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

Similar documents
RECONDITIONED DRUMS QUOTATION 15-Q01/LO

RECYCLING OF MERCURY LAMPS, DEVICES AND PCB BALLASTS QUOTATION #16-Q11/SB

FENCING, GATES, MAINTENANCE SERVICE AND PARTS QUOTATION NUMBER 15-Q11/BN

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

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

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

INVITATION TO BID U Directional Boring Utility Department

CITY OF TITUSVILLE, FLORIDA

INVITATION TO BID (ITB)

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

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

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

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

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

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

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

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

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

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

PURCHASING DEPARTMENT

INVITATION TO BID-R Frieda Zamba Pool Renovations

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

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

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

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

Glenwood/Bell Street Well Pump and Piping Construction

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

FLORIDA DEPARTMENT LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form

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

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

PURCHASING DEPARTMENT

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

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC)

INSTALLATION OF NEW FIRE SPRINKLER JAIL

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

INVITATION TO BID (ITB)

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

NETWORK CABLING & REPAIR FOR OKALOOSA COUNTY

PURCHASING DEPARTMENT

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

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

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

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

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

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

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

Educational Service Unit #3 REQUEST FOR PROPOSAL INSTRUCTIONS GENERAL CONDITIONS AND SPECIFICATIONS FOR:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION TO QUOTE & ACKNOWLEDGEMENT

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

School District of Palm Beach County Fl Bid 11C-16B School District of Palm Beach County FL Solicitation No. 11C-16B T/C Supplies, Equipment & Service

PURCHASING DEPARTMENT

Cherokee Nation

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

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

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

AUGUSTA COUNTY SERVICE AUTHORITY

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

CITY OF GREENVILLE Danish Festival City

201 West Moody Blvd Bunnell, Florida REQUEST FOR PROPOSALS (RFP) RFP

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

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

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

RFQu # Musical Instruments July 25, 2018

Northside Development Corporation 410 Magnolia Street Spartanburg, SC 29303

Cherokee Nation

Proposal No:

REQUESTS FOR PROPOSALS

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

RFP GENERAL TERMS AND CONDITIONS

INSTRUCTIONS TO BIDDERS

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION

INVITATION TO BID ISSUE DATE: Nov. 17, 2015

Warner Robins Housing Authority

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE

REQUEST FOR SEALED BID PROPOSAL

ITB-PW Citywide Plumbing Services

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

B. The Bid is made in compliance with the Bidding Documents.

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

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

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

Invitation to Bid BOE. Diesel Exhaust Fluid

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

INVITATION TO BID (ITB)

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

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # UTILITIES

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

PROJECT NUMBER: BAN-2015-CON-A1

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

PROPOSAL LIQUID CALCIUM CHLORIDE

Transcription:

PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS May 21, 2014 Quotation Number 14-Q06/PF PURCHASING SERVICES CONTACT: Phillip Ford, Purchasing Supervisor; pford@swa.org, Telephone Number: 561-640-4000 x 4528 All quotation responses must be received on or before June 12, 2014, prior to 5:00 p.m., EST. The attached Quote Proposal Form with attached documents must be signed by the contractor and submitted in a sealed envelope. The face of the envelope must be clearly marked Quote No. 14-Q06/PF. Submit quotation to: Solid Waste Authority of PBC Purchasing Department, 7501 North Jog Road, West Palm Beach, FL 33412 PURPOSE The purpose of this quote is to establish a term contract for the purchase of HDPE DRAINAGE PIPES in accordance with the Specifications, Terms and Conditions contained herein. AWARD PRIMARY and SECONDARY, ALL-OR-NONE Contract will be awarded to the total lowest and best bid from a responsive, responsible bidder, subject to the terms and conditions contained herein. Therefore, it is necessary for a bidder to bid on every item to have a bid considered. It is also required that the bidder carefully consider each item, and make sure that each one meets the specifications as indicated. In the event that one items does not meet such specifications the entire group bid will be disqualified. The technical description for the product entered on the bid form must match the description exactly as it appears on the submitted product specification sheet with no deviation. If not, the bid will be deemed non-responsive. Quote 14-Q06/PF HDPE AND PVC PIPES Page 1

The Authority reserves the unqualified right, in the Authority s sole and absolute discretion, to reject any and all bids, to waive any irregularities, or to accept the bid which, in the Authority s judgment, will under all circumstances, best serve the public interest. Additionally, the Authority reserves the right to make a primary, secondary and tertiary award. The lowest bidder meeting specifications, terms and conditions shall be the primary awardee. The next lowest bidder meeting specifications, terms and conditions shall be secondary awardee. The Authority will give the primary contractor first opportunity to perform all required work. If the Authority at its sole discretion determines the primary contractor cannot respond by the requested time, the secondary contractor will be contacted to perform the requested work. The secondary bidder will be required to provide to the Authority the requisite certificate of insurance prior to issuance of a purchase order or blanket purchase order. Failure by an awarded contractor to respond to requests for services in a timely manner on three (3) occasions will be grounds for cancellation of the contract. QUALIFICATION OF BIDDERS This bid shall be awarded only to a responsible bidder, qualified to provide the work specified. Bidders must furnish satisfactory evidence of their ability to furnish products or services in accordance with the terms and conditions of these specifications. The Purchasing Department reserves the right to make the final determination as to the bidder s ability to provide the products or services requested herein. CONTRACT PERIOD/ EXTENSIONS The initial contract prices resultant from this solicitation shall prevail for a twelve month period. Prior to, or upon completion of the initial term, the Authority shall have the option to renew this contract for an additional two (2) years, on a year-to-year basis. Prior to completion of each exercised contract term, the Authority may consider an adjustment to prices based on percentage changes a mutually agreed upon pricing index. METHOD OF ORDERING, BLANKET PURCHASE ORDER A blanket purchase order shall be issued until the end of the fiscal year or for the term of the contract. The department(s) will order requirement(s) on an "as needed" basis. Delivery shall be required within five (5) business days after receipt of order(s). All terms and conditions of this quote are applicable. F.O.B. POINT, DELIVERED, UTILITIES The F.O.B. point within Palm Beach County shall be indicated on the purchase order. Bid responses showing other than F.O.B. destination will not be accepted. It is anticipated that delivery location will be the Authority's Utilities Plant Maintenance Control at 6329 North Jog Road, West Palm Beach, FL 33412. Quote 14-Q06/PF HDPE AND PVC PIPES Page 2

AS SPECIFIED The successful bidder must deliver all items that meet the specifications herein. The Authority will return, at the expense of the successful bidder, items not delivered as specified. At the option of the Authority, item(s) from any delivery may be submitted to an independent testing laboratory to determine conformity to respective specifications. Bidders shall assume full responsibility for payment of any and all charges for testing and analysis of any product offered or delivered that does not conform to the minimum required specifications. INVOICE INFORMATION Invoices submitted, as a result of this quote, must contain the following information: 1. Purchase Order or Blanket Number. 2. Itemized cost per bid rate(s). QUANTITY, ESTIMATED The quantities shown are estimated. The Authority reserves the right to increase or decrease the total quantities as necessary to meet actual requirements. EQUITABLE ADJUSTMENT The Authority may, in its sole discretion, make an equitable adjustment in the Contract terms and/or pricing if pricing or availability of supply is affected by extreme and unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to causes wholly beyond the Contractor s control, (2) the volatility affects the marketplace or industry, not just the Contractor s source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the Contractor that continued performance of the Contract would result in a substantial loss. Any adjustment would require irrefutable evidence and written approval by the Director of Purchasing Services. CANCELLATION, WITHOUT CAUSE The Authority reserves the right to cancel this contract without cause via ten (10) day written notice. ASSIGNMENT, SUBCONTRACT Contractor shall not transfer, convey, pledge, subcontract or assign the performance required by this bid without prior written consent of the Authority s Purchasing Services Department. Any award issued pursuant to this bid invitation and the monies which may become due hereunder are not assignable, transferable, or otherwise disposable except with the prior written consent of the Director, Purchasing. Quote 14-Q06/PF HDPE AND PVC PIPES Page 3

INSURANCE REQUIRED, GENERAL, SERVICE, DELIVERY, ETC. The Contractor shall not commence work on any Authority Property until all insurance required as stated herein has been obtained and such insurance has been approved by the Authority. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida. The Contractor shall furnish certificates of insurance to the Authority's Risk Management Section prior to the commencement of services. The certificates shall clearly indicate that the Contractor has obtained insurance of the type, amount, and classification as required for strict compliance with insurance requirements as stated herein, and that no change or cancellation of the insurance shall be effective without thirty (30) days prior written notice to the Authority. Non-compliance with the foregoing requirements shall not relieve the vendor of their liability and obligations under this contract. The Contractor shall maintain commercial liability insurance in the amount of $1,000,000 per occurrence including products/completed operations. The Contractor shall maintain comprehensive automobile liability insurance in the following amounts: Bodily Injury and/or Property Damage Combined Single Limit $ 1,000,000 each occurrence $ 1,000,000 aggregate or $ 1,000,000 each occurrence/aggregate These limits are to protect the Contractor and the Authority from claims for damage, which may arise from general operations or from the ownership, use, or maintenance of owned and non-owned automobiles, including rented automobiles whether such operations be by the vendor or by anyone directly or indirectly employed by the vendor. The Contractor shall maintain Workers Compensation insurance as per statutory requirements and Employers Liability limits no less than $500,000 per occurrence each accident; $500,000 policy limit disease; $100,000 disease,- each employee. ALL insurance other than Worker Compensation shall specifically include the Authority as an "Additional Insured". PURCHASING AGENT All questions and communications concerning this procurement process must be directed to Mr. Phillip Ford, Purchasing Supervisor of Purchasing Services. All requests for clarifications or additional information must be submitted in writing via electronic mail to pford@swa.org, or by facsimile to 561-640-3400. Quote 14-Q06/PF HDPE AND PVC PIPES Page 4

AREA REPRESENTATIVE Bidder must indicate in space provided on the bid Proposal Form the name, address, telephone number, and e-mail address, if available, of the vendor s representative who will be available upon request to resolve delivery and billing problems. PREFERENCE APPLICATIONS A Bidder who meets the qualifications for Local Preference and whose bid is within 5% of the low Bidder who does not meet those qualifications, may be granted an opportunity to offer a best and final bid along with the low Bidder and any other Bidder(s) whose bid amount is equal to or less than the highest local Bidder within 5% of the low bid. Contract will be awarded to the lowest best and final bid; in case of a tie for the lowest best and final bid the contract will be awarded to the lowest best and final bid offered by the local Bidder. Ties between local Bidders will be determined by a coin toss. LOCAL PREFERENCE QUALIFICATION In order to qualify for local preference, the firm must have had its headquarters or branch office located within Palm Beach County for a minimum of one (1) year. The firm must have been incorporated or legally begun business, being fully licensed, at least one (1) year prior to the issuance of the solicitation. A valid Business Tax Receipt issued by the Palm Beach County Tax Collector is required and will be used to verify that the proposer had a permanent place of business one year prior to the issuance of the solicitation. In addition, the name and address on the Business Tax Receipt must be the same name and address that is included in the submittal to the Authority, and that the attached Business Tax Receipt must accompany the bid at the time of bid submission. Copies of licensure, leases of office space (or proof of ownership of office site) may be required by Authority staff as proof of compliance. The firm's office must be of a permanent nature not temporary or transient (i.e., mobile homes shall be without wheels and permanently affixed to the land). The firm's office shall be fully staffed with personnel including at least one of those assigned to the Authority s projects, office furniture, office equipment, and, if applicable, professional equipment/computers as required by the type of work to be performed. A site visit by Authority staff may be required to confirm local presence. The firm will be required to maintain said office, or other Authority approved offices, for the entire term of the contract. Failure to submit this information will cause the firm not to be qualified under this Section to receive a local preference. The Authority may require a firm to provide additional information for clarification purposes at any time prior to the award of the contract. Quote 14-Q06/PF HDPE AND PVC PIPES Page 5

TECHNICAL SPECIFICATIONS PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS Quotation Number 14-Q06/PF PURPOSE & INTENT The sole purpose and intent of this solicitation is to secure firm pricing for the purchase and delivery of Polyvinyl Chloride (PVC), and High Density Polyethylene (HDPE) pipe, and fittings for the Solid Waste Authority of Palm Beach County Utilities Department, on an as needed basis. REMAINDER OF PAGE INTENTIONALLY BLANK Quote 14-Q06/PF HDPE AND PVC PIPES Page 6

QUOTE PROPOSAL FORM PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS Quotation Number 14-Q06/PF THE UNDERSIGNED CONTRACTOR, having familiarized himself with the specifications in the Quote, and all laws, regulations and other factors affecting performance of the work, and having satisfied himself of the expense and difficulties attended in the performance of a contract. HEREBY PROPOSES AND AGREES, in this Quote that the Contractor hereby accepts all terms and conditions as stated herein, and shall enter into a Contract to perform for the following price. BASIS OF PAYMENT Accepted quantities of HDPE and PVC Pipes will be paid for at the contract unit price as follows: 1) PVC Sch40 and Sch80 Pipes (ALL SIZES)...LINEAR FOOT 2) PVC Sch40 and Sch80 Couplings (ALL SIZES) EACH 3) PVC Sch40 and Sch80 Fittings (ALL SIZES). EACH 4) HDPE SDR 11 and SDR 17 Pipes (ALL SIZES).....LINEAR FOOT 5) HDPE SDR 11 and SDR 17 Fittings (ALL SIZES)...EACH 6) Electrofusion Fittings (ALL SIZES)...EACH ITEM NO. DESCRIPTION EST. ANNUAL QTY UNIT PRICE TOTAL PRICE PVC Sch40 1. PVC Sch40 2 Pipe 200 LINEAR FOOT $ /LF $ /LF 2. PVC Sch40 3 Pipe 200 LINEAR FOOT $ /LF $ /LF 3. PVC Sch40 4 Pipe 300 LINEAR FOOT $ /LF $ /LF 4. PVC Sch40 6 Pipe 1000 LINEAR FOOT $ /LF $ /LF 5. PVC Sch40 8 Pipe 400 LINEAR FOOT $ /LF $ /LF 6. PVC Sch40-2 Couplings 10 EACH $ /EA $ /EA 7. PVC Sch40-3 Couplings 10 EACH $ /EA $ /EA 8. PVC Sch40-4 Couplings 10 EACH $ /EA $ /EA 9. PVC Sch40-6 Couplings 50 EACH $ /EA $ /EA 10. PVC Sch40-8 Couplings 15 EACH $ /EA $ /EA Quote 14-Q06/PF HDPE AND PVC PIPES Page 7

11. PVC Sch40-2 Fittings 40 EACH $ /EA $ /EA 12. PVC Sch40-3 Fittings 40 EACH $ /EA $ /EA 13. PVC Sch40-4 Fittings 80 EACH $ /EA $ /EA 14. PVC Sch40-6 Fittings 80 EACH $ /EA $ /EA 15. PVC Sch40-8 Fittings 80 EACH $ /EA $ /EA 16. PVC Sch80 2 Pipe 300 LINEAR FOOT $ /LF $ /LF 17. PVC Sch80 3 Pipe 300 LINEAR FOOT $ /LF $ /LF 18. PVC Sch80 4 Pipe 300 LINEAR FOOT $ /LF $ /LF 19. PVC Sch80 6 Pipe 1000 LINEAR FOOT $ /LF $ /LF 20. PVC Sch80 8 Pipe 600 LINEAR FOOT $ /LF $ /LF 21. PVC Sch80-2 Couplings 10 EACH $ /EA $ /EA 22. PVC Sch80-3 Couplings 10 EACH $ /EA $ /EA 23. PVC Sch80-4 Couplings 10 EACH $ /EA $ /EA 24. PVC Sch80-6 Couplings 50 EACH $ /EA $ /EA 25. PVC Sch80-8 Couplings 15 EACH $ /EA $ /EA 26. PVC Sch80-2 Fittings 50 EACH $ /EA $ /EA 27. PVC Sch80-3 Fittings 50 EACH $ /EA $ /EA 28. PVC Sch80-4 Fittings 80 EACH $ /EA $ /EA 29. PVC Sch80-6 Fittings 80 EACH $ /EA $ /EA 30. PVC Sch80-8 Fittings 80 EACH $ /EA $ /EA 31. HDPE SDR 11-2 Pipe 1500 LINEAR FOOT $ /LF $ /LF 32. HDPE SDR 11-3 Pipe 1000 LINEAR FOOT $ /LF $ /LF 33. HDPE SDR 11-4 Pipe 1000 LINEAR FOOT $ /LF $ /LF 34. HDPE SDR 11 6 Pipe 600 LINEAR FOOT $ /LF $ /LF 35. HDPE SDR 11 8 Pipe 600 LINEAR FOOT $ /LF $ /LF 36. HDPE SDR 11 10 Pipe 600 LINEAR FOOT $ /LF $ /LF 37. HDPE SDR 11 12 Pipe 1250 LINEAR FOOT $ /LF $ /LF 38. HDPE SDR 17-2 Pipe 1500 LINEAR FOOT $ /LF $ /LF 39. HDPE SDR 17-3 Pipe 1000 LINEAR FOOT $ /LF $ /LF 40. HDPE SDR 17-4 Pipe 1000 LINEAR FOOT $ /LF $ /LF 41. HDPE SDR 17 6 Pipe 600 LINEAR FOOT $ /LF $ /LF 42. HDPE SDR 17 8 Pipe 600 LINEAR FOOT $ /LF $ /LF 43. HDPE SDR 17 10 Pipe 600 LINEAR FOOT $ /LF $ /LF 44. HDPE SDR 17 12 Pipe 600 LINEAR FOOT $ /LF $ /LF 45. HDPE SDR 11 2 Fittings 30 EACH $ /EA $ /EA 46. HDPE SDR 11 3 Fittings 30 EACH $ /EA $ /EA Quote 14-Q06/PF HDPE AND PVC PIPES Page 8

47. HDPE SDR 11 4 Fittings 30 EACH $ /EA $ /EA 48. HDPE SDR 11 6 Fittings 30 EACH $ /EA $ /EA 49. HDPE SDR 11 8 Fittings 30 EACH $ /EA $ /EA 50. HDPE SDR 11 10 Fittings 30 EACH $ /EA $ /EA 51. HDPE SDR 11 12 Fittings 30 EACH $ /EA $ /EA 52. HDPE SDR 17 2 Fittings 30 EACH $ /EA $ /EA 53. HDPE SDR 17 3 Fittings 30 EACH $ /EA $ /EA 54. HDPE SDR 17 4 Fittings 30 EACH $ /EA $ /EA 55. HDPE SDR 17 6 Fittings 30 EACH $ /EA $ /EA 56. HDPE SDR 17 8 Fittings 30 EACH $ /EA $ /EA 57. HDPE SDR 17 10 Fittings 30 EACH $ /EA $ /EA 58. HDPE SDR 17 12 Fittings 30 EACH $ /EA $ /EA 59. Electrofusion Couplings 2 20 EACH $ /EA $ /EA 60. Electrofusion Couplings 3 20 EACH $ /EA $ /EA 61. Electrofusion Couplings 4 20 EACH $ /EA $ /EA 62. Electrofusion Couplings 6 20 EACH $ /EA $ /EA 63. Electrofusion Couplings 8 20 EACH $ /EA $ /EA 64. Electrofusion Couplings 10 20 EACH $ /EA $ /EA 65. Electrofusion Couplings 12 20 EACH $ /EA $ /EA TOTAL COST ALL ITEMS (1 65 INCLUSIVE) $ ADDITIONAL INFORMATION REQUIRED FROM THE BIDDER: PVC MANUFACTURER HDPE MANUFACTURER DELIVERY DAYS AFTER RECEIPT OF ORDER DAYS MISTAKES: Bidders are expected to examine the specifications, delivery schedule, quote prices, extensions and all instructions pertaining to services. FAILURE TO DO SO WILL BE AT BIDDER'S RISK. In the event of extension error(s), the unit price will prevail and the Bidder's total offer will be corrected accordingly. Written amounts shall take precedence over numerical amounts. In the event of addition errors(s), the unit price will prevail and the Bidder's total offer will be corrected accordingly. Bids having erasures or corrections must be initialed in ink by the Bidder. Quote 14-Q06/PF HDPE AND PVC PIPES Page 9

Contractor understands that the Authority reserves the right to reject all Bids and to waive any informality in bidding. The Contractor agrees that this Bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids, prior to award. Payment Terms: Net 30 days By (Signature): Name (Printed): Date: Title: Company Name: Address: Contact Information: FAX: Cell/Mobile: Office: E-Mail: AREA REPRESENTATIVE: (Must be able to make contact 24 hours a day, 7 days a week) Area Representative Contact Information: Name(Printed): Title: Office Phone Number: Cell Number: Fax Number: Date: Local Address: The location of the base of operations which will serve this contract is as follows: Street Address: City ST ZIP Quote 14-Q06/PF HDPE AND PVC PIPES Page 10

SAVINGS (For internal information purposes only. Not a factor in award of this contract) Bidder is required to furnish the percent (%) savings in prices offered in this bid compared to prices that would be paid by the purchaser without benefit of a contract resulting from this bid. BID PRICES OFFERED AVERAGE % LOWER THAN: (CIRCLE ONE OF THE FOLLOWING NUMBERS) 1. Price that would be obtained without benefit of a contract resulting from this bid. 2. Manufacturer's current wholesale price list. 3. Other (specify) SMALL BUSINESS ENTERPRISE (For internal information purposes only. Not a factor in award of this contract except in the event of a tie bid as prescribed in the Authority s Purchasing Manual, Section 7.2, Tie Bid Preference) If you are a Small Business Enterprise please complete the following. This information will assist us in identifying your small business enterprise in our database. Are you currently certified as a Small Business Enterprise (SBE) vendor with a government entity? Yes No ** THE FOLLOWING INFORMATION IS FOR TRACKING PURPOSES ONLY Are you currently certified as a minority or woman (M/WBE) vendor with a government entity? Yes No With what agency(s)? (Attach copy of certification certificate(s) with your response with this bid/quotation.) 1. 2. 3. Comments: Quote 14-Q06/PF HDPE AND PVC PIPES Page 11

NO BIDDER RESPONSE SUBMITTAL FORM PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS Quotation Number 14-Q06/PF If your company is not submitting a response to this Invitation to Bidder, please complete and mail to the address below. This form must be received on or before the due date of this Bidder document. Solid Waste Authority of Palm Beach County Purchasing Services Attn: Marina Kane 7501 North Jog Road West Palm Beach, FL 33412 Information provided will assist Purchasing Services in the preparation of future Bidders. Please check reason for a no Bidder. Insufficient time to respond We do not offer this product/service or an equivalent Our product schedule does not permit us to perform Unable to meet specifications Unable to meet bond requirements Unable to hold prices firm throughout the term of the initial contract period Unable to meet insurance requirements Other: Specifications unclear (explain below) By (Signature): Name (Printed): Date: Title: Company Name: Address: Contact Information: FAX: Office: Cell/Mobile: E-Mail: Quote 14-Q06/PF HDPE AND PVC PIPES Page 12

DRUG-FREE WORK PLACE FORM PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS Quotation Number 14-Q06/PF The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that does: (Name of Business) 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a 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 or contractual services that are under Bidder a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under Bidder, the employee will abiddere by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United State or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. BIDDERDER'S SIGNATURE DATE Quote 14-Q06/PF HDPE AND PVC PIPES Page 13

CONDITIONS FOR EMERGENCY/HURRICANE OR DISASTER PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS Quotation Number 14-Q06/PF It is hereby made a part of this Invitation to Bidder that before, during and after a public emergency, disaster, hurricane, flood, or acts of God that the Solid Waste Authority of Palm Beach County shall require a "first priority" basis for goods and services. It is vital and imperative that the majority of citizens are protected from any emergency situation which may threaten public health and safety, as determined by the Solid Waste Authority of Palm Beach County. Vendor/contractor agrees to rent/sell/lease all goods and services to the Solid Waste Authority of Palm Beach County or any other government entity as opposed to a private citizen, on a first priority basis. The Solid Waste Authority of Palm Beach County expects to pay a fair and reasonable price not to exceed those quoted in this Bidder for all products in the event of a disaster, emergency or hurricane. Vendor/contractor shall furnish a 24-hour phone number in the event of such an emergency. I hereby understand and agree to the above statement: X Signature Print Name Print Title EMERGENCY/24 HOUR PHONE NUMBER(S): Office Phone Number: Home Phone Number: Beeper/Cellular Number: FAX Number: Nearest Branch Office Phone Number: and Location: Other out of Area Branch Office Locations and Phone Numbers: Quote 14-Q06/PF HDPE AND PVC PIPES Page 14