Dedicated to Excellence... People Serving People

Similar documents
Dedicated to Excellence... People Serving People

BUILDING SERVICES AGREEMENT

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

INVITATION TO BID U Directional Boring Utility Department

Town of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ

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

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

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

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION

INVITATION TO BID-R Frieda Zamba Pool Renovations

SUBCONTRACTOR PRE-QUALIFICATION STATEMENT

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

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS

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

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

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

REQUEST FOR PROPOSALS FOR $3,700,000 LINE OF CREDIT NON-REVOLVING TAX-EXEMPT NON-BANK QUALIFIED SPECIAL ASSESSMENTS PROGRAM PROJECT #: LOC-1501

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

INVITATION FOR BID PAINTING SERVICES PALATKA HOUSING AUTHORITY

Return responses no later than. FRIDAY, SEPTEMBER 29, 2017 by 2:00 PM (EST)

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

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

REQUEST FOR QUALIFICATIONS ECONOMIC DEVELOPMENT STRATEGY

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

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

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

INVITATION TO BID (ITB)

ROCHESTER SCHOOLS MODERNIZATION PROJECT PHASE 2b School Without Walls Commencement Academy INSURANCE REQUIREMENTS

Required Insurance Language for PRF Construction Contracts

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A

State College of Florida, Manatee-Sarasota. Request for Qualifications

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

Proposal No:

Champaign Park District: Request for Bids for Playground Surfacing Mulch

I SIGNED THAT? SCARY STORIES & SOLUTIONS

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

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

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

OREGON STATE UNIVERSITY

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

SUBCONTRACT CONSTRUCTION AGREEMENT

OFFICIAL BID FORM & BID DOCUMENTS

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

Request for Proposals. The Town of Ogden is accepting Proposals for the following:

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

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # UTILITIES

INVITATION TO BID ISSUE DATE: Nov. 17, 2015

INVITATION TO BID. Polaris Gem Cars January 29, 2019

INVITATION TO BID VEHICLE MAINTENANCE AND REPAIRS FOR COUNTY EMS AND FLEET VEHICLES BID #

BIDDING AND CONTRACT DOCUMENTS ITB

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i

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

Sample. Sub-Contractor Insurance & Indemnification Agreement

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

3B 72) 1.0 INTRODUCTION

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # Enhanced Code Enforcement Officer

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

INVITATION TO BID NATURAL GAS POWERED EMERGENCY GENERATOR ITB #

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

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

FRANKLIN COUNTY EMERGENCY MANAGEMENT FRANKLIN COUNTY, FLORIDA

RFP GENERAL TERMS AND CONDITIONS

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

NEW VENDOR INFORMATION

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

EXHIBIT G. Insurance Requirements. [with CCIP]

REQUEST FOR QUOTE 18-PRW SPECIFICATIONS FOR PORTABLE RESTROOM/WASH STATION RENTAL & CLEANING SERVICES FOR THE JACKSONVILLE PORT AUTHORITY

INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 23, 2018

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

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

W I T N E S S E T H:

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

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

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

SOLICITATION FOR CONTINUING SERVICES CS # Lot Clearing-Code Enforcement

Glenwood/Bell Street Well Pump and Piping Construction

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

CONTRACTOR PRE-QUALIFICATION APPLICATION FORM

INVITATION TO BID (ITB)

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

CITY OF TACOMA Water Supply

Invitation To Bid B15/9886

ICSC CENTERBUILD CONFERENCE DECEMBER 2-5, 1998 ARIZONA BILTMORE PHOENIX, ARIZONA

ARTICLE V Indemnification; Insurance

REQUEST FOR PROPOSAL INVESTMENT MONITOR/ CONSULTANT

ITB Document and updates are on the College website:

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-26

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for

Insurance Requirements

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

Invitation to Bid Network/Communication Systems Cabling, Maintenance and Supplies /2016

INVITATION TO BID ISSUE DATE: May 3, 2016

PROPOSAL LIQUID CALCIUM CHLORIDE

Transcription:

Dedicated to Excellence... People Serving People Purchasing Department 519 East 7th Street (32401) Phone 850-872-3070 Fax 850-872-3069 www.pcgov.org INVITATION FOR BIDS SPLASH PAD SURFACING The City of Panama City will accept sealed bids for one (1) Splash Pad Surfacing located at the Martin Luther King, Jr. Recreation Center at the Purchasing Office until 2:00 p.m., CDT, on Thursday, June 1, 2017. Bidder shall provide all necessary materials and manpower to install approximately 3,600 square foot of an EVA-rubber copolymer wet area surfacing system for the MLK Splash Pad. Specifications may be obtained at the Purchasing Office, 519 East 7th Street, Panama City, Florida, telephone (850) 872-3070, or our website www.pcgov.org. Submit bids in person at the Purchasing Department or via U.S. mail or courier service. Bids must be plainly marked, BID NO. PC 17-040 ~ SPLASH PAD SURFACING ~ JUNE 1, 2017. All bids must be received by 2:00 p.m., CDT, on Thursday, June 1, 2017, at which time all bids will be opened and read aloud. Please review all documents pertaining to this request before submitting requested information. The City reserves the right to reject any one or all bids, or any part of any bid, to waive any informality in any bid, and to award a contract deemed to be in the best interest of the City. CITY OF PANAMA CITY BECKY BARNES PURCHASING AGENT SPECIFICATIONS MAY 15, 2017 PAGE 1 OF 11

I. GENERAL CONDITIONS A. The purpose of this bid is to establish a firm, fixed unit price for one (1) Splash Pad Surfacing located at the Martin Luther King, Jr. Recreation Center, in accordance with the purchasing policies of the City of Panama City, Florida. Bidder shall provide all necessary materials and manpower to install approximately 3,600 square foot of an EVA-rubber copolymer wet area surfacing system for the Splash Pad. Please review all documents before submitting the requested information. B. Submit bids in person at the Purchasing Department at 519 East 7th Street, Panama City, Florida 32401, or via U. S. mail or courier service. Bids must be plainly marked, BID NO. PC 17-040 ~ SPLASH PAD SURFACING ~ JUNE 1, 2017. Only bids submitted on the Bid Sheet provided with this invitation will be considered responsive. The purchasing staff must receive all bids before 2:00 p.m., CDT, on Thursday, June 1, 2017, at which time all bids will be opened and read aloud. Bids received after the stated time will be refused. It is the sole responsibility of the bidder to ensure the bid is received on time. The clock in the Purchasing Office will determine the bid closing time. C. Submit one (1) original and one (1) copy of all documents. D. Specifications are open to public inspection and may be obtained from the Purchasing Department, 519 East 7th Street, Panama City, Florida, telephone (850) 872-3070, or our website www.pcgov.org. E. The City of Panama City (hereafter referred to as the City ) reserves the right to reject any one or all bids, or any part of any bid, to waive any informality in any bid, and to award a contract deemed to be in the best interest of the City. F. In the event a brand name is specified, that brand or an approved equivalent will be considered, unless otherwise noted. Brand names, makes, and model numbers contained herein are for reference only in regards to type, level of quality, and durability that the City will accept as a minimum. G. Bidders shall strictly adhere to all specifications described herein. Should exceptions be taken, the City s representatives will decide if the exceptions are in the best interest of the City and if those exceptions will provide for a quality product. H. Direct all questions or inquiries regarding the meaning or interpretation of this bid to Becky Barnes, in writing, at bbarnes@pcgov.org. All written inquiries and responses will be submitted as addenda and posted on the City s website. Interested parties are encouraged to register with Notify Me at the City s website to ensure notification of postings. It is the sole responsibility of the bidder to determine if any addenda have been issued. I. Respondents to this solicitation or persons acting on their behalf may not contact any employee or elected official of the City concerning any aspect of this solicitation between the release of the solicitation and the end of the 72-hour period following the City posting the notice of intended award, excluding Saturdays, Sundays, and City holidays, 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. SPECIFICATIONS MAY 15, 2017 PAGE 2 OF 11

J. The Contractor shall comply in every respect with all applicable laws, regulations, and building and construction codes of the Federal Government, the State of Florida, the County of Bay, the City of Panama City, and shall obtain all such occupational licenses and permits as shall be prescribed by law. K. Bids may be held by the City of Panama City for a period not to exceed ninety (90) days from the date of the bid opening for the purpose of reviewing the bids and investigating the qualifications of bidders, prior to awarding the contract. L. The City does not discriminate based on race, color, national origin, sex, age, disability, family, or religious status in administration of its programs, activities, or services. M. If the contractor has questions regarding the application of Chapter 119, Florida Statutes, to the Contractor s duty to provide public records relating to this contract, contact the Custodian of Public Records at (850) 872-3021; psmart@pcgov.org; or, P. O. Box 1880, Panama City, FL 32402. N. 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 Section 287.017, for category two for a period of 36 months from the date of being placed on the convicted vendor list. II. SPECIFICATIONS A. It is the intent of these specifications to describe the minimum requirements for one (1) Splash Pad Surfacing. Bidder shall provide all necessary materials and manpower to install approximately 3,600 square foot of an EVA-rubber copolymer wet area surfacing system for the splash pad located at the Martin Luther King, Jr. Recreation Center. B. For each item, place an X in the appropriate space to signify if you are in complete compliance with the specification. In the event a brand name is specified, any approved equivalent may be substituted. Include a list with your bid showing all exceptions with the corresponding section and item number. Failure to follow the format or answer the specification may cause your bid to be disqualified. Should exceptions be taken, the City s representatives will decide if they are in the best interest of the City and if those exceptions will still provide for a quality product. SPECIFICATIONS MAY 15, 2017 PAGE 3 OF 11

PLEASE INDICATE COMPLIANCE YES NO EXCEPTION A. Surface Specifications 1. Provide and install a 3,600 square foot rubber, copolymer wet area surfacing system for the splash pad that will meet the following minimum requirements: a. Minimum three (3) year warranty on material and one (1) year warranty on workmanship. b. Shock attenuation: not less than 3/8 inches (must meet 1 foot critical fall height). c. Surface Friction: >40 (using British Pendulum Tester). d. Head Injury Criteria: <1,000. e. Gmax:L <200. f. Flammability: Class 1. g. TCLP (Method 310) Pass. h. One color: Blue B. Requirements 1. Contractor shall furnish all labor, materials, and equipment. 2. Contractor shall fully complete all work within 15 calendar days of issuance of a purchase order. III. INSURANCE A. A separate document is available on the City s website to assist in providing your insurance information. B. Standard Insurance Coverage 1. The Contractor, Subcontractors, vendors, or suppliers shall not begin work under the contract until obtaining all insurance described herein and such insurance has been approved by the City; nor shall the Contractor permit any Subcontractors, vendors, or suppliers to begin work until similar insurance to cover the Subcontractors, vendors, or suppliers has been obtained and approved. 2. The minimum insurance coverage and limits required are shown by coverage line below. Failure of the Contractor to identify deficiencies in any insurance provided by Subcontractors, vendors, or suppliers shall not relieve Subcontractors, vendors, or suppliers from any insurance obligations. C. Required coverage is as follows: 1. Workers Compensation and Employer s Liability SPECIFICATIONS MAY 15, 2017 PAGE 4 OF 11

Workers compensation insurance providing statutory benefits as required in the state of Florida and employers liability with limits of not less than: $500,000 E.L. Each Accident $500,000 E.L. Disease - Each Employee $500,000 E.L. Disease - Policy Limit The policy shall include a waiver of subrogation in favor of the City. The certificate must clearly identify that coverage applies in the state the Contractor, Subcontractor, Vendor, or Supplier is located and includes coverage for Florida as required by statute. 2. Commercial General Liability Insurance Written on ISO form CG2010 11/85 or CG2010 10/01 or equivalent. The minimum limits of coverage shall be as follows: a. $1,000,000 each occurrence for Bodily Injury and Property Damage b. $2,000,000 General Aggregate c. $2,000,000 Products and Completed Operations d. $1,000,000 Personal and Advertising Injury (with the standard contractual and employee exclusions deleted) e. Employees and Volunteers as Additional Insured for both on-going and completed operations f. Broad Form Property Damage including underground, explosion and collapse hazards (X,C,U); or no exclusion for Exclusion - Damage to Work Performed by Subcontractors on Your Behalf (CG 22 94 or 22 95) g. Blanket Contractual Liability h. Independent Contractor's Liability i. Additional Insured - Owners, Lessees Or Contractors - Completed Operations (ISO form CG 20 37) 3. Commercial Auto Liability Insurance Written on ISO form CA 00 01 or equivalent. The minimum limits of coverage shall be as follows: Bodily Injury and Property Damage: $1,000,000 combined single limit Any auto coverage includes Hired Auto Liability and Non-Owned Auto Liability. 4. Professional Liability Insurance (if applicable) The scope involves professional services and Professional Liability Insurance is required covering liability for claims that arise from the negligent errors, omissions, or acts of the Contractor, Subcontractor and its Sub-subcontractors and/or Subsuppliers in the provision of professional services. The policy shall include Contractual Liability coverage and be effective (retroactively, if applicable) from the date of commencement of professional activities in connection with the scope until five (5) years following completion of the scope. A copy of the policy shall be provided to the City. Minimum limits are: Prime Design Professional: $1,000,000 per occurrence/aggregate; SPECIFICATIONS MAY 15, 2017 PAGE 5 OF 11

Sub-Design Professional: $1,000,000 per occurrence/aggregate. Coverage shall include: a. Indemnification Endorsement: City of Panama City and any other parties as required by contract as indemnified parties; b. Contractual Liability covering hold harmless agreement contained in the contract must be included without exceptions; c. Delays in project completion and cost guarantees are covered; d. Insurance is primary and non-contributory; e. Insuring agreement to read: to pay on behalf of in lieu of to indemnify ; f. Separation of insureds; g. Retroactive date: Will apply back to the first date of professional services; h. No exclusions for construction means, methods, techniques, sequences and procedures; and i. General Aggregate must apply per project. For the purposes of Professional Liability Insurance, the term Prime Design Professional means the architect and/or engineer providing architectural, engineering, and/or other professional services under a contract directly with the City. The term Sub-Design Professional means any architect and/or engineer providing architectural, engineering, and/or other professional services directly or indirectly to a Prime Design Professional in connection with the project. A Prime Design Professional is also a Contractor/Subcontractor and a Sub-Design Professional is also a Subsubcontractor. 5. Leased Employee Liability (if applicable) Only for Contractors, Subcontractors, vendors, or suppliers who have Leased Employees through a Professional Employer Organization (PEO), rather than a separate, stand-alone workers compensation policy in your company name. Contractual tie PEO must give the Contractor, Subcontractor, Vendor, or Supplier an alternate employer endorsement and it must state that on the certificate of insurance. Lower tier subcontractors and suppliers must have an additional workers compensation policy, issued in the name of our subcontractor as the named insured. It must state on the certificate, minimum premium policy. This policy is issued on an if any basis, which means it covers any uninsured persons working on behalf of, or at the direction of our subcontractor. Must have waiver of subrogation for each of the workers compensation policies. Insurance and documentation from PEO: Certificate of insurance Alternate employer endorsement for our subcontractor clearly stated Workers Compensation, statutory box checked Employers Liability limits: minimum of $500,000/$500,000/$500,000 Waiver of subrogation in favor of the City SPECIFICATIONS MAY 15, 2017 PAGE 6 OF 11

D. Other Insurance Requirements All insurance to be obtained by Contractor, Subcontractor, Vendor, or Supplier under the foregoing provisions shall be written by insurance companies with an A.M. Best rating of an A- or better. All liability and automobile insurance shall contain a severability of interest clause (a policy provision clarifying that, except with respect to the coverage limits, the insurance applies to each insured as though a separate policy were issued to each; Thus, a policy containing such a clause will cover a claim made by one insured against another insured.). E. Certificate of Insurance Prior to commencing its performance under the contract, Contractor and all Subcontractors, Vendors or Suppliers shall provide the City a Certificate of Insurance evidencing the coverage s previously listed. The insurance required hereunder shall be maintained from the commencement of the contract until the end of the applicable warranty period. The Contractor, Subcontractor, Vendor, or Supplier shall maintain a current Certificate of Insurance with City for this period. F. Sub-subcontractor/Sub-supplier Before permitting any Sub-subcontractor and/or Sub-supplier to perform scope under the Subcontract or Purchase Order, the Contractor shall require that the Sub-subcontractor and/or Sub-supplier maintains insurance in like form and amounts to that required herein. The Contractor shall be responsible to ensure the Sub-subcontractor and/or Subsupplier maintains insurance in like form and amounts and shall provide evidence of it to City of Panama City if requested. G. Waiver of Subrogation All insurance coverage maintained by the Contractor and all Subcontractors shall include a waiver of any right of subrogation of the insurers thereunder against the City, employees, insurers, and underwriters, and of any right of the insurers to any set-off or counterclaim or any other deduction, whether by attachment or otherwise, in respect of any liability of any person insured under any such policy. Contractor and all Subcontractors further waive all claims and all rights of subrogation against the City, employees, insurers and underwriters for loss of, or damage to, Contractor/Subcontractor scope, tools, machinery, equipment, material, supplies, or any other losses within the scope of any insurance maintained by Contractor/Subcontractor. H. Indemnification To the fullest extent permitted by law, the Contractor and all Subcontractors shall indemnify and hold harmless the City, its consultants, and employees from and against claims, damages, losses, and expenses, including but not limited to attorney s fees, arising out of or resulting from the performance of the Contractor/Subcontractor work under this contract, provided that such claim, damage, loss or expense is 1) attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including loss of use resulting therefrom; and, 2) is caused in whole or in part by any negligent act or omission of the Contractor, Subcontractor, the Subcontractor s Sub-subcontractors, anyone directly or indirectly SPECIFICATIONS MAY 15, 2017 PAGE 7 OF 11

employed by them or anyone for whose acts they may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. I. Builder Risk Insurance - Insurance on Building while under Construction Builder s Risk Coverage The Contractor shall purchase and maintain builder s risk insurance in the amount of the initial contract amount plus the values of subsequent modifications, change orders, and loss of materials supplied or installed by others comprising the value of the entire project at the site on a replacement cost basis. Such insurance shall be maintained, unless otherwise provided in the contract or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the City has an insurable interest in the property to be covered, whichever is earlier. The insurance shall include the interests of the City, General Contractor and subcontractors as interest may appear in the project. The Contractor shall insure or be wholly responsible for all materials destined to become a part of the completed structure when such materials are stored away from the site of the work. The insurance shall include the interests of the City, General Contractor and subcontractors as interest may appear in the project. The Contractor shall separately insure or be wholly responsible for all Contractor's equipment, tools, scaffolding, staging, towers, forms and temporary buildings, owned, borrowed, or rented by Contractor and Subcontractors, and all materials and supplies which are not intended to become a part of the project. Evidence of such coverage will be supplied to the City upon request. The insurance shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false-work, temporary buildings, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests. The Contractor is responsible for any deductible or self-insured retention contained within the insurance program. IV. BIDDER INSTRUCTIONS A. Submit bids in person at the Purchasing Department at 519 East 7th Street, Panama City, Florida 32401, or via U. S. mail or courier services. Bids must be plainly marked BID NO. PC 17-040 ~ SPLASH PAD SURFACING ~ JUNE 1, 2017. Only bids submitted on the Bid Sheet provided with this invitation will be considered responsive. The purchasing staff must receive all bids before 2:00 p.m., CST, on Thursday, June 1, 2017, at which time all bids will be opened and read aloud. Bids received after the stated time will be refused. It is the sole responsibility of the bidder to ensure the bid is received on time. The clock in the Purchasing Office will determine the bid closing time. B. Submit one (1) original and one (1) copy of all documents. SPECIFICATIONS MAY 15, 2017 PAGE 8 OF 11

C. The following attachments must be included with your bid. Failure to include these attachments may cause your bid to be disqualified. Compliance Checklist Exceptions Sheet (if exceptions taken) Copies of all Warranties Manufacturer Technical Data Completed Crime Entity Form V. BID PROTESTS A. Bidders may challenge the City s decision. 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. B. The formal written protest shall state with particularity the facts and law upon which the protest is based per Florida Statute 120.57(3) (b). A valid protest must come from an actual Bidder for the contract and only those who claim to be the rightful awardee. That is, protest is not valid if filed by a Bidder who cannot fully show and substantiate why they would be awarded the contract if their protest were accepted. Filing shall be considered complete when the Purchasing Agent, at 519 East Seventh Street, Panama City, Florida 32401, personally receives the protest. C. The Purchasing Agent will review the protest and issue a written decision. If the Bidder disagrees with the decision, the decision may be appealed to the City Manager. The City Manager will hear the protest and issue a written decision. Any decision made by the City Manager regarding the matter will be final. SPECIFICATIONS MAY 15, 2017 PAGE 9 OF 11

Only bids submitted on this Bid Sheet will be accepted. Return in a sealed envelope, plainly marked: BID NO. PC 17-040 ~ SPLASH PAD SURFACING ~ JUNE 1, 2017 To: Panama City Purchasing Department, 519 East 7th Street, Panama City, FL 32401 COMPANY MAILING ADDRESS CITY, STATE, ZIP CODE CONTACT PHONE FAX EMAIL ADDRESS Total Price Provide and install a 3,600 square foot rubber, copolymer wet area surfacing system for the splash pad that will meet the minimum requirements. $ Failure to include the following attachments may result in your bid being disqualified: o Compliance Checklist o Exceptions Sheet (if exceptions taken) o Copies of Standard Manufacturer Warranties o Manufacturers Technical Data o Completed Crime Entity Form I agree to provide and install the above surface at the price, terms, and conditions indicated, meeting all specifications unless exceptions are noted. BY (SIGNATURE) TITLE DATE SPECIFICATIONS MAY 15, 2017 PAGE 10 OF 11

SWORN STATEMENT UNDER SECTION 287.133 (3) (A), FLORIDA STA TUTES, ON PUBLIC ENTITY CRIMES This form must be signed in the presence of a notary public or other officer authorized to administer oaths. 1. This sworn statement is submitted to the CITY OF PANAMA CITY by (Print individual s name and title) for (Print name of entity submitting sworn statement) whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is If the entity has no FEIN, include the Social Security Number of the individual signing this Sworn Statement: 2. I understand that a public entity crime as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision or any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that convicted or conviction as defined in Paragraph 287.133(1) (b), Florida Statutes, means a finding of guilt of a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendre. 4. I understand that an affiliate as defined in Paragraph 287.133(1) (a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term affiliate includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm s length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of public entity crime. 5. I understand that a person as defined in Paragraph 287.133(1) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with legal power to enter into a binding contract and which bids or appeals to bid on contracts for the provision of goods and services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term person includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. (Indicate which statement applies.) Neither the entity submitting this sworn statement, nor one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officers determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (ATTACH A COPY OF THE FINAL ORDER). I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR A CATEGORY TWO OR ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (Signature) Sworn to and subscribed before me this day of 2017. Personally known Or produced identification Notary Public-State of My commission expires (Printed, typed, or stamped commissioned name of notary public.) SPECIFICATIONS MAY 15, 2017 PAGE 11 OF 11