INVITATION TO BID ITB-CD-CME Irrigation Materials Belle Terre Parkway

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

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID-R Frieda Zamba Pool Renovations

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

ITB-PW Citywide Plumbing Services

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

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

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

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE

Texas Rising Star Assessor Services RFQ. Cover Sheet

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

CITY OF TITUSVILLE, FLORIDA

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

Glenwood/Bell Street Well Pump and Piping Construction

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS

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

PLEASANTVILLE HOUSING AUTHORITY

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

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

RFQu # Musical Instruments July 25, 2018

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

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY DEPARTMENT OF PROCUREMENT

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

Pittsburgh, PA 15213

INVITATION TO BID (ITB)

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

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

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

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION

INFORMATION FOR BID. Tee Shirts (School Nutrition)

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

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

GUTTENBERG HOUSING AUTHORITY

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

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

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE

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

INVITATION TO BID (ITB)

STATEMENT OF BIDDER'S QUALIFICATIONS

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

C17FT RPM PHASE ONE - March 20, 2017 BROADWAY SUBSTATION UPGRADE

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

INVITATION TO BID (ITB)

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

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

REQUEST FOR SEALED PROPOSALS

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

Request for Quotation RFQ# 101

Federal Certification Forms

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS

HADDON TOWNSHIP BOARD OF EDUCATION 500 RHOADS AVENUE WESTMONT, NJ REQUEST FOR PROPOSAL

CERTIFICATIONS AND STATUTORY REQUIREMENTS For Capital Procurement Only Effective July 1, 2010

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

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

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

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

BIDDING AND CONTRACT DOCUMENTS ITB

INVITATION TO BID (ITB)

REQUEST FOR QUALIFICATIONS FOR ARBITRAGE REBATE CONSULTING SERVICES

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study

INVITATION TO BID ISSUE DATE: Nov. 17, 2015

Township of Lumberton

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

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

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

NOTICE TO BIDDERS. Four (4) 2018 Harley Davidson Road King Police Model Motorcycles (FLHP) in solid luxury blue or equal

REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018

TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

REQUEST FOR SEALED PROPOSALS

Ocean County Board of Health Request for Qualifications Nurse Practitioner Services for Clinics RFQ# Q110918E

KELTY TAPPY DESIGN, INC.

PROPOSAL REQUEST. Sumner County Sheriff s Office

SOMERSET COUNTY INSURANCE COMMISSION

TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office

City of Albany, New York

ITB Document and updates are on the College website:

DEBT COLLECTION SERVICES RFP

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC)

TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY PROFESSIONAL SERVICES SOLICITATION FAIR & OPEN PUBLIC SOLICITATION PROCESS

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

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

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION

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

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # UTILITIES

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

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

Request for Quotation For Lawn Care Treatment

Transcription:

Submit Bid To: City of Palm Coast Purchasing & Contracts Management Division 160 Lake Avenue, Suite 221 Palm Coast, FL 32164 Contact: Brian Rothwell Purchasing Manager 386-986-3731 Phone 386-986-3724 Fax brothwell@palmcoastgov.com Pre-Bid Date: N/A Pre-Bid Time: N/A Bid Due Date: May 31, 2016 Bid Due Time: 2:00pm Bidder s Name: INVITATION TO BID and Bidder Acknowledgment INVITATION TO BID ITB-CD-CME-16-11 Irrigation Materials Belle Terre Parkway Location of Public Opening: City of Palm Coast Purchasing & Contracts Management Division 160 Lake Avenue, Suite 221 Palm Coast, FL 32164 Federal Employer ID Number or SS Number: Business Address: City: State: Zip: Type of Entity: (Circle one) Corporation Partnership LLC Proprietorship Joint Venture Other Incorporated in the State of: Telephone Number: Toll Free Telephone Number: Fax Number: E-mail: If returning as No Submittal, please return only this page and state why: Name (printed): Title: Date: X Authorized Signature The Applicant is expected to completely analyze the information contained in this Invitation to Bid as guidance for the preparation of the submittal. The Applicant s submittal shall be sufficiently specific, detailed and complete to clearly and fully demonstrate the Applicant s understanding of the proposed work requirements. 2

Project: Irrigation Materials Belle Terre Parkway City Contract Number: ITB-CD-CME-16-11 Name of Bidder: Mailing Address: Street Address: City/State/Zip: Phone Number: ( ) Section 4 Price Schedule FAX Number: ( ) ALL PRICES F.O.B. PALM COAST Pursuant to and in compliance with the Invitation To Bid, Instructions to Bidders, and the other documents relating thereto, the undersigned Bidder, having familiarized themselves with the terms of the Contract Documents, local conditions affecting the performance of the Work, and the cost of the Work at the places where the Work is to be done, hereby proposes and agrees to deliver materials/services in a workmanlike manner and in strict conformity with Contract Documents, including Addenda Nos. through (which must be turned in with the bid), on file at the Purchasing & Contract Management Division for the amount hereinafter set forth. Prices shall include all applicable taxes. The undersigned, as Bidder, declares that the only persons or parties interested in this bid as principals are those named herein; that this bid is made without collusion with any person, firm or corporation; and he/she proposes and agrees, if the bid is accepted, that he/she will execute an Agreement with the City in the form set forth in the Contract Documents and that he/she will furnish Insurance Certificates. IN WITNESS WHEREOF, Bidder has hereunto executed this form this day of, 20. (Name of Bidding Firm) (Signature of person signing form) (Printed name of person signing form) (Title of person signing form) 12

Irrigation Materials - Belle Terre Parkway ITB-CD-CME-16-11 Item Qty Unit Price Sub Total Item Qty Unit Price Sub Total Hunter ICV Commercial Valve 1 GLOBE FULL PROS06CVR 6 SPRAY - CK VALVE, RECLAIMED 918 $0 9 $0 W/FILTER SENTRY Hunter ICV Commercial Valve 11 2 GLOBE FULL SP-100HUN HUNTER FLEX TUBING 17 $0 15 $0 W/FILTER SENTRY SBE050R 1 2 SWING BARB 90 ELBOW 1,836 $0 3M-DBY DIRECT BURIAL SPLICE 82 $0 RAINBIRD 12HRB 1 2 PATTERN PLASTIC 838 $0 12 VALVE PIT SOLID PURPLE 24 $0 Rain Bird 5000 Series Rotors 5004PCNP 4 NON POTABLE 14 $0 24 JUMBO PURPLE VALVE BOX 17 $0 SBE075R 3 4 SWING BARB 90 ELBOW 28 $0 ID TAG RECLAIMED 41 $0 3" Rt Gv nibco p619rw3 M/L isolation valve 3 $0 LG-300 3" pipe to push on gate valve 3 $0 4" Rt Gv nibco p619rw4 M/L isolation valve 5 $0 LG-400 4" pipe to pipe on gate valve 5 $0 6" Rt Gv nibco M/L isolation valve 2 $0 LG-600 6" pipe / gate valve 4 $0 10 PURPLE VALVE BOX 10 $0 ACC- 99D 2 WIRE DECODER CONTROLLER 1 $0 CU. GROUNDING PLATE & 25' OF #6 WIRE 1 $0 SOLARSYNC ET sensor 1 $0 5/8 x 8 GROUND ROD 14 $0 7 PURPLE ECONO BOX 17 $0 CADWELD NT1161G ONE SHOT CONNECTOR 14 $0 SINGLE STATION DECODER 41 $0 6-1 BARE COPPER WIRE * PER FOOT 210 $0 IDI-BLU-2500 14-2 AWG HUNTER DECODER WIRE 3 $0 GEM-25 grounding powerset 2 2 $0 IDI-BLU-500 14-2 AWG HUNTER DECODER WIRE 1 $0 GS50/10PK - 1/2 in. Galvanized Stakes - 10 Pack A50708B 700 $0 Flush Valve with 3/4" FHT 17 $0 2" Cl 200 Rt Purple (mainline) 560 $0 7 VALVE PIT 14 $0 2 1/2" Cl 200 Rt Purple (mainline) 300 $0 4" C1 200 Rt Purple (mainline) 3,500 $0 3" Cl 200 Rt Purple (mainline) 3,100 $0 6" C1 200 Rt Purple (mainline) 440 $0 3" RECLAIM WATER MARKING TAPE 8 $0 4IN DUCTILE IRON TEE (8040404) 1 $0 13

Irrigation Materials - Belle Terre Parkway ITB-CD-CME-16-11 Item Qty Unit Price Sub Total Item Qty Unit Price Sub Total 2" DUCTILE IRON 90 (80120) 4 $0 DUCTILE IRON SERVICE TEE 2x1 (801502) 3 $0 2" DUCTILE IRON 45 (80122) 3 $0 DUCTILE IRON SERVICE TEE 2x1.5 (801503) 2 $0 2 1/2" DUCTILE IRON 90 (80220) 3 $0 DUCTILE IRON SERVICE TEE 3x1 (803502) 4 $0 3" DUCTILE IRON 90 (80320) 7 $0 DUCTILE IRON SERVICE TEE 3x1.5 (803503) 20 $0 DUCTILE IRON Tee 4x4x3 (8040403) 2 $0 DUCTILE IRON 3" CAP (80366) 2 $0 4" DUCTILE IRON 90 (80420) 6 $0 DUCTILE IRON SERVICE TEE 4x1 (804502) 4 $0 4"x3: DUCTILE IRON REDUCER (80430) 1 $0 DUCTILE IRON SERVICE TEE 4x1.5 (804503) 9 $0 4" DUCTILE IRON 45 (80422) 2 $0 DUCTILE IRON 4" CAP (80466) 1 $0 DUCTILE IRON Tee 6x6x2 (8060601) 1 $0 NIPPLE 1 x 12 SCH 80 PVC 21 $0 DUCTILE IRON Tee 6x6x3 (8060603) 1 $0 NIPPLE 11 2 x 12 SCH 80 PVC 44 $0 3/4" Cl 200 Purple pvc Sw 7,120 $0 2" Cl 200 Purple pvc Sw 700 $0 1 " Cl 200 Purple pvc Sw 2,000 $0 2 1/2" Cl 200 Purple pvc Sw 340 $0 1 1/4" Cl 200 Purple pvc Sw 2,640 $0 DUCTILE IRON 2" KNUCKLE RESTRAINT (60-100- 02) 4 $0 1 1/2" Cl 200 Purple pvc Sw 2,580 $0 Reducer bushing 1 1/4'' to 1'' 75 $0 2" DUCTILE IRON REPAIR COUPLING Knock-On (80140) 4 $0 Reducer bushing 3" to 2" 10 $0 3" DUCTILE IRON Knuckle Restraint (60-100-03) 8 $0 3"x2" DUCTILE IRON Reducer with Ears (80332) 2 $0 14

Irrigation Materials - Belle Terre Parkway ITB-CD-CME-16-11 Item Qty Unit Price Sub Total Item Qty Unit Price Sub Total 4" DUCTILE IRON Knuckle Restraint (60-100-04) 2 $0 Reducer bushing 2 1/2" to 2" 15 $0 4" DUCTILE IRON REPAIR COUPLING Knock-On (80440) 6" DUCTILE IRON REPAIR COUPLING Knock-On (80640) 10 $0 Reducer bushing 1 1/2'' to 1 1/4'' 25 $0 8 $0 PHILMAC 3G 1 1/2 Compression Fitting (75-33066) 6 $0 PVC Sch 40, FEMALE ADAPTER 11 2, SxFIPT 6 $0 PVC Sch 40, Reducer Bushing, 1.5 X 1.25 SPxFIPT 2 $0 RECLAIM SIGNS 18.5 x 24 4 $0 Rain bird XF Fitting Insertion Tool (X36380) 10 $0 1" ICZ Drip Control Zone Kits (ICZ-101-40) 3 $0 1 1/2" ICZ Drip Control Zone Kits (ICZ-151-40) 14 $0 XFD Purple.9gphx18x500 70 $0 xqf1018100 QF Dripline Header 13 $0 XFFTEE - Barb Tee Adapter - 17mm x 17mm x 17mm ) XFFELBOW - Barb Elbow Adapter - 17mm x 17mm XFFCOUP - Barb Coupling Adapter - 17mm x 17mm (1436-010) Male Adapter 1" barbed connector to male NPT thread 100 $0 3" DUCTILE IRON REPAIR COUPLING Knock-On (80340) DUCTILE IRON REDUCER Bushing 3"x 21/2" (80330) DUCTILE IRON REDUCER (Bell x Bell) 4" x 2"(80434) 12 $0 2 $0 2 $0 100 $0 Restraint Rings (82000) 48 $0 100 $0 (1449-010) 1" barbed Plug 55 $0 Drip System Operation Pop-Up Visual Indicator Kit 17 $0 75 $0 (1429-010) 1" straight coupling 25 $0 Oetiker - 16700017-100 - Ear Clamps Type: Stepless Nominal Size: 11/16 (Inch 100 $0 Oetiker - 14100082 - Ear Clamp Installation Tools 1 $0 Strip Nozzles LCS-515 7 $0 Strip Nozzles EST-515 2 $0 Strip Nozzles RCS-515 6 $0 Strip Nozzles SST-530 507 $0 RainBird -U10H- 10 ft. Plastic U-Series Nozzle - Half-Circle Spray Pattern (180 Degree) 40 $0 RainBird - 8HFLT - 8 ft. MPR Half-Circle Flat Spray Pattern Nozzle (180 Degree) 233 $0 RainBird - 8QFLT - 8 ft. MPR Quarter Circle Flat Spray Pattern Nozzle (90 Degree) 10 $0 RainBird -U10Q- 10 ft. Plastic U-Series Nozzle - Quarter-Circle Spray Pattern (90 Degree) Full-Circle Spray Pattern (360 Degree) 15 3 $0 3 $0

Irrigation Materials - Belle Terre Parkway ITB-CD-CME-16-11 Item Qty Unit Price Sub Total Item Qty Unit Price Sub Total RainBird -U12H- 12 ft. Plastic U-Series Nozzle - Half-Circle Spray Pattern (180 Degree) 11 $0 RainBird -U12Q- 12 ft. Plastic U-Series Nozzle - Quarter-Circle Spray Pattern (90 Degree) 7 $0 RainBird -10VAN- 10 ft VAN Series Variable Arc Spray Nozzle 2 $0 RainBird -R-VAN18-13-18 ft. Adjustable Rotary Nozzles (45 to 270 Degree) 8 $0 1" coupler(sxfipt) 50 $0 3/4"x 1/2" x 3/4" Tee (SxFIPTxS) 431 $0 3/4" Tee (SxSxS) 54 $0 3/4" 90 Elbow (SxS) 25 $0 Tee (SxFIPTxS) 1"x 1/2 "x1" 110 $0 3/4" x 1/290 Elbow (SxFIPT) 230 $0 3/4" coupler 25 $0 1" Tee (SxSxS) 43 $0 1" 90 Elbow (SxS) 20 $0 1" Coupler (SxS) 25 $0 Tee (SxFIPTxS) 11/4" x 1/2" x 11/4" 120 $0 11/4" Tee (SxSxS) 65 $0 2" Coupler (SxS) 25 $0 11/2" Coupler (SxS) 25 $0 Tee (SxFIPTxS) 11/2" x 1/2" x 11/2" 52 $0 Tee (SxFIPTxS) 21/2" x 1/2" x 21/2" 10 $0 Tee (SxFIPTxS) 2" x 1/2" x 2" 25 $0 11/2" Tee (SxSxS) 35 $0 21/2" Tee (SxSxS) 15 $0 2" Tee (SxSxS) 35 $0 11/2" 90 Elbow (SxS) 15 $0 21/2" 90 Elbow (SxS) 8 $0 2" 90 Elbow (SxS) 15 $0 21/2" Coupler (SxS) 25 $0 Reducer bushing 2" to 11/2" 60 $0 Reducer bushing 11/2" to 1" 78 $0 16

Irrigation Materials - Belle Terre Parkway ITB-CD-CME-16-11 TOTAL PRICE FOR ALL MATERIALS $0 Name of Business Providing Bid 17

Attachment A Conflict of Interest Statement STATE OF FLORIDA ) CITY OF ) ) ss Before me, the undersigned authority, personally appeared, who was duly sworn, deposes, and states: 1. I am the of with a local office in and principal office in. 2. The above named entity is submitting an Expression of Interest for the City of Palm Coast project described as: ITB-CD-CME-16-11 Irrigation Materials Belle Terre Parkway 3. The Affiant has made diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge. 4. The Affiant states that only one submittal for the above project is being submitted and that the above named entity has no financial interest in other entities submitting Proposals for the same project. 5. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. 6. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise ineligible from participating in contract lettings by any local, state, or federal agency. 7. Neither the entity, nor its affiliates, nor anyone associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project. 8. I certify that no member of the entity's ownership, management, or staff has a vested interest in any aspect of or Department of City of Palm Coast. 9. I certify that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with City of Palm Coast. Continued on next page. 18

Attachment A Conflict of Interest Statement (Continued) 10. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above named entity, will immediately notify City of Palm Coast in writing. DATED this day of, 20. Signature of Affiant Typed/Printed Name of Affiant Title Sworn to and subscribed before me this day of, 20. Personally known or produced identification (type of identification). Notary Public - State of My commission expires (Printed typed or stamped commissioned name of notary public) 19

Attachment B Compliance with the Public Records Law Upon award recommendation or thirty (30) days after opening, submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Bidders must invoke the exemptions to disclosure provided by law in the response to the solicitation, and must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a bid authorizes release of your firm s credit data to the City of Palm Coast. If the company submits information exempt from public disclosure, the company must identify with specify which pages/paragraphs of their bid/bid package are exempt from the Public Records Act, identifying the specific exemption section that applies to each. The protected information must be submitted to the County in a separate envelope marked accordingly. By submitting a response to this solicitation, the company agrees to defend the City of Palm Coast in the event we are forced to litigate the public records status of the company s documents. The City shall make final determinations as to Public Records Law Compliance. Company Name: Authorized representative (printed): Authorized representative (signature): Date: Project: ITB-CD-CME-16-11 Irrigation Materials Belle Terre Parkway 20

Attachment C Bidder s Certification I have carefully examined the Invitation To Bid, Instructions to Bidders, General and/or Special Conditions, Vendor's Notes, Specifications, proposed agreement and any other documents accompanying or made a part of these Bid Documents. I hereby propose to furnish the goods or services specified in the Invitation To Bid at the prices, rates or discounts quoted in my bid. I agree that my submittal will remain firm for a period of up to one hundred twenty (120) days in order to allow the City adequate time to evaluate the bids. I agree to abide by all conditions of this proposal and understand that a background investigation may be conducted by the Purchasing & Contracts Division prior to award. I certify that all information contained in this bid is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this bid on behalf of the vendor/contractor as its act and deed and that the vendor/contractor is ready, willing and able to perform if awarded the contract. I further certify, under oath, that this bid is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a proposal for the same product or service; no officer, employee or agent of the CITY of Palm Coast or of any other Bidder interested in said proposal; and that the undersigned executed this Bidder's Certification with full knowledge and understanding of the matters therein contained and was duly authorized to do so. Name of Business: By: Signature Name & Title, Typed or Printed Mailing Address City, State, Zip Code Telephone Number Sworn to and subscribed before me This day of 20. Signature of Notary (& Stamp) Notary Public, State of Personally Known or Produced Identification (type of identification) 21

Attachment D Drug-Free Work Place Form The undersigned vendor in accordance with Section 287.087, Florida Statutes 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 proposed a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under proposal, the employee will propose by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contender to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee s community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Signature Print Name & Title 22

Attachment E Americans with Disabilities Act Affidavit The undersigned Contractor swears that the information herein contained is true and correct and that none of the information supplied was for the purpose of defrauding CITY. The Contractor will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to comply with the rules, regulations and relevant orders issued pursuant to the Americans with Disabilities Act (ADA), 42 USC s. 12101 et seq. It is understood that in no event shall the City be held liable for the actions or omissions of the Contractor or any other party or parties to the Agreement for failure to comply with the ADA. The Contractor agrees to hold harmless and indemnify the City, its agents, officers or employees from any and all claims, demands, debts, liabilities or causes of action of every kind or character, whether in law or equity, resulting from the Contractor's acts or omissions in connection with the ADA. Contractor: Signature: Printed Name: Title: Date: Affix Corporate Seal STATE OF ) ) ss COUNTY OF ) The foregoing instrument was acknowledged before me this day of, 20, by of firm), on behalf of the firm. He/She is personally known to me or has produced identification. (Seal) Print Name Notary Public in and for the County and State Aforementioned My commission expires: 23

Attachment F References Proposer shall provide a minimum of three references for which they are currently providing, or have provided, this type of service/commodity. 1. Company Name Contact Name and Title Address Phone Number FAX Number Duration of Contract or business relationship 2. Company Name Contact Name and Title Address Phone Number FAX Number Duration of Contract or business relationship 3. Company Name Contact Name and Title Address Phone Number FAX Number Duration of Contract or business relationship 24

Attachment G Identical Tie Proposals In accordance with Section 287.087, Florida State Statutes, preference shall be given to businesses with drugfree workplace programs. Whenever two or more proposals that are equal with respect to price, quality, and service, are received by the State or any political subdivision for the procurement of commodities or contractual services, a proposal received from a business that certifies that has completed a drug-free workplace program shall be given preference in the award process. Established procedure for processing tie proposals will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 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 prohibitions. 2) Inform employees about the dangers of drug abuse in the workplace the business 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 Proposal a copy of the statement 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 Proposal, 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 Florida Statutes or of any controlled substance law(s) of the United States or any state five (5) days after such conviction or plea. 5) Impose sanctions on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, 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. AUTHORIZED SIGNATURE COMPANY DATE 25

Attachment H Summary of Litigation and License Sanctions *If not applicable, please state so. Litigation: Provide a summary of all litigation, claim(s), or contract dispute(s) filed by or against the Bidder in the past five (5) years that are related to the services the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim or contract dispute, a brief description of the case, the outcome or projected outcome, and monetary amounts involved. License Sanctions: List any regulatory or license agency sanctions within the past five (5) years. 26

Attachment I Certification Regarding Debarment, Suspension Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section 3017.510 Participants responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages 4722 4733) **** BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON NEXT PAGE **** 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by and Federal department of agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attached an explanation to this proposal. ITB-CD-CME-16-11 Irrigation Materials Belle Terre Parkway Organization Name Name and Title of Authorized Representative Signature Date 27

INSTRUCTIONS FOR DEBARMENT CERTIFICATION 1. By signing and submitting this form, the prospective lower tier participant is providing the certification set out herein in accordance with these instructions. 2. The Certification in this clause is material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department of agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, voluntarily exclude, as used this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining copy of these regulations. 5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this form that it will include this clause titles Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions, without modification in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a perspective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non-procurement List. 8. Nothing contained in the foregoing shall be construed to required establishment of a system of records in order to render in good faith and certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction may pursue available remedies, including suspension and/or debarment. 28

Attachment J Certificate of Corporation *Dates Not Required Until Award of Contract. Please include a copy of your Certificate of Corporation from the State of Florida with this attachment. STATE OF FLORIDA COUNTY OF FEI NUMBER I HEREBY CERTIFY that a meeting of the Board of Directors of, a corporation under the laws of the State of, was held on, 20. The following resolution was duly passed and adopted: RESOLVED, that President of the corporation is hereby authorized to execute the Contract dated, 20, between The City of Palm Coast, a municipal corporation and this corporation, and that execution thereof, attested by the Secretary of the corporation and with corporate seal affixed, shall be the official act and deed of this corporation. as I further certify that said resolution is now in full force and effect. IN WITNESS THEREOF, I have hereunto set my hand and affixed the official seal of the corporation This day of, 20. Corporate Secretary (printed) 29

Attachment K Public Entity Crime Form Any person or affiliate who has been placed on the convicted vendor list following a conviction 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 a 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 thirty-six (36) months from the date of being placed on the convicted vendor list. Authorized Agent or Official for by signing below hereby certifies that neither he/she nor the firm of is or has been placed on the convicted vendor list, now or within the period of thirty six (36) months. Signed By: President/Authorized Agent or Official Witnessed By: State Of: County Of: _ The foregoing instrument was acknowledged before me this day of, 20, by, President, Authorized Agent or Official of, a Florida Company, who is personally known to me or who has produced as identification and who did (did not) take an oath. Notary Public, State of Florida Commission No. 30

Attachment L Vendor Certification Regarding Scrutinized Companies List *If bid amount is less than one million dollars ($1,000,000), this form is not required. Respondent Vendor s Name: Vendor FEIN: Authorized Representative s Name: Authorized Representative s Title: Address: City: State: Zip: Phone Number: Fax Number: Section 287.135, Florida Statutes, prohibits agencies from contracting with companies for goods or services of one million dollars ($1,000,000) or more that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Both Lists are created pursuant to section 215.473, Florida Statutes. As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the section entitled Respondent Vendor s Name is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, attorney s fees, and/or costs. Certified By:, who is authorized to sign on behalf of the above referenced company. Authorized Signature: Print Name & Title: Date: _ 31