removal of one (1) Radio Tower located on the grounds of FDLE Headquarters at 2331 Phillips Road, Tallahassee, Florida 32308. 1.1 GENERAL CONTRACT CONDITIONS (PUR 1000) http://dms.myflorida.com/index.php/content/download/2933/11777/version/6/file/1000.pdf The State of Florida General Terms and Conditions (PUR 1000) are hereby referenced and incorporated in their entirety into this Invitation to Bid (ITB). This is a downloadable document. Please download and save this document to your computer for further review. Potential Bidders are encouraged to carefully review all materials contained herein and prepare responses accordingly. There is no need to return this document to FDLE. 1.2 GENERAL INSTRUCTIONS TO BIDDERS (PUR 1001) http://dms.myflorida.com/index.php/content/download/2934/11780/version/6/file/1001.pdf The State of Florida General Instructions to Bidders (PUR 1001) are hereby referenced and incorporated in their entirety into this ITB. This is a downloadable document. Please download and save this document to your computer for further review. Potential Bidders are encouraged to carefully review all materials contained herein and prepare responses accordingly. There is no need to return this document to FDLE. 1.3 TERMS AND CONDITIONS The FDLE objects to and shall not consider any additional terms or conditions submitted by a Bidder, including any appearing in documents attached as part of a Bidder s response. In submitting its response, a Bidder agrees that any additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. Failure to comply with terms and conditions of this ITB, including those specifying information that must be submitted with a Bid response, may be grounds for rejecting a Bidder s response. This ITB and resulting purchase order contains all the terms and conditions agreed upon by the parties. No oral agreements or representations shall be valid or binding upon FDLE or the Bidder unless expressly contained herein or by a written amendment or addendum to this ITB. 1.4 PROCUREMENT OFFICER The Procurement Officer, acting on the behalf of the Department, is the sole point of contact outside of official conferences and meetings, with regard to all procurement Page 3 of 19

matters relating to this solicitation, from the date of release of the solicitation until the Department s Notice of Intended Award or Decision is posted. All questions and requests for clarification outside the above referenced meetings are to be directed to: Bill Spencer Florida Department of Law Enforcement Office of General Services 2331 Phillips Road Tallahassee, Florida 32308 Telephone: (850) 410-7318 Email: billspencer@fdle.state.fl.us Florida Statute Section 287.057(23) requires that responding Bidders to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response. Any questions arising from this solicitation must be forwarded, in writing, to the Procurement Officer identified above. The Department s written response to those inquires will be posted in accordance with Section 1.5, Calendar of Events, on the Florida Vendor Bid System at http://vbs.dms.state.fl.us/vbs/search.criteria_form under the above referenced solicitation number. It is the responsibility of all potential Bidders to monitor this site for any changing information prior to submitting their bid. NOTE: FAILURE TO INCLUDE ANY INFORMATION OR DOCUMENTATION REQUESTED WITHIN THIS ITB MAY LEAD TO REJECTION OF THE ITB FOR NON- RESPONSIVENESS. IF YOU ARE UNSURE OF THE REQUIRED INFORMATION OR DOCUMENTATION, ASK FDLE. DO NOT MAKE ASSUMPTIONS. Page 4 of 19

1.5 CALENDAR OF EVENTS The following time schedule will be strictly adhered to in all actions relative to this solicitation, unless modified by the Department by written addendum to this solicitation. ACTIVITY DATE/TIME LOCATION Solicitation Issued by the Department Mandatory Pre-Bid Conference Deadline for Receipt of Written Inquiries Anticipated Date for Department Response to Written Inquiries Bids Due to the Department Public Opening and Announcement of Bids Received Anticipated Posting of Notice of Intent to Award April 28, 2015 May 12, 2015 10:30 AM EST May 15, 2015 4:00 PM EST May 20, 2015 May 29, 2015 3:00 PM EST June 2, 2015 Electronically Posted on DMS Vendor Bid System http://myflorida.com/apps/vbs/vbs_www.main_menu Florida Department of Law Enforcement Headquarters Building, 2331 Phillips Road Tallahassee, Florida 32308 Florida Department of Law Enforcement Office of General Services 2331 Phillips Road Tallahassee, Florida 32308 billspencer@fdle.state.fl.us Electronically Posted on Vendor Bid System http://myflorida.com/apps/vbs/vbs_www.main_menu Florida Department of Law Enforcement Office of General Services 2331 Phillips Road Tallahassee, Florida 32308 Electronically Posted on Vendor Bid System http://myflorida.com/apps/vbs/vbs_www.main_menu 1.6 SITE VISIT / PRE-BID CONFERENCE A mandatory site visit / pre-bid conference will be held at the date, time and location indicated in the Calendar of Events. A tour of the radio tower and construction area will be provided at this time. Bidders are instructed to check in at the front desk of FDLE Headquarters at least ten (10) minutes prior to the scheduled site visit. Attendance is mandatory and will be a prerequisite for the Department s acceptance of a bid response. Page 5 of 19

SECTION 2 - SPECIAL CONDITIONS 2.0 ADDITIONAL REQUIREMENTS FDLEs Bid requirements and special conditions modifies and shall take precedence over the State of Florida Form PUR 1001, General Instructions to Bidders. The Florida Department of Law Enforcement currently does not utilize the State of Florida's MyFloridaMarketPlace (MFMP) e-procurement system for competitive solicitations such as this ITB. Bidders are to manually submit their responses to this ITB to FDLE. Specific references to MFMP usage for this ITB stated in paragraphs 3 and 5 of the State of Florida Form PUR 1001, General Instructions to Bidders, are not applicable. 2.1 MYFLORIDAMARKETPLACE (MFMP) REGISTRATION Each vendor desiring to sell commodities or contractual services as defined in Section 287.012, F.S., to the State of Florida through the on-line procurement system is prequalified to do so and shall register in the MFMP system, unless exempted under subsection 60A-1.030(3), F.A.C. Information about the registration process is available, and registration may be completed, at the MFMP website (link under Business on the State portal at www.myflorida.com). Interested persons lacking internet access may request assistance from the MyFloridaMarketPlace Customer Service at (866) FLA- EPRO (866/ 352-3776) or from State Purchasing, 4050 Esplanade Drive, Suite 300, Tallahassee, Florida 32399. A vendor not currently registered in the MFMP system shall do so within 5 days after posting of intent to award. 2.2 UNAUTHORIZED ALIENS The employment of unauthorized aliens by any vendor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the vendor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the bid. 2.3 E-VERIFY The successful Bidder is required to utilize the U.S. Department of Homeland Security s E-Verify system to verify the employment eligibility of all persons employed during the work term by the vendor to perform employment duties within Florida and all persons (including subcontractors) assigned by the vendor to perform work pursuant to the bid with the Department. Refer to http://www.uscis.gov/e-verify for more information. 2.4 MANDATORY REQUIREMENTS The Department has established certain requirements with respect to bids to be submitted by Bidders. The use of "shall", "must" or "will" (except to indicate simple Page 6 of 19

futurity) in this Invitation to Bid (ITB) indicates a requirement or condition from which a material deviation may not be waived by the Department. A deviation is material if, in the Department s sole discretion, the deficient response is not in substantial accord with the ITB requirements, provides an advantage to one Bidder over other Bidders, has a potentially significant effect on the quantity or quality of items bid, or on the cost to the Department. Material deviations cannot be waived. The words "should" or "may" in this ITB indicate desirable attributes or conditions, but are permissive in nature. Deviation from, or omission of, such a desirable feature, will not in itself cause rejection of a bid. 2.5 HEADING AND SECTION REFERENCES Section headings in this ITB are inserted only for convenience and are not to be construed as a limitation of the scope of the particular section to which the heading refers. 2.6 NON-DISCRIMINATION In the performance of such services, the Bidder agrees not to discriminate against any employee or applicant for employment on grounds of race, creed, color, sex, age, national origin or disability. 2.7 FLORIDA DEPARTMENT OF FINANCIAL SERVICES (DFS) W-9 INITIATIVE The Florida Department of Financial Services (DFS) requires all vendors that conduct business with the state to submit an electronic Substitute Form W-9. Vendors must submit their W-9 forms electronically at https://flvendor.myfloridacfo.com to receive payments from the state. Contact the DFS Customer Service Desk at (850) 413-5519 or FLW9@myfloridacfo.com with any questions. 2.8 SOLICITATION INFORMATION All questions or request for clarification pertaining to this ITB should be addressed in writing to the Procurement Officer identified in section 1.4. It will be the responsibility of each Bidder to submit any questions prior to the ITB receipt opening. Questions or requests for clarification concerning the specifications or solicitation procedures as written must be submitted to the Department in accordance with the Calendar of Events. The written interpretation of the appropriate representative of the Florida Department of Law Enforcement shall prevail. 2.9 ADDENDA The FDLE reserves the right to modify this ITB. All addenda to this ITB will be in writing with content and number of pages described to all Bidders. Any addenda or answers to written questions supplied by the FDLE to participating Bidders may include an Addenda Acknowledgement Form. This form shall be signed by an authorized representative of the Bidder s organization. Page 7 of 19

All addenda will be provided via the Department of Management Services Vendor Bid System (VBS) at website: http://myflorida.com/apps/vbs/vbs_www.main_menu It is the sole responsibility of the Bidder to monitor the VBS for any addenda issued in reference to this ITB. 2.10 BIDDER INQUIRIES The Bidder will examine the ITB to determine if the State's requirements are clearly stated. If there are requirements which restrict competition, Bidders may request specification changes. Requests must identify and describe the difficulty meeting specifications, provide detailed justification, and provide the recommended changes. Change requests or protests of the specifications must be received by the State no later than the 72 hour protest period. The State will determine what, if any, changes to the ITB will be acceptable. If required, the State will issue an addendum reflecting the acceptable changes. Written interpretations of the appropriate representative of FDLE will prevail. While oral responses will be given in good faith and are intended to be accurate, the Department is not bound by any non-written interpretation or guidance offered to the Bidders. FDLEs responses to questions will be compiled into a single written document and posted on the Vendor Bid System (VBS). 2.11 POSTING OF TABULATIONS Solicitation tabulations will be posted electronically as Agency Decisions on the Department of Management Services Vendor Bid System at website: http://myflorida.com/apps/vbs/vbs_www.main_menu as a Public Notice. The Agency Decisions may be viewed and will remain posted for a period of 72 hours. Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. 2.12 DISCUSSIONS No negotiations, decisions or actions shall be initiated or executed by the Bidder as a result of any discussions with any state employee prior to opening of solicitation. Prior to opening of solicitation, Bidders are not to divulge bid price to any employee or representative of the State. Further, bids submitted to the Department will remain unopened until the time for opening bids at the Department s Office of General Services. During this period, any discussion by the Bidder with any employee or authorized representative of the Department involving price information will result in rejection of said Bidder s response. Only those communications which are in writing or electronically submitted from the FDLEs Office of General Services may be considered as a duly authorized expression on behalf of the FDLE. Also, only communications from Bidders, which are in writing and signed or electronically submitted, will be recognized by the FDLE as duly authorized expressions on behalf of the Bidder. Page 8 of 19

2.13 IDENTICAL TIE BIDS When evaluating Bidder responses to solicitations where there is identical pricing or scoring from multiple Bidders, the Department shall determine the order of award in accordance with Rule 60A-1.011 FAC. 2.14 CERTIFICATION OF A DRUG-FREE WORKPLACE In the event of a tie bid, preference must be given to Bidders submitting a certification with their response to this ITB certifying they have a drug-free workplace in accordance with Section 287.087, Florida Statutes. (Attachment B). 2.15 LICENSURE The Bidder shall provide in the Bid response, a copy of General Contractor licensure issued by the Florida Construction Industries Licensing Board, and any other applicable licensure, as required by law. General Contractor, is defined in section 489.105(a) Florida Statutes. 2.16 SOLICITATION REQUIREMENTS The following requirements must be met by the Bidder in order for the bid to be considered responsive to this solicitation; however, this is not an exhaustive list of mandatory requirements. Timely Bids that do not meet all the mandatory requirements of this solicitation, including providing all required information, documents or materials, will be rejected as non-responsive. A. Two (2) hardcopies of the completed FDLE ITB 1517 Acknowledgement Form B. Attachment A Two (2) hardcopies of the completed Price Sheet C. Attachment C List of Subcontractors D. A copy of the General Contractor and any other applicable trade licenses E. Any applicable Bid Addenda 2.17 LEGAL REQUIREMENTS Applicable provisions of all Federal, State, County and local laws and administrative procedures, regulations, or rules shall govern the development, submittal, and evaluation of all bids received in response hereto and shall govern any and all claims and disputes which may arise between Bidder s submitting a bid hereto and the Department. Lack of knowledge of the law or applicable administrative procedures, regulations or rules by any Bidder shall not constitute a cognizable defense against their effect. Page 9 of 19

2.18 ACCESSIBILITY FOR DISABLED PERSONS Any person with a qualified disability shall not be denied equal access and effective communication regarding any ITB documents or the attendance at any related meeting or ITB opening. If accommodations are needed because of a disability, please contact the FDLE Office of General Services at (850) 410-7300. 2.19 CONTRACTUAL MANDATORY A Bidder s response to this ITB shall be considered as the Bidder s formal offer. The issuance of Purchase Order(s) for the authorization to begin services shall constitute the Department's written acceptance of the successful bid and the Purchase Order(s) will be forwarded to the successful Bidder. 2.20 FIRM RESPONSE FDLE may make an award within sixty (60) days after the date of the opening, during which period Bidder responses shall remain firm and shall not be withdrawn. If award is not made within sixty (60) days, the Bid shall remain firm until either FDLE issues a Purchase Order or FDLE receives from the Bidder written notice that the Bid is withdrawn. Any response that expresses a shorter duration may, in FDLE s sole discretion, be accepted or rejected. 2.21 CONTRACTOR S PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE The awarded Bidder shall take out and maintain during the life of this agreement Comprehensive General Liability and Comprehensive Automobile Liability insurance that will protect the Bidder from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this agreement whether such operations are by the Bidder or by anyone directly or indirectly employed by the Bidder, and the amount of such insurance shall be the minimum limits as follows: A. Contractor s Comprehensive General Liability Coverage, Bodily Injury & Property Damage: $100,000.00 Each Occurrence, Combined Single Limit. B. Automobile Liability Coverage, Bodily Injury & Property Damage: $50,000.00 Each Occurrence, Combined Single Limit Insuring clause for both Bodily Injury & Property Damage shall be amended to provide coverage on an occurrence basis. The awarded Bidder shall provide all required Certificates of Insurance to the FDLE Procurement Officer prior to the issuance of a Purchase Order. All Certificates of Insurances shall reflect that the certificate holder is: State of Florida, Department of Law Enforcement 2331 Phillips Road Tallahassee, Florida 32308 Page 10 of 19

2.22 WORKERS COMPENSATION INSURANCE The awarded Bidder shall maintain, during the life of the agreement, Workers Compensation Insurance for all of its employees connected with this agreement. Such insurance shall comply fully with Florida Workers Compensation Laws. In cases any class of employee engaged in hazardous work under the agreement is protected under the Workers Compensation statute, the awarded Bidder shall provide adequate insurance, satisfactory to FDLE, for the protection of its employees not otherwise protected. 2.23 CONTRACTORS AND SUBCONTRACTORS Contractors will be allowed to subcontract for any of the services to be provided through the resulting Contract; however, Contractor must obtain FDLE s prior written approval. Contractor will be the prime service provider and shall be responsible for all work performed and all Contract deliverables. Therefore, the proposed use of subcontracts should be included in the Vendor s Bid. Requests for use of subcontractors received subsequent to the ITB process are subject to review and approval by FDLE. FDLE supports diversity in its procurement program and requests that any or all subcontracting opportunities afforded by this Contract embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State of Florida. Prospective contractors can contact the Office of Supplier Diversity at 850-487-0915 for information on minority vendors who may be considered for subcontracting opportunities. 2.24 LOST DEDUCTIBLE CLAUSE The Department shall be exempt from, and in no way liable for, any sums of money, which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the contractor providing such insurance. Page 11 of 19

SECTION 3 - SPECIFICATIONS 3.0 STATEMENT OF PURPOSE The Department requests competitive sealed bids for the dismantling and removal of one (1) one hundred fifty foot (150 ) Radio Tower located on the grounds of FDLE Headquarters in Tallahassee, Florida. The awarded Bidder will provide all equipment, labor, materials, permits and/or licensing requirements necessary to complete this project. 3.1 SPECIFICATIONS The awarded Bidder (Contactor) shall be responsible for dismantling and removal of the one hundred fifty foot (150 ) tall Radio Tower and related equipment to include the following services: 1) Dismantling: The radio tower and all related tower pieces and parts including anchors, fencing, fence poles, bollards, concrete bases, concrete posts, wires, cables, and antennas shall be dismantled and removed to no less than twelve (12) inches below ground level. The Contractor will be held liable for any damages that occur during the dismantling process to any surrounding structures or property. 2) Removal: All radio tower components and related tower pieces and parts including anchors, fencing, fence poles, bollards, concrete bases, concrete posts, wires, cables, and antennas shall be immediately removed from the grounds of FDLE Headquarters by the Contractor and hauled to a dump, landfill, or scrapyard (as appropriate) for disposal. All tower materials must be scrapped or recycled. The Contractor is prohibited from reusing any radio tower material and shall render it useless from its original intent. 3) Site restoration: Once all radio tower components and related tower pieces and parts including anchors, fencing, fence poles, bollards, concrete bases, concrete posts, wires, cables, and antennas are removed from the FDLE Headquarters grounds including removal of all items to no less than twelve (12) inches below ground level then the tower site and grounds shall be restored by the Contractor to match surrounding ground conditions and level including sod of same type, concrete, and asphalt. All cut wires and cable outlets will be capped by Contractor excluding cables and wires for building security (will be identified prior to commencement of work). 3.2 WORK PLAN SCHEDULE OF EVENTS Upon receipt of a Purchase Order, the Contractor shall submit a detailed work plan to the Department for approval prior to any services performed. The work plan shall include, but not be limited to, a detailed schedule of events describing each phase of removal and disposal, including a project timeline. In addition, the Contractor shall submit a work area usage plan illustrating how equipment and storage will be located and utilized. Page 12 of 19

The Contractor must complete all removal efforts during FDLE non-business hours, such as weekends (Saturday and Sunday) or state holidays, provided the removal site remains safe with proper lighting as required. Equipment shall not be stored on-site during regular business hours. 3.3 DISCONNECTION OF POWER The Contractor shall terminate the electrical power supplied to tower and for safety or other considerations may also disconnect the power leading to the FDLE Building. The Contractor is responsible for contacting the appropriate electric provider and to ensure all electric services have been terminated. Once disconnected, the electrical services must be disconnected / reconnected in accordance with National Electric Code and safety requirements of permitting authority. 3.4 PERMITTING & COMPLIANCE All permits and licenses required for this agreement must be obtained by the Contractor and maintained for the duration of the agreement to include County, Federal and State requirements. Additionally, the Contractor shall comply with all County, State and Federal laws, codes and regulations, during the dismantling and removal of tower as well as the dumping and recycling process. No work shall commence until the Contractor has obtained and posted permits at the work site. 3.5 BACKGROUND SCREENING All Contractor employees and sub-contractors working on site must pass a favorable background check and receive clearance from FDLE before any work can commence. The Contractor will have five (5) days from receipt of the Purchase Order to return all required information and background forms to FDLE. The background screening may take approximately two (2) weeks to complete. 3.6 FINANCIAL CONSEQUENCES FOR BIDDER S FAILURE TO PERFORM If the Contractor fails to meet the minimum level of service or performance identified in this agreement, or is customary for the industry, then the Department will apply financial consequences commensurate with the deficiency. Financial consequences may include, but are not limited to, withholding payments until the deficiency is cured; tendering only partial payments; and termination of the agreement. Any payment made in reliance on the Contractor s evidence of performance, which evidence is subsequently determined to be erroneous, will be immediately due to the Department as an overpayment. 3.7 DAMAGES TO STATE PROPERTY The Contractor will be held liable for damages to personal or state property as a result of Contractor or sub-contractor errors. Any damages to state property caused by the Contractor during any phase of this awarded agreement shall be the responsibility of the Contractor. Page 13 of 19

SECTION 4 - INVOICING AND PAYMENT 4.0 INVOICING AND PAYMENT Upon completion of the project and acceptance by FDLEs Project Manager, the Contractor may submit an itemized invoice for payment. To comply with Section 287.058(1)(a), Florida Statutes, invoices must, at a minimum, include the following information: Contractor Name and remit to address Contractor billing contact phone number and/or email address Contractor FEID number Purchase Order Number Month/Year billing date Deliverable with description Payment amount due The State of Florida cannot make deposits or pay for goods and/or services in advance unless approved under rules issued by the Comptroller of Florida. Therefore, payments by the Department covering goods and/or services will be due and payable within forty (40) days after the receipt of a proper invoice and actual receipt of goods and/or services per Section 215.422(b), Florida Statutes. The Department is not authorized to pay to vendor any deposit for services to be rendered or equipment to be purchased in the future. Contractor invoices for services shall reference a valid Purchase Order number and be submitted to: Florida Department of Law Enforcement Office of Financial Management P.O. Box 1489 Tallahassee, Florida 32302 Email: fdleaccountspayable@fdle.state.fl.us Page 14 of 19

SECTION 5 - BID FORMAT INSTRUCTIONS 5.0 ITB PACKAGING AND SUBMISSION REQUIREMENTS Bidders must submit TWO (2) copies of the printed Bid documents, one of which must contain an original signature of an authorized representative who can legally bind the Bidder to a contractual obligation. Original and copy Bid documents may be submitted in the same sealed container. Price submissions must be provided in the format specified on the Price Sheet (Attachment A). The ITB package must be clearly marked RADIO TOWER REMOVAL and addressed as follows: Attention: Bill Spencer Office of General Services 2331 Phillips Road Tallahassee, FL 32308 Responding Vendor Name Solicitation Number: FDLE ITB 1517 Title: Radio Tower Removal Bid Opening: May 29, 2015 / 3:00 PM ET NOTE: If ITB package is not addressed as required above, FDLE cannot assure its timely delivery. FAILURE TO INCLUDE ANY INFORMATION OR DOCUMENTATION REQUESTED WITHIN THIS ITB MAY LEAD TO REJECTION OF THE BID FOR NON- RESPONSIVENESS. IF YOU ARE UNSURE OF THE REQUIRED INFORMATION OR DOCUMENTATION, CONTACT THE PROCUREMENT OFFICER. DO NOT MAKE ASSUMPTIONS. 5.1 BID PRICE SHEET The Bidder must submit pricing on ATTACHMENT A PRICE SHEET. Vendor generated price sheets will not be accepted. Bids which do not meet the requirements specified in the ITB will not be considered for selection. No remuneration is available to the Bidder beyond the price Bid for this solicitation. Prices agreed to in the agreement will be firm and remain constant throughout the life of the agreement. Bidders will be strictly held to the prices of their Bid. The contents of this ITB and the vendor Bid submission will become contractual obligations, if an agreement ensues. 5.2 BASIS OF AWARD Award shall be made to the responsive and responsible Bidder meeting all of the requirements as specified in this Invitation to Bid at the lowest Bid price. Page 15 of 19

ATTACHMENT A PRICE SHEET Florida Department of Law Enforcement INVITATION TO BID 1517 RADIO TOWER REMOVAL SERVICES BID PRICE $ BASIS OF AWARD: The award shall be made to the responsive and responsible Bidder meeting all of the requirements as specified in this Invitation to Bid at the lowest Bid price. BY AFFIXING MY SIGNATURE, I HEREBY STATE THAT I HAVE READ ALL THE BID TERMS, CONDITIONS, AND SPECIFICATIONS; AGREE TO ALL TERMS, CONDITIONS, PROVISIONS, AND SPECIFICATIONS; AND I CERTIFY THAT I WILL PROVIDE ALL SERVICES AS SPECIFIED IN THIS INVITATION TO BID. AUTHORIZED REPRESENTATIVE: NAME AND TITLE: COMPANY: (Signature) (Print) ADDRESS: CITY, STATE AND ZIP: PHONE: E-MAIL ADDRESS: FEDERAL EMPLOYER IDENTIFICATION NUMBER: Page 16 of 19

ATTACHMENT B DRUG FREE WORKPLACE CERTIFICATE IDENTICAL TIE BIDS - Preference will be given to businesses with drug free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and services are received by the State or by any political subdivision for the procurement of commodities, a bid received from a business that certifies that it has implemented a drug-free workplace program will be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied Bidders have a drug-free workplace program. In order to have a drug-free workplace program, a business must: 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, business s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties, that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities that are under submission 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 that are under submission, 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, Florida Statutes or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than (5) five 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. Bidder s Signature Name (typed or printed) Title Date Page 17 of 19

ATTACHMENT C ITB CHECKLIST Each Vendor shall submit with its Bid a list of the subcontractors who will perform work under the contract(s) that result from this solicitation. The Vendor shall have determined to its own complete satisfaction that a listed subcontractor is capable to perform services as required. PLEASE INDICATE IF NO SUBCONTRACTORS WILL BE USED: Subcontractor Name: Subcontractor Name: Business Type: Business Type: Address: Address: City and Zip: City and Zip: Phone # Phone # Licenses # Licenses # Subcontractor Name: Subcontractor Name: Business Type: Business Type: Address: Address: City and Zip: City and Zip: Phone # Phone # Licenses # Licenses # *Authorized Representative s Signature *Typed Name and Title of Authorized Representative *This individual must have the authority to bind the Proposing Vendor. Page 18 of 19

ATTACHMENT D ITB CHECKLIST For your convenience, we offer the following checklist of items that must be returned by the response deadline listed in the ITB timeline. FAILURE TO INCLUDE ANY INFORMATION OR DOCUMENTATION REQUESTED WITHIN THIS CHECKLIST MAY LEAD TO REJECTION OF THE BID FOR NON-RESPONSIVENESS. 1. Two (2) hard copies of the completed FDLE ITB 1517 Acknowledgement Form, one with original authorized signature. 2. Two (2) hard copies of the Price Sheet (Attachment A), one with original authorized signature. 3. Completed Drug Free Workplace Certificate (Attachment B). 4. Evidence of General Contractors License. 5. List of Subcontractors (Attachment C). 6. Any applicable Bid Addenda with authorized signature. Page 19 of 19