Académique Documents
Professionnel Documents
Culture Documents
Q1068003B1
Addendum No. 1
PURCHASING DIVISION
115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 | 954-357-6066 | FAX 954-357-8535 | broward.org/Purchasing
Hours of Operation: Monday through Friday 8:30 a.m. to 5:00 p.m.
ADDENDUM NO. 1
Solicitation No.:
Solicitation Title:
Q1068003B1
Closed Circuit Television (CCTV) Repair and Installation (CBE Reserved)
To all prospective bidders, please note the following changes and clarifications:
Words in strikethrough type are deletions from existing text. Words in bold underlined type are additions to
existing text.
1.
The Bid Opening Date has been revised as follows: October 31, 2012 at 2:00 p.m. Location remains
the same.
2.
Any reference to Non-sheltered Market shall be replaced with CBE Reserved. This contract has been
established as a County Business Enterprise (CBE) Reserve to provide prime contracting opportunities
for certified Broward County CBE firms.
3.
Special Instructions to Bidders, Item 30. Office of Economic and Small Business Development
Requirements (pages 15 thru 20) have been revised and replaced. Revised language is attached to
this addendum (Attachment A).
4.
Bidder must bid all items within each Group on the Electronic Bid Pricing Sheet and indicate No
Charge for those items that are included at no additional charge.
5.
Page 10, Special Instructions to Bidders, Item 12. Bid Guaranty, language has been revised as follows:
All bids shall be accompanied by an original Bid bond executed by a surety company meeting
the qualifications for surety companies as specified in Section 14. The Bid bond must be an
original, no photocopies will be accepted. In lieu of the Bid bond, the following will be
acceptable: cash, money order, certified check, cashier's check, original irrevocable letter of
credit, (Attachment "B") treasurer's check or bank draft of any national or state bank (United
Page 1 of 6
A Service of the Broward County Board of County Commissioners
Excellence in Government Procurement Our Best. Nothing Less.
Page 10, Special Instructions to Bidders, Item 13. Performance And Payment Guaranty, language is
revised; 100% Performance and Payment Guaranty is not required for this solicitation:
The Performance and Payment Guaranty will be required for all projects in the amount of
$100,000 or more and must be received prior to issuance of the Purchase Order and
Notice to Proceed.
Performance and Payment Bond (Surety)
13.1 A performance and Payment Bond of the form and containing all the provisions of the
Performance and Payment Bond attached hereto. (Attachment "C")
13.2
7.
The Bond(s) shall be in the amount of one hundred percent (100%) of the Contract
amount guaranteeing to COUNTY the completion and performance of the work covered
in such Contract as well Projects in the amount of $100,000 or greater shall require
a Performance and Payment Bond. The Bond(s) shall be in the amount of 100
percent of the Project amount guaranteeing to County the completion and
performance of the work covered in such Project as full payment of all suppliers,
material men, laborers, or subcontractors employed pursuant to this project. Such
Bond(s) shall be with a surety company which is qualified pursuant to Section 14.
Qualification of Surety.
Page 2 of 6
A Service of the Broward County Board of County Commissioners
Excellence in Government Procurement Our Best. Nothing Less.
3. Question: Can a company that is not a CBE, partner with a subcontractor that is a CBE and fulfill
the bid requirement?
3.
Answer: This contract has been established as a County Business Enterprise (CBE)
Reserve to provide prime contracting opportunities for certified CBE firms. The intent is to
solicit and award to a CBE firm. In accordance with the CBE Act of 2009, If CBEs are
available with capacity to perform the reserved work, the reserved work will be awarded to a
CBE. To the extent CBEs with sufficient capacity are not available to perform the reserved
work, non-CBEs may be awarded that work. If no CBEs with capacity to perform the work
respond to the solicitation, the full value of the project may be awarded as if no reserve had
been established.
4. Question: According to the bid one needs to have 50% of the bid go to a CBE. Please confirm?
4.
Answer: CONTRACTOR shall perform the Work with its own organization, amounting to
not less than fifty percent (50%) of the Contract Price. (Special Instructions to Bidders,
Section 21.2, Contractor Responsibilities).
5. Question: Can a CBE joint venture with a non CBE and obtain a mutual bond?
5.
Answer: The bid guaranty/payment and payment and performance bond must be supplied
by the successful bidderproviding the Perfomance and Payment guaranty (Special
Instructions to Bidders, Section 12, Bid Guaranty).
6. Question: Is there a budgetary number for the project?
6.
Answer: No, there is no budgetary numbers.
All other terms, conditions and specifications remain unchanged for this bid.
Page 3 of 6
A Service of the Broward County Board of County Commissioners
Excellence in Government Procurement Our Best. Nothing Less.
(3)
Page 4 of 6
A Service of the Broward County Board of County Commissioners
Excellence in Government Procurement Our Best. Nothing Less.
ATTACHMENT A (continued)
The Office of Economic and Small Business Development maintains an on-line directory of CBE
firms.
The
on-line
directory
is
available
for
use
by
bidders
at
http://www.broward.org/smallbusiness.
30.2
No bidder shall prohibit a CBE firm from, nor inhibit it, in offering its goods or services to other
bidders. A bidder may be disqualified from consideration for award under this bid if it is in
violation of this section.
30.3
To be responsive, a bidder MUST comply with the CBE Program requirements related to
submission of bids. These requirements are set forth in the paragraphs below and in
Broward County Ordinance No. 2009-40 (also referred to as County Business Enterprise
Act of 2009).
A copy of the Ordinance may be viewed on-line at:
http://www.broward.org/smallbusiness
30.4
The provisions set forth below in Requirements for Contracts with CBE Reserved
participation shall be included in and shall become material terms and conditions of the
contract resulting from the award of this bid.
30.5
CBE Requirements for Submitting Bids: a bid will not be considered responsive unless
the bidder submits the required information with the bid submittal. The following
attachments are identified as follows and must be completed and returned with your bid:
30.5.1 Letter of Intent to between Bidder and CBE firm - Attachment D
30.5.2 Schedule of CBE Participation - Attachment E
30.5.3 Application for Evaluation of Good Faith Effort (required only if the CBE participation
goal is not met) Attachment F
Bidders must comply with the CBE Reserve requirements established for this bid and
must submit all forms required with the bid submittal in order to be responsive.
30.6
The following information must be submitted by the CBE firm in order to meet the CBE
Reserved goal for this contract. This information shall be submitted on Letter of Intent
and Schedule of CBE Participation forms:
30.6.1 The names and addresses of each CBE firm that will participate in the contract resulting
from this bid;
30.6.2 A description of the work that each CBE firm will perform;
Page 5 of 6
A Service of the Broward County Board of County Commissioners
Excellence in Government Procurement Our Best. Nothing Less.
ATTACHMENT A (continued)
30.6.3 The dollar and percentage amount of the participation each CBE firm will receive under
the contract resulting from this bid;
30.6.4 Acknowledgement of the bidders commitment to use each CBE firm whose participation
the bidder submits for the purpose of meeting the contract participation goal; and
30.6.5 Acknowledgement from each CBE firm that it will participate in the contract as provided
in 30.6.2. and 30.6.3 above.
30.7
The Schedule of CBE Participation and Letter of Intent must be filled out by the CBE firm
listed. Only include the amount (dollar and percent) that is being committed for CBE
participation (do not include the amount to the non-CBE subcontractor). For the Letter of
Intent, the form shall be signed by the bidder and it shall only reflect the amount (dollar
and percentage) of work that will be completed by the CBE firm. The form shall be
signed by the CBE firm.
30.7.1 No party to this contract shall discriminate on the basis of race, color, sex, religion,
national origin, disability, age, marital status, political affiliation, sexual orientation,
pregnancy or gender identity and expression in the performance of this contract.
30.7.2 The Contractor shall comply with all applicable requirements of the County Business
Enterprise (CBE) Program in the award and administration of this contract. Failure by
the Contractor to carry out any of the CBE Program requirements shall constitute a
material breach of this contract, which shall permit the County to terminate the contract
or to exercise any other remedy available under the contract, under the Broward County
Administrative Code, under the Broward County Code of Ordinances, or under
applicable law, all of which remedies being cumulative.
30.7.3 The Contractor acknowledges that the Board of County Commissioners, through
delegation of authority to the Director of the Office of Economic and Small Business
Development, may make minor administrative modifications to the CBE Program which
shall become applicable to this contract if the administrative modifications are not
unreasonable. Written notice of any such modification shall be provided to the
Contractor.
30.8
If the Contractor fails to comply with the requirements of the County Business Enterprise Act of
2009, the County reserves the right to exercise any administrative remedies provided by the
Business Opportunity Act of 2004, or any other right or remedy provided in this contract or
under applicable law.
Page 6 of 6
A Service of the Broward County Board of County Commissioners
Excellence in Government Procurement Our Best. Nothing Less.
GENERAL CONDITIONS
THESE INSTRUCTIONS ARE STANDARD FOR ALL CONTRACTS FOR COMMODITIES/SERVICES ISSUED BY THE
BOARD OF COUNTY COMMISSIONERS. THE BOARD OF COUNTY COMMISSIONERS MAY DELETE, SUPERSEDE
OR MODIFY ANY OF THESE STANDARD INSTRUCTIONS FOR A PARTICULAR CONTRACT BY INDICATING SUCH
CHANGE IN THE SPECIAL INSTRUCTIONS TO BIDDERS OR IN THE BID SHEETS. BY ACCEPTANCE OF A
PURCHASE ORDER ISSUED BY THE COUNTY, BIDDER AGREES THAT THE PROVISIONS INCLUDED WITHIN THIS
INVITATION FOR BID SHALL PREVAIL OVER ANY CONFLICTING PROVISION WITHIN ANY STANDARD FORM
CONTRACT OF THE BIDDER REGARDLESS OF ANY LANGUAGE IN BIDDERS CONTRACT TO THE CONTRARY.
BIDDER NAME
AREA CODE
TELEPHONE NO.
FAX NO.
CONTACT PERSON
/
*AUTHORIZED SIGNATURE
DATE
PRINT NAME
TITLE
*I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a bid for the same items/services, and is in all respects fair and
without collusion or fraud. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder. Further by signature of this form, pages 1 through 6 are acknowledged
and accepted as well as any special instruction sheet(s) if applicable.
3.
4.
5.
6.
7.
(b)
(c)
(d)
(e)
(f)
(g)
9.
Page 2 of 6 Pages
(b)
(c)
(d)
(e)
(f)
12. TERMINATION:
(a)
(b)
(c)
15. MANUFACTURERS
NAME
AND
APPROVED
EQUIVALENTS: Manufacturers names, trade names, brand
names, information and/or catalog numbers listed in a
specification are for information and establishment of quality
level desired and are not intended to limit competition unless
otherwise specified in the bid. The bidder may offer any brand
which meets or exceeds the specifications for any item(s). If
bids are based on equivalent products, indicate on the bid
form the manufacturers name and catalog number. Bidder
shall submit with the bid complete descriptive literature and/or
specifications. The bidder should also explain in detail the
reason(s) why and submit proof that the proposed equivalent
will meet the specifications and not be considered an
exception thereto. Broward County Board of County
Commissioners reserves the right to be the sole judge of what
is equal and acceptable. Bids which do not comply with these
requirements are subject to rejection. If Bidder fails to name a
substitute it will be assumed that the bidder will furnish goods
identical to bid standard.
Page 3 of 6 Pages
20. LEGAL
shall indemnify and save harmless and defend the County, its
officers, agents and employees from liability of any nature or
kind, including but not limited to attorney's fees, costs and
expenses for or on account of any copyrighted, patented or
unpatented invention, process, or article manufactured or
used in the performance of the contract, including its use by
the County. If the bidder uses any design, device, or materials
covered by letters, patent or copyright, it is mutually agreed
and understood without exception that the bid prices shall
include all royalties or cost arising from the use of such
design, device, or materials in any way involved in the work.
This provision shall survive the expiration or earlier
termination of the contract.
25. ASSIGNMENT,
21. INDEMNIFICATION:
Page 4 of 6 Pages
(c)
(d)
(e)
Filing Fee
$30,000 - $250,000
$ 500
$250,001 - $500,000
$1,000
$500,001 - $5 million
$3,000
Over $5 million
$5,000
(b)
response to this invitation for bid will not violate the Public
Entity Crimes Act, Section 287.133, Florida Statutes, which
essentially provides that a person or affiliate who is a
contractor, consultant or other provider who has been placed
on the convicted vendor list following a conviction of a Public
Entity Crime may not submit a bid on a contract to provide
any goods or services to the County, may not submit a bid on
a contract with the County for the construction or repair of a
public building or public work, may not submit bids on leases
of real property to the County, may not be awarded or perform
work as a contractor, supplier, subcontractor, or consultant
under a contract with the County, and may not transact any
business with the County in excess of the threshold amount
provided in Section 287.017, Florida Statutes, for category
two purchases for a period of 36 months from the date of
being placed on the convicted vendor list. Bidder represents
that its response to this Invitation For Bid is not a violation of
Section 287.134, Florida Statues, which essentially states that
the County, as a public entity, cannot do business with an
entity that is on the "discriminatory vendor list" i.e., has been
found by a court to have discriminated as defined therein.
Violation of this section shall result in cancellation of the
County purchase and may result in debarment.
Page 5 of 6 Pages
shall have the right to audit the books, records, and accounts
of contractor that are related to this project. Contractor shall
keep such books, records, and accounts as may be
necessary in order to record complete and correct entries to
the project.
Contractor shall preserve and make available, at reasonable
times for examination and audit by County, all financial
records, supporting documents, statistical records, and any
other documents pertinent to this agreement for the required
retention period of the Florida Public Records Act (Chapter
119, Florida Statutes), if applicable, or if the Florida Public
Records Act is not applicable, for a minimum period of three
(3) years after termination of this Agreement. If any audit has
been initiated and audit findings have not been resolved at the
end of the retention period or (3) years, whichever is longer,
the books, records and accounts shall be retained until
resolution of the audit findings. If the Florida Public Records
Act is determined by County to be applicable to contractors
records, contractor shall comply with all requirements thereof;
however, no confidentiality or nondisclosure requirement of
either federal or state law shall be violated by contractor. Any
incomplete or incorrect entry in such books, records, and
accounts shall be a basis for Countys disallowance and
recovery of any payment upon such entry.
The entire chapter of the Broward County Procurement Code
describing the aforementioned subject matter can be obtained
from
the
Purchasing
Division's
Website
at:
www.broward.org/purchasing.
35. OWNERSHIP OF DOCUMENTS: All finished or unfinished
Page 6 of 6 Pages
PURCHASING DIVISION
BOARD OF COUNTY COMMISSIONERS
BROWARD COUNTY, FLORIDA
Bid Submittal Summary Sheet for Public Reading
The purpose of this page is to facilitate the efficient and accurate reading of your bid submittal at the Bid
Opening. Your cooperation is appreciated in completing the following information and ensuring that it is placed
as the first page of your bid submittal. The information on this page does not take the place of the bid
documents or the bid sheet. In the event that there is a discrepancy between the information on this page and
the information in the bid sheet, the information on the bid sheet will prevail.
Bid Number: Q1068003B1
Bid Title: Closed Circuit Television (CCTV) Repair and Installation (CBE Reserved)
Name of Company: ____________________________________________________________
Page 1 of 55
DOCUMENT CHECKLIST:
The following items may be required to determine Bid responsiveness. Please ensure that all
applicable items are completed and submitted with your Bid. Failure to meet the applicable
requirements may render your Bid non-responsive. Additional information for these items can
be found throughout this Bid document.
A.
B.
C.
D.
E.
Bid/Addendum
The Invitation for Bid must be signed in ink.
If a MUST Addendum is required, it must be acknowledged on the Bid sheet or returned with your Bid.
If a revised Bid sheet is required, it must be returned with the Addendum.
Group Items
If a Group is specified, you must bid all items within each Group and indicate No Charge for those
items that are included at no additional charge.
County Business Enterprise (CBE) Documentation
If this solicitation includes participation goals, all appropriate documentation must be returned with your
submittal, i.e., Schedule of Participation, Letters of Intent, Good Faith Effort, etc.
Bid Bond/Guaranty
You must attach an original Bid Bond executed by a surety company, or alternate form of acceptable
security.
Licensing
Attach a copy of the specified contractor license(s)
For items that require a licensed Contractor, your firm must possess a current State or County license,
held by a qualifier registered with the State.
If you hold a County license, and State registration is required, your license must be registered with the
State.
ADDITIONAL ITEMS:
The following documents should be submitted with your bid, but no later than five (5)
business days from request of the purchasing agent.
A.
B.
Supplements/Attachments
Copy of Broward County Local Business Tax Receipt (For Broward County Vendors)
The Non-Collusion Statement
The Vendor Questionnaire
VENDORS LIST (Non-Certified Sub-contractors/Suppliers)
Drug Free Workplace Certification Attachment F
Certificate of Insurance, per sample attached - Attachment O
Litigation History Form Attachment K
Scrutinized Companies Certification Form Attachment N
The Florida Department of State Certificate of Proof of application (see: sunbiz.org)
Domestic Partnership Certification - Attachment M
Certifications
Attach a copy of the iPro Certification.
Attach a letter from the intended Authorized Panasonic Distributor.
* All original Bids must be received in the Purchasing Division no later than 2:00 p.m. on the
opening date specified. Late Bids will not be accepted. Please allow additional time for traffic
and parking. This Checklist is for informational purposes only, it is not necessary to return.
Page 2 of 55
(NON-SHELTERED MARKET)
SUBMISSION OF SEALED BIDS: The Invitation for Bid form must be executed and submitted with all
bid sheets and should be in a sealed envelope. The original should be signed in blue ink. Both the
original bid and one (1) photocopy of your bid should be included in a single envelope. The Bidder is
responsible for retaining a copy of all submittals for their own records. The face of the envelope
should contain the company name, address, date and time of bid opening, bid number and bid title.
Bids not submitted on bid sheets may be rejected. Bidder should not submit bids on their own form or
any other form other than Broward County Bid Sheet. All bids are subject to the conditions specified
herein. Bids which do not comply with these conditions are subject to rejection.
1.
SCOPE:
Bids are hereby invited on an open-end basis to repair and install CCTV Equipment and Systems for
the Facilities Maintenance Division and various other Broward County agencies that may have need of
these services and products.
Existing systems include manufacturers such as JVC, Mobotix, Panasonic and Vicon. Panasonic is the
preferred system and is standardized by the Board of County Commissioners on December 9, 2003,
Agenda Item 13. Replacement systems, to include DVRs, NVRs, and cameras will be Panasonic
equipment.
The initial contract period shall start on date of award and shall terminate one year from that date. The
Contractor will complete delivery and the County will receive delivery on any orders mailed to the
contractor prior to the date of expiration.
All prices, terms and conditions shall remain fixed for the initial period of the contract. In addition, all
prices, terms and conditions shall remain fixed for the renewal period of the contract.
There will be no allowable price escalations for fuel costs throughout any contract period(s),
unless otherwise specified in this document.
The Director of Purchasing may renew this contract for two one-year periods subject to vendor
acceptance, satisfactory performance and determination that renewal will be in the best interest of the
County.
No guarantee is expressed or implied as to the total quantity of commodities/services to be purchased
under any open end contract. Estimated quantities will be used for bid comparison purposes only. The
Board of County Commissioners reserves the right to: issue purchase orders as and when required, or,
issue a blanket purchase order for individual agencies and release partial quantities or, issue
instructions for use of Direct Purchase Orders by various County agencies, make random, open market
purchases for any or all of the item(s) on any open end contract or, any combination of the preceding.
No delivery shall become due or be acceptable without a written order by the County, unless otherwise
provided for in the contract. Such order will contain the quantity, time of delivery and other pertinent
data. However, on items urgently required, the seller may be given telephone notice, to be confirmed by
an order in writing.
Page 3 of 55
2.
CONTINGENCY FEES:
By submission of this offer, contractor certifies that no contingency fees (sometimes known as a finders
fee) has been paid to any person or organization other than a bona-fide employee working solely for
the vendor to secure a contract made pursuant to this solicitation. Violation of this policy may result in
termination of any resultant contract and/or possible debarment of the contractor.
3.
FURTHER INFORMATION:
Bidders requiring additional information as to the technical provisions shall contact the Project
Administrator, Candace Jensen, or his or her duly authorized representative from the Broward County
Facilities Maintenance Division at (954) 357-6576 or cjensen@broward.org and Purchasing Agent.
A pre-bid conference will be held at the Government Center, 115 South Andrews Avenue,
Room 302, Fort Lauderdale, Florida at 10 a.m., on October 5, 2012. Attendance is highly
recommended as a source of information but is not mandatory.
Bidders requiring information on this solicitation document should contact Shannon Graham, Broward
County Purchasing Division at (954) 357-6088 or shgraham@broward.org. No change(s) and no
interpretation(s) shall be considered binding unless provided to all bidders in writing by the Director of
the Purchasing Division.
5.
SECURITY REQUIREMENTS:
5.1
GENERAL FACILITIES:
This solicitation includes sites which are designated as critical to security and public safety pursuant to
Broward County Ordinance 2003-08 sections 26-121 and 26-122, as may be amended. All Contractor
and Sub-contractor personnel servicing these facilities will be required to have a County identification
badge, which will be the responsibility of the Contractor to obtain. The badge must be visible and worn
at all times. This will entail a comprehensive background check for the entire State of Florida, which
can be conducted by the Florida Department of Law Enforcement (FDLE). The nominal cost of
background checks is the Contractors responsibility and should be included in the bid price.
FDLE background checks can be done by the Contractor by phone at (850) 410-8109 or online at
https://www2.fdle.state.fl.us/cchinet.
The FDLE Criminal History Information website (http://web.fdle.state.fl.us/search/app/default) indicates:
The funds collected when FDLE provides criminal history information to the public are allocated by the
Legislature to support criminal information systems for use by law enforcement throughout the state.
There will be a charge of $24 for each name search of the Florida criminal history database, regardless
Page 4 of 55
5.2.3
CONTRACTOR shall not permit any person who is listed as a sexual predator or
sexual offender on the Florida Department of Law Enforcement, Sexual Offenders and
Predators Website or the United States Department of Justice, National Sex Offender
Public Website, to provide any services for CONTRACTOR on County Park Property.
All persons subject to the criminal background screening under this Agreement shall
be rescreened annually based on the date of initial screening.
5.2.4
Page 5 of 55
5.2.6
5.2.7
5.2.8
COUNTY may terminate this Contract immediately for cause, with Notice provided to
CONTRACTOR, for a violation related to CONTRACTORs failure to perform the
required background screening on its officers, employees, agents, independent
CONTRACTORs and volunteers who will be working under this Contract on County
Park Property. COUNTY may also terminate this Agreement immediately for cause,
with Notice provided to CONTRACTOR, if COUNTY determines CONTRACTOR failed
to ensure that its permitted subcontractors, as defined in Item 5.2.2 above, have been
background screened as required in this Section prior to performing any services
under this Agreement on County Park Property. CONTRACTOR will not be subject to
immediate termination in the event COUNTY determines a violation of this Section was
outside the reasonable control of CONTRACTOR and CONTRACTOR has
demonstrated to COUNTY compliance with the requirements of this Section.
5.2.9
COUNTY may terminate this Agreement for cause if CONTRACTOR fails to provide
the monthly Affidavit to COUNTY as provided for under Item 5.2.5 above, and
CONTRACTOR does not cure said breach within five (5) days of Notice provided to
CONTRACTOR.
5.3
6.
Page 6 of 55
Workers' Compensation Insurance to apply for all employees in compliance with the "Workers
Compensation Law" of the State of Florida and all applicable Federal laws. In addition, the
policy(ies) must include:
6.1.1
6.2
Employers' Liability with minimum limits of Five Hundred Thousand Dollars ($ 500,000)
each accident.
Comprehensive General Liability with minimum limits of One Million Dollars ($1,000,000) per
occurrence and One Million Dollars ($1,000,000) aggregate, combined single limit for Bodily
Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more
restrictive than the latest edition of the Comprehensive General Liability policy, without
restrictive endorsements, as filed by the Insurance Services Office and must include:
6.2.1
Premises-Operations.
6.2.2
6.2.3
Broad Form Contractual Coverage applicable to this specific Contract, including any hold
harmless and/or indemnification agreement.
6.2.4
6.2.5
Independent Contractors.
6.2.6
Personal Injury Coverage with Employee and Contractual Exclusions removed, with
minimum limits of coverage equal to those required for Bodily Injury Liability and
Property Damage Liability.
6.2.7
6.2.8
Page 7 of 55
Business Automobile Liability with minimum limits Five Hundred Thousand Dollars ($ 500,000)
per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability.
Coverage must be afforded on a form no more restrictive than the latest edition of the Business
Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Services
Office and must include:
6.3.1
Comprehensive Form.
6.3.2
Owned Vehicles.
6.3.3
Hired Vehicles.
6.3.4
Non-Owned Vehicles.
6.3.5
6.3.6
6.4
6.5
Certificates of insurance shall be provided as specified in sub-section 6.4 above unless any of
these coverages are, for just cause, inapplicable, and upon specific request by the vendor are
excepted by written determination of Risk Management and approved by the Director of
Purchasing. If an exception is requested, the bidder should indicate in the appropriate area on
the bid sheet any such request including reason(s) thereto for exemption from insurance
requirements as specified in this section of this invitation for bid/quotation request.
7.
INDEMNIFICATION:
BIDDER shall indemnify and hold harmless COUNTY, its officers and employees, from liabilities,
damages, losses, and costs, including, but not limited to reasonable attorneys fees, to the extent
caused by the negligence, recklessness or intentional wrongful misconduct of BIDDER and persons
employed or utilized by BIDDER in the performance of this Agreement. To the extent considered
necessary by Contract Administrator and County Attorney, any sums due BIDDER under this
Agreement may be retained by COUNTY until all of COUNTYs claims for indemnification pursuant to
this Agreement have been settled or otherwise resolved, and any amount withheld shall not be subject
to payment of interest by COUNTY. The provisions and obligations of this section shall survive the
expiration or earlier termination of this Agreement.
8.
DATE STANDARDS:
CONTRACTOR warrants that each item of software that it delivers, develops, modifies, or recommends
to COUNTY for use under this Contract shall be able to accurately store and process date/time data in
four (4) digit year fields (including, but not limited to, calculating, comparing, interfacing and
sequencing) from, into, and between the nineteenth through the twenty-second centuries, and leap year
calculations. The duration of this warranty and the remedies available to COUNTY for breach of this
Page 8 of 55
10.
LICENSING REQUIREMENTS:
In order to be considered a responsible and responsive bidder for the scope of work set forth in these
bid documents, the bidder shall possess one of the following licenses (including any specified State
registration, if applicable) at the time of bid submittal. Proof of licensing should be furnished within five
(5) business days after request by the Purchasing Agent but prior to award by the Director of
Purchasing or recommendation of award to the Board of County Commissioners, whichever is
applicable. Any certificate of competency that meets or exceeds those specified or can legally perform
the scope of work specified will be considered responsible and responsive to the bid.
STATE:
COUNTY:
Page 9 of 55
12.
BID GUARANTY:
All bids shall be accompanied by an original Bid bond executed by a surety company meeting the
qualifications for surety companies as specified in Section 14. The Bid bond must be an original, no
photocopies will be accepted. In lieu of the Bid bond, the following will be acceptable: cash, money
order, certified check, cashier's check, original irrevocable letter of credit, (Attachment "B") treasurer's
check or bank draft of any national or state bank (United States), in an amount equal to 5 percent of
the total bid price, payable to the Board of County Commissioners and conditioned upon the successful
Bidder executing the Contract and providing the Performance and Payment Guaranty and evidence of
insurance within 15 calendar days after notification of award of the Contract. A personal check or a
company check of a Bidder shall not be deemed a valid bid guaranty. Guaranty of the successful
Bidder shall be forfeited to the Board of County Commissioners not as a penalty, but as liquidated
damages for the cost and expense incurred should said Bidder fail to provide the required Performance
and Payment Guaranty or Certificate of Insurance or fail to comply with any other requirements set forth
herein. Bid Guaranties of the unsuccessful Bidders will be returned after award of Contract.
13.
The Bond(s) shall be in the amount of one hundred percent (100%) of the Contract amount
guaranteeing to COUNTY the completion and performance of the work covered in such
Contract as well as full payment of all suppliers, material men, laborers, or subcontractors
employed pursuant to this project. Such Bond(s) shall be with a surety company which is
qualified pursuant to Section 14. Qualification of Surety.
13.3
Such Bond(s) shall continue in effect for one year after completion and acceptance of the work
with liability equal to one hundred percent (100%) of the Contract price, or an additional bond
shall be conditioned that the CONTRACTOR will upon notification by the COUNTY, correct any
defective or faulty work or materials which appear within one year after completion of the
Contract.
13.4
Pursuant to the requirements of Section 255.05(1) (a), Florida Statutes, CONTRACTOR shall
ensure that the bond or bonds referenced above shall be recorded in the public records of
Broward County.
Page 10 of 55
14.
In lieu of the Performance and Payment Bond, CONTRACTOR may furnish an alternate form of
security which may be in the form of cash, money order, certified check, cashier's check or
irrevocable letter of credit (Attachment D). Such alternate forms of security shall be for the
same purpose and shall be subject to the same conditions as those applicable above and shall
be held by the COUNTY for one year after completion and acceptance of the work.
QUALIFICATIONS OF SURETY:
14.1 A Bid Bond and Performance and Payment Bond must be executed by a surety company of
recognized standing, authorized to do business in the State of Florida and having been in
business with a record of successful continuous operation for at least five years.
14.2
In addition to the above-minimum qualifications, the surety company must meet at least one of
the following additional qualifications:
14.2.1 The surety company shall hold a current certificate of authority as acceptable surety on
federal bonds in accordance with the United States Department of Treasury Circular
570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation
set forth in the circular, in order to qualify, the net retention of the surety company shall
not exceed the underwriting limitation in the circular and the excess risks must be
protected by coinsurance, reinsurance, or other methods in accordance with Treasury
Circular 297, revised September 1, 1978 (31 DFR Section 223.10 Section 233.111).
Further, the surety company shall provide the County with evidence satisfactory to the
COUNTY, that such excess risk has been protected in an acceptable manner.
14.2.2 The COUNTY will accept a surety bond from a company with a rating of A- or better for
bonds up to $2 million, provided, however, that if any surety company appears on the
watch list that is published quarterly by Intercom of the Office of the Florida Insurance
Commissioner, the COUNTY shall review and either accept or reject the surety company
based on the financial information available to the COUNTY. A surety company that is
rejected by the COUNTY may be substituted by the bidder or proposer with a surety
company acceptable to the COUNTY, only if the bid amount does not increase.
14.2.3 The surety company shall have at least the following minimum ratings:
Amount of Bond
500,001
1,000,001
2,000,001
5,000,001
10,000,001
25,000,001
50,000,001
to
to
to
to
to
to
to
1,000,000
2,000,000
5,000,000
10,000,000
25,000,000
50,000,000
or more
Policyholder's
Ratings
A, AA, AA
A
A
A
A
Financial
Size Category
Class I
Class II
Class III
Class IV
Class V
Class VI
Class VII
14.2.4 For projects which do not exceed $500,000.00 the COUNTY shall accept a Bid Bond
and Performance and Payment Bond from a surety company which has twice the
minimum surplus and capital required by the Florida Insurance Code at the time the
invitation bid is issued, if the surety company is otherwise in compliance with the
provisions of the Florida Insurance Code, and if the surety company holds a currently
Construction Contract (Fixed & Open-End)
09/01/2012
Page 11 of 55
LIQUIDATED DAMAGES:
Not applicable to bid.
16.
PAYMENT:
A Purchase Order will be issued to the successful bidder after award and after receipt of the documents
specified herein. Payment for all goods and services shall be made in a timely manner and in
accordance with Florida Statutes, Section 218.70, Florida Prompt Payment Act and the Broward
County Prompt Payment Ordinance (No. 89-49), as amended. All Applications for Payment shall be
submitted to Project Manager. Final payment and release of retainage will be paid in full upon
completion of all requirements.
Prior to the first Application for Payment, the CONTRACTOR shall submit to the COUNTY, a schedule
of values of the various portions of the Work, aggregating the total Contract Sum. Each item in the
schedule, when approved by the COUNTY, shall be used only as a basis for the CONTRACTOR'S
Application for Payment. Partial payments and retainage items listed below are for projects that have a
completion time over 30 days.
16.1
Partial Payments shall only be made upon approval of the CONTRACTOR'S Application for
Payment showing work performed and completed and shall be in accordance with the following:
16.2
Payment will be made no more than one per month. At each partial progress payment, ten
percent (10%) of all monies earned by the CONTRACTOR shall be retained by the COUNTY
until the project is totally completed as specified and accepted.
16.3
The release of retainage shall not become due until all Work is (100%) complete, which may
include:
16.3.1 Repair and/or replacement of faulty or defective Work.
16.3.2 As-built drawings are submitted to and accepted by the County.
16.3.3 All code requirements, inspections, testing and certificates of approval are conformed
with, submitted and accepted by the COUNTY.
16.3.4 The COUNTY is satisfied all payrolls, bills for materials and equipment and other
indebtedness connected with the work for which the COUNTY might in any way be
responsible have been paid or otherwise satisfied to the extent and in such form as may
be designated by the COUNTY.
16.3.5 Certificate of Occupancy is obtained and furnished to County.
Page 12 of 55
18.
PERMITS AND FEES: (For agencies other than Broward County Commissioners)
The CONTRACTOR shall procure and pay for all permits and licenses, charges and fees and give all
notices necessary and incidental to the due and lawful prosecution of the work. The cost of all permits,
fees, etc., shall be included in price bid except where noted in the specifications and requirements.
19.
SUBCONTRACTING:
The CONTRACTOR shall submit a listing of all non-certified subcontractors, if any, and the portion of
the Project they will perform (VENDORS LIST) within five (5) business days of request by County
and prior to award. This list shall be kept up-to-date for the duration of the project and shall include
major material suppliers to the Prime that provide construction material for construction contracts or
commodities for service contracts in excess of $50,000 to the CONTRACTOR. If subcontractors are
stated, this does not relieve the CONTRACTOR from the prime responsibility of full and complete
satisfactory and acceptable performance under any awarded contract.
20.
CODE REQUIREMENTS:
The CONTRACTOR and his or her subcontractors on this project must be familiar with all applicable
Federal, State, County, City and Local Laws, Regulations or Codes and be governed accordingly as
they will apply to this project and the actions or operations of those engaged in the work or concerning
materials used. CONTRACTOR shall ask for and receive any required inspections.
21.
CONTRACTOR RESPONSIBILITIES:
21.1 The CONTRACTOR will be responsible for the provision, installation and performance of all
equipment, materials, services, etc. offered in his or her Bid. The CONTRACTOR is in no way
relieved of the responsibility for the performance of all equipment furnished, or of assuring the
timely delivery of materials, equipment, etc. even though it is not of his or her own manufacture.
21.2
CONTRACTOR shall perform the Work with its own organization, amounting to not less than
fifty percent (50%) of the Contract Price.
21.3
The Contract Administrator will document the contractors performance by completing a Vendor
Performance Evaluation Form. A blank Performance Evaluation Form may be viewed at:
http://www.broward.org/Purchasing/documents/vendorperformanceevaluationrequirements.pdf
and will be completed by the Contract Administrator based upon the following factors:
i. For any fixed construction or services contract valued at $50,000 or more upon
completion of the contract.
ii. For any hardware or software implementation contracts valued at $20,000 or more as
part of the final acceptance.
iii. For any fixed commodities contract valued at $250,000 or more upon complete delivery of
the commodities.
iv. For Master (open-end) Agreements and other continuing contracts by each using agency
whose cumulative annual usage of the agreement exceeds $50,000, prior to any renewal,
termination and upon the agreement expiration.
Page 13 of 55
23.
24.
25.
26.
Page 14 of 55
This Countys Ordinance prohibits certain communications among vendors, county staff, and
selection committee members. Any violations of this ordinance by any members of the
responding firm or its joint venturers' may be reported to the Countys Office of Professional
Standards.
26.3
The Cone of Silence terminates when the County Commission or other awarding authority takes
action which ends the solicitation.
27.
28.
29.
30.
No bidder shall prohibit a CBE firm from, nor inhibit it, in offering its goods or services to other
bidders. A bidder may be disqualified from consideration for award under this bid if it is in
violation of this section.
Page 15 of 55
30.4
The provisions set forth below in Requirements for Contracts with CBE Goals shall be included
in and shall become material terms and conditions of the contract resulting from the award of
this bid.
CBE Requirements for Submitting Bids: a bid will not be considered responsive unless the
bidder complies with the CBE participation goal established for this contract or demonstrates
that the bidder made a good faith effort to meet the CBE participation goal (as provided in Item
30.15 Determination of Good Faith Effort) and submits the required information with the bid.
The attachments to this contract are identified as follows and must be completed and returned
with your bid:
30.5
The following information must be submitted for each CBE firm that the bidder proposes to
utilize if awarded this bid in order to meet the CBE goal of a contract. This information shall be
submitted on Letter of Intent and Schedule of CBE Participation forms:
30.6.1 The names and addresses of each CBE firm that will participate in the contract resulting
from this bid;
30.6.2 A description of the work that each CBE firm will perform;
30.6.3 The dollar and percentage amount of the participation each CBE firm will receive under
the contract resulting from this bid;
30.6.4 Acknowledgement of the bidders commitment to use each CBE firm whose participation
the bidder submits for the purpose of meeting the contract participation goal; and
30.6.5 Acknowledgement from each CBE firm that it will participate in the contract as provided
in 30.6.2. and 30.6.3 above.
30.7
CBE participation is based on the amount of work actually performed by the CBE firm with its
own forces. A joint venture that includes a CBE firm as a bidder will be credited with CBE
participation on the basis of the percentage of work to be performed by the CBE firm or the
percentage of profit to accrue to the CBE firm. For example, if a joint venture that includes a
CBE firm that is proposed to perform fifty percent (50%) of a project quoted at $500,000 and fifty
percent (50%) of the profits are to accrue to the CBE firm in the joint venture, the CBE firms
participation will be credited as fifty percent (50%) of the work or $250,000. The percentage
and dollar amount of the work to be performed by the CBE must be noted on the Schedule of
Participation and Letter of Intent submitted with the bid.
Page 16 of 55
If a CBE firm bids to provide the goods or services as a prime contractor, it will be credited with
CBE participation for that portion of the contract work that the CBE firm performs and for any
portion of the contract work performed by other CBE firms as subcontractors, if any. In
determining whether a CBE firm that is bidding has met the contract participation goal, the
amount of contract participation by the bidding CBE firm shall be included in calculating the total
CBE participation under the contract. For example, if a bidding CBE firm proposes to perform
fifty percent (50%) of the work quoted at $500,000 and to subcontract twenty-five percent (25%)
to a non-CBE firm and twenty-five percent (25%) to a CBE firm, the CBE participation will be
credited at seventy-five percent (75%) or $375,000.
30.9
A bidder may also count expenditures for materials and supplies towards its CBE participation
goals if the supplier or manufacturer is a CBE firm, and if the CBE firm is under contract with the
bidder to provide the materials and supplies. This must be identified in bidders submittal.
30.10 CBE subcontracting may be accepted at any subcontracting tier. The Schedule of CBE
Participation and Letter of Intent must be filled out with the CBE firm listed and note what tier
(second, third, etc.) and which subcontractor their payments will be made to/from. Only include
the amount (dollar and percent) that is being committed to that tier for CBE participation (do not
the amount to the non-CBE subcontractor). For the Letter of Intent, the form shall be signed by
the bidder and it shall only reflect the amount (dollar and percentage) that will be assigned to
the sub-tier CBE firm. Bidder should note on form that it is committed through a non-CBE firm
(and the tier of the CBE firm), if this is applicable. The form shall be signed by the CBE firm.
30.11 Nothing herein shall be construed to require a bidder to award a subcontract to a CBE firm if it is
not the lowest responsive, responsible bid.
30.12 Nothing herein shall be construed to indicate that a higher level of CBE involvement above the
stated goal in a solicitation will give that bidder the right of award over other bidders who have
met the CBE goal or Good Faith Effort, as approved by the County.
30.13 The forms submitted shall only address the base bid. No alternate/optional bid item(s) shall be
addressed. If the County chooses to exercise the right to award alternate/optional bid item(s),
the CBE participation goal for this bid shall apply to the alternate/optional bid item(s) to be
awarded, and the County shall issue a CBE notice to the apparent successful bidder which shall
require the bidder to comply with the CBE participation goal for the alternate/optional bid
item(s). Prior to award, the apparent successful bidder shall submit to the County all forms
required by the CBE notice applicable to the alternate/optional bid item(s) to be awarded.
Failure to submit the required forms may result in the bidder being deemed non-responsive and
rejection of the bid.
30.14 Determination Of Good Faith Effort: A bidder shall not be determined non-responsive and shall
not be denied award of a contract due to the failure of a bidder to meet the assigned contract
goal if the bidder timely provides documentation demonstrating, as determined by the Office of
Economic and Small Business Development, the bidder's Good Faith Effort to meet the goal. A
bidder that does not meet the goal shall provide documentation of Good Faith Effort consistent
with the Ordinance and this section or it will be found non-responsive. Bidders who wish to be
considered for Good Faith Effort, shall complete and submit a "Application for Evaluation of
Good Faith Effort" at the time the bidder submits its bid, including the documentation of Good
Faith Effort as required by the County Business Enterprise Act of 2009.
In making such
determination of Good Faith Effort, the Office of Economic and Small Business Development
shall consider all of the factors listed in Section 1-81.4 (g). The efforts to be considered by the
Office of Economic and Small Business Development include, but are not limited to:
30.14.1 Soliciting through activities such as attendance at pre-bid meetings, advertising, or
written notices, the interest of certified CBE firms (or CBE firms eligible for certification)
that have the ability and capacity to perform the contract work. The bidder must solicit
this interest in a timely manner to allow the CBE firms to respond to the solicitation.
Construction Contract (Fixed & Open-End)
09/01/2012
Page 17 of 55
Page 18 of 55
Page 19 of 55
PREFERENCES:
Not applicable to bid.
32.
BATTERY DISPOSAL:
In accordance with Florida 1993 Solid Waste Act, the manufacturers of heavy metal batteries or the
manufacturers of products powered by such batteries are solely responsible for the reclamation and
disposal of such used batteries as purchased by the County. The County shall not be held liable for
any cost associated with the reclamation and disposal of such batteries.
33.
34.
SPECIAL NOTICE: In accordance with OSHA Regulation 29 CFR 1926.1101(k) (2), bidders are
notified of the presence of asbestos containing material and/or presumed asbestos containing
material at some Broward County locations.
35.
36.
Page 20 of 55
38.
39.
NON-COLLUSION STATEMENT:
By signing this offer, the vendor certifies that this offer is made independently and free from collusion.
Vendor shall disclose below, to the best of his or her knowledge, any Broward County officer or
employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Fla.
Stat. (1989), who is an officer or director of, or has a material interest in, the vendor's business, who is
in a position to influence this procurement. Any Broward County officer or employee who has any input
into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of
offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a
position to influence this procurement. For purposes hereof, a person has a material interest if he or
she directly or indirectly owns more than 5 percent of the total assets or capital stock of any business
entity, or if he or she otherwise stands to personally gain if the contract is awarded to this vendor.
Failure of a vendor to disclose any relationship described herein shall be reason for debarment
in accordance with the provisions of the Broward County Procurement Code.
NAME
RELATIONSHIPS
In the event the vendor does not indicate any relationship by leaving the above section blank,
the County will take this to mean the vendor means no such relationships exist.
Page 21 of 55
(NON-SHELTERED MARKET)
TO:
In accordance with the General Conditions, Special Instructions to Bidders, Technical Specifications and
Requirements, the undersigned bidder offers pricing and services as per the Electronic Bid Pricing
Sheet(s):
Instructions for completing the Electronic Bid Pricing Sheet(s):
1. Download the Electronic Bid Pricing Sheet(s), in Microsoft Excel format, from the Purchasing Division
website at http://www.broward.org/Purchasing/Pages/CurrentSolicitationList.aspx. Respond to this bid
by inputting the companys information and unit pricing into the formatted Excel spreadsheet. Only the
highlighted cells will be available for entering information.
2. Once the Electronic Bid Pricing Sheet(s) are completed, bidder should save the Excel file to a CD or
DVD in a read-only format. Do not password protect the file and do not save it as a PDF. Label the
front of the disk with the bidders name and bid number.
3. Print the completed Electronic Bid Pricing Sheet(s); sign and date where indicated.
4. Bidder must submit, in one envelope, the printed, signed Electronic Bid Pricing Sheet(s) with the
bidders complete, original bid submission as per the General Conditions and Special Instructions to
Bidders and should include the CD/DVD (with the saved Excel file).
5. If bidder is unable to electronically fill out and submit Electronic Bid Pricing Sheet(s) with its bid
submittal, bidder must submit a hardcopy of the Electronic Bid Pricing Sheet(s) with handwritten unit
prices and extensions.
6. If the hardcopy of the Electronic Bid Pricing Sheet(s) does not match the Electronic Bid Pricing Sheet(s)
submitted on the CD/DVD, the hardcopy prices shall prevail for any discrepancies in pricing. If handwritten bid Sheet(s) and electronic bid Sheet(s) are submitted, handwritten unit prices will prevail for
any discrepancies in pricing.
7. It is the Bidders responsibility to monitor the Purchasing Divisions website for any issued addenda.
Addenda may include revised Electronic Bid Pricing Sheet(s) that will need to be downloaded, properly
filled out, and submitted by the Bidder.
Page 22 of 55
(NON-SHELTERED MARKET)
8. The CD/DVD submitted with the bid will become County property; as such, it is submitted at no cost to
the County.
9. If the Bidder believes there is an error in the Electronic Bid Pricing Sheet(s), Bidder must immediately
notify the Purchasing Agent prior to the bid opening date.
INSURANCE EXCEPTION REQUESTS:
In accordance with Paragraph 6.5 of "Special Instructions to Bidder" indicate if an exception to
insurance requirements is being requested. Be specific and state reason:
3.
IS YOUR PRODUCT RECYCLABLE AFTER IT HAS REACHED ITS INTENDED END USE?
NO
YES
SPECIFY: _________________________________________________________________________________
__________________________________________________________________________________________
THE ABOVE IS NOT APPLICABLE IF THERE IS ONLY A PERSONAL SERVICE INVOLVED WITH NO PRODUCT
INVOLVEMENT.
_________________________________________________________________________________________________
Page 23 of 55
NO
NO
ADDENDA:
LIST BELOW ALL ADDENDA (IDENTIFIED BY NUMBER) THAT YOUR COMPANY HAS RECEIVED AND HEREBY
ACKNOWLEDGES SINCE ISSUANCE OF THIS BID:
_________________________________________________________________________________________________
_________________________________________________________________________________________________
NOTICES TO BIDDER:
1.
PLEASE COMPLETE APPLICABLE INFORMATION ON THE FACE OF THE INVITATION FOR BID/BIDDER
ACKNOWLEDGMENT FORM (IFB). IF THE COUNTY DOES NOT HAVE THE CORRECT INFORMATION,
PAYMENTS CANNOT BE MADE TO YOUR FIRM.
2.
BE SURE TO HAVE THE INVITATION FOR BID, [BIDDER ACKNOWLEDGMENT FORM] SIGNED BY AN
AUTHORIZED REPRESENTATIVE OF YOUR FIRM OR YOUR BID WILL NOT BE CONSIDERED
RESPONSIVE.
Page 24 of 55
How many years has your organization been in business while possessing one of the licenses,
certifications or registrations requested?
License/Certification Registration
1A.
# Years
2.
What is the last project of this nature that you have completed?
3.
Have you ever failed to complete any work awarded to you? If so, where and why?
3A.
Give owner names, addresses and telephone numbers, and surety and project names, for
all projects for which you have performed work, where your surety has intervened to
assist in completion of the project, whether or not a claim was made.
Page 25 of 55
Give names, addresses and telephone numbers of three individuals, corporations, agencies, or
institutions for which you have performed work of a similar nature or sold similar commodities to
in the past three (3) years:
4.1
(Organization/Company)
(Contact Name)
(Contract Number)
(Project Name)
(Address)
(Project Value)
(Phone No.)
Scope of Project
4.2
(Organization/Company)
(Contact Name)
(Contract Number)
(Project Name)
(Address)
(Project Value)
(Phone No.)
Scope of Project
4.3
(Organization/Company)
(Contact Name)
(Contract Number)
(Project Name)
(Address)
(Project Value)
(Phone No.)
Scope of Project
Page 26 of 55
List the following information concerning all contracts in progress as of the date of submission of
this Solicitation. (In case of co-venture, list the information for all co-venturers.)
NAME OF
PROJECT
OWNER
PHONE NO.
TOTAL
CONTRACT
VALUE
DATE OF
COMPLETION
PER CONTRACT
% OF COMPLETION
TO DATE
Has a representative of the Respondent completely inspected the proposed project site and does
the Respondent have a complete plan for its performance?
7.
8.
9.
Page 27 of 55
State the name of your proposed project manager and superintendent and give details of his or
her qualifications and experience in managing similar work.
11.
State the true, exact, correct and complete name of the partnership, corporation or trade name
under which you do business and the address of the place of business. (If a corporation, state the
name of the president and secretary. If a partnership, state the names of all partners. If a trade
name, state the names of the individuals who do business under the trade name).
11.1
11.2
11.3
11.4
The names of the corporate officers, or partners, or individuals doing business under a
trade name, are as follows:
11.5
List all organizations which were predecessors to Respondent or in which the principals or
officers of the Respondent were principals or officers
Page 28 of 55
12.
List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed
by or against the Respondent, its parent or subsidiaries or predecessor organizations
during the past three (3) years. Include in the description the disposition of each such
petition.
List and describe all successful Performance or Payment Bond claims made to your surety(ies)
during the last three (3) years. The list and descriptions should include claims against the bond
of the Respondent and its predecessor organization(s).
12.1
Has the Respondent, its principals, officers or predecessor organization(s) been debarred
or suspended from bidding by any government during the last three (3) years? If yes,
provide details.
12.2
Page 29 of 55
Page 30 of 55
THIS FORM SHOULD BE SUBMITTED WITH THE BID; OR IF NOT SUBMITTED WITH BID, IT MUST BE
SUBMITTED WITHIN 5 CALENDAR DAYS OF REQUEST FROM THE COUNTY
Provide this information for any sub vendor(s) who will provide a service to the County for this solicitation. This
includes major suppliers as well.
1.
Firms Name:
2.
Firms Address:
3.
4.
5.
6.
7.
Bid/Proposal Number:
8.
1.
Firms Name:
2.
Firms Address:
3.
4.
5.
6.
7.
Bid/Proposal Number:
8.
Email Address:
Contracted Amount:
Award Date:
Email Address:
Contracted Amount:
Award Date:
I certify that the information submitted in this report is in fact true and correct to the best of my knowledge
________________________________
Signature
________________________________
Title
_____________________________
Date
Note: the information provided herein is subject to verification by the Purchasing Division.
Use additional sheets for more subcontractors or suppliers as necessary.
Page 31 of 55
ATTACHMENT A
SPECIFICATIONS AND REQUIREMENTS
CLOSED CIRCUIT TELEVISION (CCTV) REPAIR AND INSTALLATION
1.
2.
SCOPE
Bids are hereby invited on an open-end basis to repair and install CCTV equipment and systems for
the Facilities Maintenance Division (FMD) and various other County agencies.
1.1.
Existing systems include manufacturers such as JVC, Mobotix, Panasonic and Vicon.
1.2.
Panasonic is Sole Brand Standardized for CCTV equipment and controls for all current and
future Broward County buildings, approved by the Broward County Board of County
Commissioners on December 9, 2003, Agenda Item 13. Replacement systems, to include
DVRs, NVRs, and cameras will be Panasonic equipment.
i-Pro Certification
2.2.1. CONTRACTOR is required to be, or must use a subcontractor, who is Panasonic i-Pro
Certified at the time of bid opening. Certification must be current and be validated by
Panasonic (verification will be completed by the County). Proof of certification should
be submitted with bid document; if not submitted with bid document, it must be
submitted within five (5) business days of request by the County. Failure to submit in a
timely manner shall deem bidder non-responsive.
2.2.2. The CONTRACTOR or subcontractor who is Panasonic i-Pro Certified must be
certified from Panasonic in installation, troubleshooting, and repair of Panasonic i-Pro
equipment. Only technicians Panasonic i-Pro certified by Panasonic will work on
Panasonic i-Pro equipment at any Broward County facility. Certification shall be
validated by Panasonic, Inc. (verification will be completed by the County). Proof of
technicians certification should be submitted with bid document; if not submitted with
bid, it must be submitted within five (5) business days of request by the County, but
prior to award. Failure to submit in a timely manner shall deem bidder non-responsive.
2.3.
3.
4.
Page 32 of 55
5.
4.2.
4.3.
In the event that a repair takes more than 24 hours to complete, a daily progress report to the
Project Manager by the CONTRACTOR will be required. The expected completion time and
approximate cost must be reported to the Project Manager.
4.4.
FMD Project Manager or designee should provide CONTRACTOR with a Work Request
Number at the time of call out. No invoice shall be paid without a Purchase Order. No FMD
invoice shall be paid without a Work Request Number and Purchase Order
CONTRACTOR RESPONSIBILITIES
5.1.
CONTRACTOR shall provide Project Manager or designee, a point of contact (POC) for
reporting problems and requesting technical services associated with the CCTV system. The
POC shall accept requests via telephone, cell phone, fax, email, or any other reporting
method as agreed to by Project Manager and CONTRACTOR.
5.2.
5.3.
The CONTRACTOR shall not begin any work until the Project Manager has provided both the
Purchase Order and the Notice to Proceed.
5.4.
5.5.
Take precautions necessary to protect persons or property against personnel exposure, injury
or damage and be responsible for any such personnel exposure, damage, or injury that
occurs as a result of CONTRACTORs fault or negligence.
5.6.
The CONTRACTOR shall be responsible for obtaining and paying for any permits/fees
required. CONTRACTOR will invoice the County for reimbursement. Permits/fees shall be
paid on a Pass Thru basis (page 39, items 15 and 16).
5.7.
The CONTRACTORs employees must document arrival and departure times in the
designated CONTRACTOR Log Book for the facility, and contact the Project Manager, or
designee, to notify them of their arrival and departure times.
5.8.
The CONTRACTOR must be familiar with all current applicable Federal, State, County, City
and Local laws, regulations or codes and be governed accordingly as they apply to this
contract and the actions or operations of those engaged in the work or concerning materials
used. CONTRACTOR shall ask for and receive any required inspections.
5.9.
All employees of the CONTRACTOR shall be considered to be, at all times, the sole
employees of the CONTRACTOR, under his or her sole direction and not be an employee or
agent of Broward County.
5.10.
The CONTRACTOR shall be responsible for all necessary measurements and for the
accurate fitting of all work. The CONTRACTOR shall be responsible for any damage to the
facility or any equipment as a result of work performed by CONTRACTOR. Any such damage
will be repaired by the CONTRACTOR at their expense and to the satisfaction of Broward
County.
5.11.
The CONTRACTOR shall be responsible for maintaining a clean work site, to remove debris,
and to dispose of it properly at the CONTRACTORs expense.
5.12.
CONTRACTOR will be responsible for disposal of hazardous waste materials that may be a
an
active
address
available
for
electronic
Page 33 of 55
The CONTRACTOR and his or her staff shall communicate only with the Project Manager, or
designee, regarding project scope and other applicable details.
5.14.
CONTRACTOR should stock on the service truck, if possible, all equipment and materials
necessary to perform services at the time of first response.
5.15.
The CONTRACTORs on-site, senior ranking employee at any County facility must be able to
fluently read, speak and clearly communicate in the English language at all times.
5.16.
5.17.
CONTRACTOR shall be responsible for providing ladders, extension ladders, lifts, scissor lifts,
hydraulic lifts, and any other equipment or device required to service the locations properly.
All equipment shall be OSHA approved. CONTRACTOR is responsible for transporting such
equipment, without delay and within the required response time, causing no delay in
services/repairs. Lifts reaching 15 feet or higher may be charged only when a job site
requires a lift of this size or other specialized lift equipment and MUST be approved by the
Project Manager or designee prior to start of project. Lifts reaching heights less than 15 feet
are the CONTRACTORS responsibility and are included in the bid price.
5.18.
CONTRACTOR is expected to work with Highway and Bridge Maintenance Project Manager
to adhere to any bridge operational guidelines and/ or restrictions.
5.19.
5.20.
5.21.
5.22.
emergency
repair
to
Page 34 of 55
6.
5.23.
5.24.
PROJECT MANAGEMENT
6.1.
CONTRACTOR shall follow standard project management practices for CCTV projects.
Project plans should be tailored as necessary to meet unique requirements of the project. The
CONTRACTORS Project Manager responsibilities will include day-to-day hands-on charge of
all aspects of the project and shall coordinate with the Countys Project Manager on all
aspects of performance, including: Project Control, Project Planning, Risk Management and
Mitigation, Monitoring and Controlling, Quality Planning, Communication Planning, and Project
Closure.
6.2.
7.
8.
The CONTRACTOR will execute tests which will be defined by Acceptance Test Procedures
(ATP) to be developed and agreed on with the Countys Project Manager or designee. Each
test will be traceable to the Statement of Work or any other documents provided by
CONTRACTOR. The ATP should be tailored as necessary to meet unique requirements of the
project.
TRAFFIC SAFETY
7.1.
CONTRACTOR shall provide, erect, maintain, locate, relocate and comply with all regulations
affecting safeguards in the vicinity of excavations, embankments, trenches, obstruction, etc.
CONTRACTOR shall provide sufficient lighting, flashing and steady, amber or red safety and
caution lights, flags, signs, or any other warning device to control, warn and safeguard
pedestrians and vehicular traffic from injury or damage.
7.2.
CONTRACTOR shall provide sufficient temporary lighting to allow for safe and trouble free
passage by pedestrians and vehicles.
7.3.
CONTRACTOR shall, at all times, fully protect trenches, so as to provide for a clean and safe
transit of vehicles and pedestrians, indiscriminate of whether its County, public or private
traffic.
7.4.
CONTRACTOR shall produce and prepare a Maintenance of Traffic (MOT). MOT shall be
prepared by a Certified Work Site Officer or State of Florida, Registered Professional
Engineer.
7.5.
MOT shall meet Florida Department of Transportation requirements, to the satisfaction of the
COUNTY.
INSTALLATION NOTES
8.1.
Coaxial cables and wiring for power and operation shall follow factory specifications for
equipment supported.
8.2.
Conduit will be used for all exposed cabling. All cabling will be Plenum rated and will be selfsupported and will not lie on drop ceiling tiles. Cabling will be secured off of drop ceilings.
Cameras will be anchored above the drop ceilings using unistrut or other anchoring devices
and not mounted directly on ceiling tiles.
8.3.
All wall penetrations shall be properly sealed and junction boxes covered. The
CONTRACTOR shall re-install ceiling tiles removed during installation. At the completion of
each days work, the CONTRACTOR will clean all work areas of dirt, debris, and ensure all
equipment is stored to ensure the safety of the occupants. The Project Manager will be
notified in advance of all work planned or scheduled one week in advance to allow notification
Page 35 of 55
All work shall conform to current regulatory codes, including but not limited to National Fire
Protection Association (NFPA), National Electrical Codes (NEC), Underwriters Laboratories,
Inc. (UL), and local authorities with jurisdiction over such installations.
8.5.
Cameras will be positioned according to locations agreed upon with Project Manager. If for
any reason, a camera cannot be positioned as indicated, the Project Manager will be
immediately notified. CONTRACTOR is responsible for initial programming of all cameras to
include Pan/Tilt/Zoom (PTZ) and recording schedule rates per the needs of the user. All
cameras shall be labeled at location where installed, on patch panels, at connection to
DVR/NVR, and in the viewer management system to facilitate camera location identification
when images are viewed.
8.6.
The warranty for all equipment shall be full service, to include parts, and labor for a period not
less than one year from date of acceptance by the Project Manager or other authorized agent
of Broward County.
8.7.
Work schedules will be approved by Project Manager or designee, and labor hours will be
verified.
8.8.
The CONTRACTOR shall start Work for a project on the date specified in the Notice to
Proceed. The Project Completion Time shall be set forth in the Proposal and computed from
the date specified in the Notice to Proceed. The mutual assumption by both parties to this
contract is that all permitting requirements, if any, shall be satisfied within 30 calendar days
from the date in the Notice to Proceed. If the time necessary to satisfy all permitting
requirements varies from this assumption, the Project Completion Time may be adjusted
(extended or shortened) by the County by the actual number of days required to satisfy all
permitting requirements. TIME BEING OF THE ESSENCE to the County, the CONTRACTOR
shall thereafter prosecute the Detailed Scope of Work diligently.
8.9.
CONTRACTOR shall not assume that existing conduit, if any, can be re-used.
8.10
Only use network cable that has passed the Underwriters Laboratory (UL) LAN certification
programs, is labeled with acceptable UL markings, and is rated for outdoor/exterior use.
8.11
All cables shall be uniquely tagged to identify its source at both terminating ends for future
tracing of network connections.
8.12
8.13
No one run of cable may exceed 295 feet from switch to termination.
8.14
Coordinating bending radii of conduit with minimum bending radii of selected cable.
8.15
Where junction boxes are used, conduit entries shall be aligned such that cables passing
through the box enter and exit at opposite sides of the box and in-line.
8.16
A conduit fill ratio of 40% should be used to size conduit; however, under no circumstances
shall a fill ratio greater than 50% be approved or proposed.
8.17
Pull boxes must be placed in conduit runs where continuous conduit length exceeds 100 feet
or where there are more than two 90 degree bends.
8.18
Pull boxes must be placed in straight runs and not used in lieu of a bend.
8.19
Wall penetrations shall be sealed, junction and pull boxes will be covered. Locations will be
coordinated with the Facilities Maintenance Division Building Manager or designee.
Page 36 of 55
WRITTEN ESTIMATES
The successful bidder may be required to submit a written estimate on each job. The estimate shall
be based on the requirements of labor hours, parts and material, etc. for a specific job. Estimates
shall be broken down by labor hours and a separate detailed price list for parts, materials (using
Contract unit prices) and pass-thru fees. Date and time of completion of repairs shall be included. All
estimation and quotation preparation shall be provided at no cost or obligation to the County.
Estimate must be submitted within five (5) calendar days after request.
10.
SUBMITTALS
The CONTRACTORs Proposal shall include, at a minimum: (if applicable)
10.1. Materials List-Items proposed under each individual project.
10.2.
Shop-Installation Drawings - Furnish prior to fabrication and delivery, prepared complete Shop
and Installation Drawings to the Project Manager for review and approval.
10.3.
Manufacturers Recommended Installation Procedures - Must also meet minimum state and
local code and industry standards in order to meet permit/inspection requirements.
10.4.
Manufacturers Specifications and Data - Will be required to prove compliance with the
specified requirements.
10.5.
10.6.
11.
TRAINING
The CONTRACTOR shall provide training on the equipment following guidelines established by
Panasonic, Inc. or other manufacturer, if applicable. Scheduled training will be coordinated through
the Project Manager or designee.
12.
HOURS OF SERVICE
12.1. Regular time shall be from 8:00 a.m. to 5:00 p.m., Monday through Friday. After Hours shall
be from 5:01 p.m. to 7:59 a.m., Monday through Friday; all hours Saturday, Sunday, and
approved holidays of the trade. After Hours work must be approved by the Project Manager
prior to work actually being performed. Work may continue past a normal eight hour work
shift, if needed and approved by Project Manager.
12.2.
Partial hours worked shall be billed to the closest quarter hour increment. For example 1 to 15
minutes is equal to hour; 16 to 30 minutes is equal to a hour, etc. All hours will be verified
by the Project Manager. No trip charges or mileage will be paid.
12.3.
CONTRACTOR shall provide twenty-four (24) hour service, seven (7) days per week in
response to requests from Project Manager or designee. Emergency service call requests
must receive a response by phone within thirty (30) minutes and on-site within two (2) hours,
unless other arrangements are made with the Project Manager, or designee. Non-emergency
service call requests must receive a response by phone within one (1) hour and response on
site within eight (8) regular business hours, unless other arrangements are made with the
Project Manager, or designee.
12.4.
Page 37 of 55
WARRANTY
13.1. All materials, labor and workmanship for replacement parts and supplies shall be fully
warranted and guaranteed for a minimum of one (1) year from date of completion and
acceptance, or manufacturers warranty, whichever is greater.
13.2.
The CONTRACTOR is required to expressly warrant that all items are new and free from
defects, warranted for their merchantability and meet the performance specifications of the
original equipment.
13.3.
The CONTRACTOR shall be responsible for notifying the Project Manager of any warranties
or guaranties, and the terms contained therein prior to final payment.
14.
15.
16.
17.
ADDITIONAL/DELETION OF EQUIPMENT:
The County reserves the right to add upgrades and/or additional CCTV items to this contract as such
equipment is upgraded and/or replaced, or to delete CCTV items in the event the equipment has
become obsolete. The contract prices shall be adjusted as mutually agreed upon between Contractor
and County and must be approved by the Purchasing Division.
Page 38 of 55
Applicant:
Amount: _____________________________
(in United States funds)
(Date) ______________________________
Bid/Contract Number __________________
We hereby authorize you to draw on ___________________________________________________________
(Bank, Issuer name)
at ______________________________________________________________________________________
(Branch Address)
by order of and for the account of _____________________________________________________________
(Contractor, Applicant, Customer)
up to an aggregate amount, in United States Funds, of _________________________________ available by your draft
at
sight, accompanied by:
(1)
Page 39 of 55
_____________________________________
(NAME OF ISSUING BANK)
_____________________________________
Authorized Signature
_____________________________________
Type Name
_____________________________________
Type Title
Page 40 of 55
Performs the Contract between the CONTRACTOR and the COUNTY for construction of
_____________________, the Contract being made a part of this Bond by reference, at the times and
in the manner prescribed in the Contract; and
2.
Promptly makes payments to all claimants, as defined in Section 255.05 (1), Florida Statutes, supplying
CONTRACTOR with labor, materials, or supplies, used directly or indirectly by CONTRACTOR in the
prosecution of the work provided for in the Contract; and
3.
Pays COUNTY all losses, damages, expenses, costs and attorneys fees including appellate
proceedings, that COUNTY sustained; and
4.
Performs the guarantee of all work and materials furnished under the Contract for the time specified in
the Contract, then this Bond is void; otherwise it remains in full force.
The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and
compliance or noncompliance with any formalities connected with the Contract or the changes does not affect
Surety's obligation under this Bond.
Whenever CONTRACTOR shall be, and declared by COUNTY to be, in default under the Contract, the
COUNTY having performed COUNTY'S obligation thereunder, the Surety may promptly remedy the default, or
shall promptly
(1)
(2)
Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon
determination by Surety of the lowest responsible Bidder, or, if the COUNTY elects, upon determination
by the COUNTY and surety jointly of the lowest responsible Bidder, arrange for a Contract between
such Bidder and COUNTY, and make available as work progresses (even though there should be a
default or a succession of defaults under the Contract or Contracts of completion arranged under this
paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price; but not
exceeding, including other costs and damages for which the Surety may be liable hereunder, the
amount set forth in the first paragraph hereof. The term "balance of the Contract price," as used in this
paragraph, shall mean the total amount payable by COUNTY to CONTRACTOR under the Contract
and any amendments thereto, less the amount properly paid by COUNTY to CONTRACTOR.
Page 41 of 55
______________________________________________
(Name of Corporation)
WITNESSES:
__________________________________
Secretary
BY: ____________________________________________
(Signature and Title)
BY: ____________________________________________
(Type Name and Title signed above)
(CORPORATE SEAL)
IN THE PRESENCE OF:
__________________________________ INSURANCE COMPANY:
__________________________________
BY: ___________________________________________
Agent and Attorney-in-Fact
Address: ______________________________________
(Street)
______________________________________________
(City/State/Zip Code)
Telephone No.: _________________________________
Page 42 of 55
Applicant:
Amount: ______________________________________________
in United States Fund
Expiry:
(Date)
A signed statement from the County Administrator of Broward County, or the Administrator's authorized
representative, that the drawing is due to default in performance of certain obligations on the part
of____________________________________________________________________________
(Contractor, Applicant, Customer)
agreed upon by and between Broward County and_________________________________________
(Contractor, Applicant, Customer)
pursuant to the Bid/Contract No. _____________________ for ___________________________
(Name of Project)
and Section 255.05, Florida Statutes.
Page 43 of 55
Page 44 of 55
RE:
This is to certify that, in accordance with Chapter 85-104, Laws of Florida (HB1266), the insurer named above:
Holds a certificate of authority authorizing it to write surety bonds in Florida.
Has twice the minimum surplus and capital required by the Florida Insurance Code.
Holds a currently valid certificate of authority issued by the United States Department of Treasury under Section 9304 to
9308 of Title 31 of the United States Code.
_______________________
AFFIDAVIT
STATE OF FLORIDA
COUNTY OF
)
)SS
)
Before me this day personally appeared ________________, Chief Financial Officer of _____________, who, being duly
sworn, executed the foregoing instrument and acknowledged to and before me the truthfulness and accuracy of the
statements in the foregoing instrument.
_________________________________________________________________________________
Signature of person making Affidavit
SWORN TO AND SUBSCRIBED before me this ________day of _______________________, 20__
___________________________________________
Notary Public, State, State of Florida
My Commission Expires: ________________________
Page 45 of 55
Page 46 of 55
Page 47 of 55
Page 48 of 55
Page 49 of 55
Page 50 of 55
Party
Vendor is Plaintiff
Vendor is Defendant
Case Name
Case Number
Date Filed
Name of Court or other
tribunal
Civil
Administrative/Regulatory
Criminal
Bankruptcy
Type of Case
Claim or Cause of
Action and Brief
description of each
Count
Brief description of the
Subject Matter and
Project Involved
Disposition of Case
Pending
Settled
Dismissed
No
Name:
Opposing Counsel
Email:
Phone number:
Page 51 of 55
Date:
To:
Vendor/Firm Name
From:
For tracking purposes, the attached list of non-certified subcontractors/sub-vendors have performed or
provided services to the County for the referenced contract. Non-certified subcontractors/sub-vendors are any
subcontractors/sub-vendors whose services under the contract were not approved to meet the Countys
participation goal establshed for this contract and whose participation was not listed on the prime vendors
Schedule of Participation (Attachment B) and/or not aproved as substitutes or additions by the Broward
County Office of Economic Small Business Development Division toward meeting the established goal.
The Prime Vendor certifies the following:
There were no other non-certified subcontractors/sub-vendors who provided a service to the County for
the referenced contract. All participants on the contract are listed on the attached list.
There were other non-certified subcontractors/sub-vendors who provided a service and are not listed on
the attached list. The additional subcontractors/sub-vendors are listed on the form attached.
THE UNDERSIGNED VENDOR HEREBY CERTIFIES THAT THE INFORMATION PROVIDED HEREIN IS
TRUE AND CORRECT.
The foregoing instrument was acknowledged before me this ______ day of _____________________, 2____,
By________________________________________ (Print Name) as __________________________ (Title)
of ______________________________________ (Prime Vendor), known to me to be the person described
herein, or who produced ____________________________ as identification, and who did/did not take an
oath.
Notary Public:
___________________________________ (Signature)
____________________________________ (Print Name)
Commission No: ________________ Expires:___/___/___
(Seal)
State of ___________________________ at Large
Page 52 of 55
______________________
_________________________________
COUNTY OF ___________________
My commission expires: ________________ (SEAL)
Notary Public
(Print, type or stamp commissioned name of Notary Public)
Personally Known ____ or Produced Identification ____ Type of Identification Produced: ________________
Page 53 of 55
_________________________________________
(Authorized Signature)
_________________________________________
(Print Name and Title)
_________________________________________
(Name of Vendor)
STATE OF ___________________
COUNTY OF _________________
The foregoing instrument was acknowledged before me this ______ day of ___________, 20____, by
____________________________
(name
of
person
whose
signature
is
being
notarized)
as
NOTARY PUBLIC:
__________________________
(Signature)
__________________________
(Print name)
Page 54 of 55
Page 55 of 55