Vous êtes sur la page 1sur 68

Solicitation No.

Q1068003B1
Addendum No. 1

Finance and Administration Services Department

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)

Date Of Addendum: October 23, 2012


Attention all potential bidders:
Must Addendum: Read carefully and follow all instructions. Information included in this Addendum will
have a material impact on the submittal for this solicitation. All MUST addenda are considered a
matter of responsiveness. MUST addenda must be returned with your Bid submittal or acknowledged
on the Bid Sheet Form. Failure of a Submitter to or acknowledge the addenda shall be cause for
rejection of the bid.

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

Addendum Form 3 (rev 08/2012)

Page 1 of 6
A Service of the Broward County Board of County Commissioners
Excellence in Government Procurement Our Best. Nothing Less.

Solicitation No. Q1068003B1


Addendum No. 1
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.
6.

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.

Questions and Answers:


1. Question: Bid # Q1068003B1 will be divided into multiple projects amounting to the total estimated
value of the bid. During the meeting it was stated that no single project will exceed 250,000.00.
please confirm? If so, what will be the average size of each project?
1.
Answer: That is correct; no single project will exceed $250,000. The average project size is
variable as various County agencies will be using this contract.
2. Question: Does the company bidding BID Q1068003B1 need to have an IPCR number on a
Panasonic letterhead?
2.
Answer: The awarded vendor will need to provide the IPCR number for verification from
Panasonic and no it does not need to be on Panasonic letterhead.

Addendum Form 3 (rev 08/2012)

Page 2 of 6
A Service of the Broward County Board of County Commissioners
Excellence in Government Procurement Our Best. Nothing Less.

Solicitation No. Q1068003B1


Addendum No. 1

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.

NAME OF COMPANY: _________________________________________________

Addendum Form 3 (rev 08/2012)

Page 3 of 6
A Service of the Broward County Board of County Commissioners
Excellence in Government Procurement Our Best. Nothing Less.

Solicitation No. Q1068003B1


Addendum No. 1
ATTACHMENT A
30.

OFFICE OF ECONOMIC AND SMALL BUSINESS REQUIREMENTS:


This contract has been established as a County Business Enterprise (CBE) Reserved 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.
30.1 Per Division 6. County Business Enterprise Act Of 2009 - Broward County, Florida - Code
of Ordinances, Section 1-81-3. Goals; reserves (c) Reserves. When all conditions
identified in subpart (2) or (3) below are met, any contract may be reserved for
participation by CBEs.
(1)
Solicitations Involving Reserves. When a CBE reserve is established in
connection with a County solicitation, CBEs and non--CBEs may respond to the
solicitation. If CBEs are available with capacity to perform the reserved work, the
reserved work will be awarded to a CBE (consistent with all applicable terms and
conditions of the County's Procurement Code). To the extent CBEs with sufficient
capacity are not available to perform the reserved work, non-CBEs may be
awarded that work. The non-reserved portion of the solicitation shall be open to
award to either CBEs or non-CBEs. 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.
(2)

Required Conditions for Establishing CBE Reserve. Except as provided in subpart


(3) below, no CBE reserve may be established unless all of the following
conditions are met:
i.
There is a documented absence of subcontracting possibilities, and such
absence is expected to preclude CBE participation in an awarded contract;
ii.
The Program Director has determined, after consultation with the Purchasing
Division, that
unbundling or dividing a project into separate contracts for the purpose of
reserving one (1) or more of the unbundled contracts to CBE firms is
commercially practicable and is not expected to materially increase the
overall cost of the project; and
iii.
Because of actual and projected CBE participation during the relevant fiscal
year, the Program Director has determined that a reserve is necessary to
meet the cumulative CBE goal.

(3)

Establishing CBE Reserve to Provide Prime-contracting Opportunities. In addition


to or as an alternative to subpart (2) above, CBE reserves may be established
when the Program Director determines that establishing such reserves is
appropriate to create opportunities for CBE firms to gain experience as prime
contractors.

Addendum Form 3 (rev 08/2012)

Page 4 of 6
A Service of the Broward County Board of County Commissioners
Excellence in Government Procurement Our Best. Nothing Less.

Solicitation No. Q1068003B1


Addendum No. 1

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;

Addendum Form 3 (rev 08/2012)

Page 5 of 6
A Service of the Broward County Board of County Commissioners
Excellence in Government Procurement Our Best. Nothing Less.

Solicitation No. Q1068003B1


Addendum No. 1

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.

Addendum Form 3 (rev 08/2012)

Page 6 of 6
A Service of the Broward County Board of County Commissioners
Excellence in Government Procurement Our Best. Nothing Less.

BOARD OF COUNTY COMMISSIONERS


BROWARD COUNTY, FLORIDA

SUBMIT BID TO:


Broward County Purchasing Division
115 S. Andrews Avenue, Room 212
Fort Lauderdale, Florida 33301-1801
954-357-6066

INVITATION FOR BID


Bidder Acknowledgment

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 ACKNOWLEDGEMENT MUST BE SIGNED AND RETURNED WITH YOUR BID


SEALED BIDS: This form must be executed and submitted
with all bid sheets and should be in a sealed envelope.
(PLEASE INCLUDE ONE ORIGINAL SIGNED BID DOCUMENT
IN BLUE INK AND ONE PHOTOCOPY OF SIGNED BID
DOCUMENT PER ENVELOPE). The face of the envelope should
contain the above address, the date and the time of bid opening,
and bid number. Bids not submitted on attached bid may be
rejected. All bids are subject to the conditions specified herein.
Those which do not comply with these conditions are subject to
rejection.
1. EXECUTION OF BID: A. Bid must contain an original
signature of an individual authorized to bind the bidder. Bid
must be typed or printed in ink. The ink should be blue ink. All
corrections made by bidder to their bid must also be initialed.
The bidder's name should also appear on each page of the
bid sheet if required. B. No award will be made to a bidder
who is delinquent in payment of any taxes, fees, fines,
contractual debts, judgments, or any other debts due and
owed to the County, or is in default on any contractual or
regulatory obligation to the County. By signing and submitting
this bid, bidder attests that it is not delinquent in payment of
any taxes, fees, fines, contractual debts, judgments or any
other debts due and owed to the County, nor is it in default on
any contractual or regulatory obligation to the County. In the
event the bidder's statement is discovered to be false, bidder
will be subject to debarment and the County may terminate
any contract it has with bidder. C. Bidder certifies by signing
the bid that no principals or corporate officers of the firm were
principals or corporate officers in any other firm which may
have been suspended or debarred from doing business with
Broward County within the last three years, unless so noted in
the bid documents. D. By signing this bid, bidder attests that
any and all statements, oral, written or otherwise, made in
support of this bid, are accurate, true and correct. Bidder
acknowledges that inaccurate, untruthful, or incorrect
statements made in support of this bid may be used by the
County as a basis for rejection of this bid, rescission of the
award, or termination of the contract. Bidder acknowledges
that the termination of the contract because of a determination
of an inaccurate, untruthful, or incorrect statement made in
support of this bid may also serve as the basis for debarment
of bidder pursuant to Section 21-119 of the Broward County
Administrative Code.
2. BID WITHDRAWAL: No Vendor may withdraw their bid
before the expiration of one hundred and twenty (120) days
from the date of the bid opening. Any bid submitted which
alters the one hundred and twenty (120) day requirement
shall be deemed non-responsive.
(Continued on Page 2)

BIDS WILL BE OPENED 2:00 p.m.October 24, 2012


and may not be withdrawn within 120 calendar days after such date and time.
BID TITLE
CLOSED CIRCUIT TELEVISION (CCTV)
REPAIR AND INSTALLATION
(NON-SHELTERED MARKET)
BID NO.Q1068003B1

PURCHASING AGENT NAME & TELEPHONE NUMBER


SHANNNON GRAHAM (954) 357-6088
DELIVERY DATE
SEE SPECIAL INSTRUCTION
CASH DISCOUNT TERMS

BID GUARANTY IS ATTACHED, WHEN REQUIRED, IN


THE AMOUNT OF $

REASON FOR NO BID

DUN & BRADSTREET NUMBER

BIDDER NAME

BIDDER MAILING ADDRESS/CITY/STATE/ZIP

AREA CODE

TELEPHONE NO.

FAX NO.

CONTACT PERSON

BIDDERS E-MAIL ADDRESS

/
*AUTHORIZED SIGNATURE

DATE

(submit original in blue ink)

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.

BID OPENING: Shall be public, on date, location and time


specified on the bid form. The official time is the time clock
located in the Purchasing Division reception area and will be
accepted by all parties without reservation. It is the bidders
responsibility to assure that their bid is delivered on date,
location and time specified on the bid form. Bids, which for
any reason are not so delivered, will not be considered. Bid
files and any bids after they are opened may be examined
during normal working hours by appointment. Bid tabulations
are available for inspection upon request. Bid results will be
posted
on
the
Broward
County
web
site
at:
www.broward.org/purchasing/results.

4.

ADDENDA TO BID: Broward County reserves the right to


amend this Invitation For Bid prior to the Bid opening date
indicated. Only written addenda will be binding. If, upon
review, material errors in specifications are found, contact the
Purchasing Division immediately, prior to Bid opening date, to
allow for review and subsequent clarification on the part of
Broward County.

5.

6.

OPEN-END CONTRACT: 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, or, any combination of the
preceding. No delivery shall become due or be acceptable
without a written order or shipping instruction by the County,
unless otherwise provided 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.

7.

CONTRACT PERIOD (OPEN-END CONTRACT): The initial


contract period shall start with the expiration date of the
previous contract or date of award, whichever is latest, and
shall terminate one (1) 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.
The Director of Purchasing may renew this contract for a
second period subject to vendor acceptance, satisfactory
performance and determination that renewal will be in the
best interest of the County. Notification of Intent to Renew will
be mailed sixty (60) calendar days in advance of expiration
date of this contract. All prices, terms and conditions shall
remain firm for the initial period of the contract and for any
renewal period unless subject to price adjustment specified as
a "special condition" hereto.

PRICES, TERMS & PAYMENTS: Firm prices shall be bid and


include all handling, set up, shipping and inside delivery
charges to the destination shown herein unless otherwise
indicated.
(a)

The Bidder: in submitting this bid certifies that the prices


quoted herein are not higher than the prices at which the
same commodity(ies) or service(s) is sold in
approximately similar quantities under similar terms and
conditions to any purchaser whomsoever.

(b)

F.O.B. as specified in Special Instructions to bidder.

(c)

Tie Bids: The award on tie bids will be decided by the


Director of the Purchasing Division in accordance with
the provisions of the Procurement Code.

(d)

TAXES: Broward County is exempt from Federal Excise


and Florida Sales taxes on direct purchase of tangible
property. Exemption numbers appear on purchase order.
The Contractor shall pay all applicable sales, consumer,
land use, or other similar taxes required by law. The
Contractor is responsible for reviewing the pertinent
State Statutes involving the sales tax and complying with
all requirements.

(e)

DISCOUNTS: Bidders may offer a cash discount for


prompt payment. However, such discounts will not be
considered in determining the lowest net cost for bid
evaluation purposes. Bidders should reflect any
discounts to be considered in the bid evaluation in the
unit prices bid.

(f)

MISTAKES: Bidders are cautioned to examine all


specifications, drawings, delivery instructions, unit prices,
extensions and all other special conditions pertaining to
the bid. Failure of the bidder to examine all pertinent
documents shall not entitle them to any relief from the
conditions imposed in the contract. In case of mistakes in
extension, the unit price shall govern. Multiplication or
addition errors are deemed clerical errors and shall be
corrected by the County.

(g)

ORDERING: The Board of County Commissioners


reserves the right to purchase commodities/services
specified herein through contracts established by other
governmental agencies or through separate procurement
actions due to unique or special needs. If an urgent
delivery is required, within a shorter period than the
delivery time specified in the contract and if the seller is
unable to comply therewith, the Board of County
Commissioners reserves the right to obtain such delivery
from others without penalty or prejudice to the County or
to the seller.

In the event services are scheduled to end because of the


expiration of this contract, the Contractor shall continue
the service upon the request of the Director of
Purchasing. The extension period shall not extend for
more than ninety (90) days beyond the expiration date of
the existing contract. The Contractor shall be
compensated for the service at the rate in effect when
this extension clause is invoked by the County.
8.

FIXED CONTRACT QUANTITIES: Purchase order(s) for full


quantities will be issued to successful bidder(s) after
notification of award and receipt of all required documents.
Fixed contract quantities up to twenty (20) percent of the
originally specified quantities may be ordered prior to the
expiration of one (1) year after the date of award, provided the
Contractor agrees to furnish such quantities at the same
prices, terms and conditions.

9.

AWARDS: If a specific basis of award is not established


in the special instructions to bidders, the award shall be
to the responsible bidder with the lowest responsive bid
meeting the written specifications. As the best interest of
the Board of County Commissioners may require, the right is
reserved to make award(s) by individual commodities/
services, group of commodities/services, all or none or any
combination thereof. When a group is specified, all items
within the group must be bid. A bidder desiring to bid No
Charge on an item in a group must so indicate, otherwise the
bid for the group will be construed as incomplete and may be
rejected. However, if bidders do not bid all items within a
group, the County reserves the right to award on an item by
item basis. When a group bid is indicated for variable
quantities and the bid for the group shows evidence of
unbalanced bid prices, such bid may be rejected. The Director
of Purchasing, or the Board of County Commissioners,
whichever is applicable reserves the right to waive
technicalities and irregularities and to reject any or all bids.

10. PAYMENT: 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)

Page 2 of 6 Pages

as amended. All applications for Payment shall be submitted


to Broward County Accounting Division. Payment will be
made by the County after commodities/services have been
received, accepted and properly invoiced as indicated in
contract and/or order. Invoices must bear the purchase order
number.
11. DELIVERY: Delivery time shall be computed in calendar days

from the issuance date of purchase order. Although, actual


requested date or number of calendar days for delivery may
be specified, state number of calendar days required to make
delivery and installation after issuance of purchase order or
request for services in space provided. Unless otherwise
stipulated in the Contract, delivery shall be made between
9:00 a.m. and 4:00 p.m., Monday through Friday, except
holidays, and at other time by special arrangements. However
goods required for daily consumption, or where the delivery is
an emergency, a replacement, or is overdue, the convenience
of the Division shall govern. If, in calculating the number of
calendar days from the order date, the delivery date falls on a
Saturday, Sunday or holiday, delivery shall be made no later
than next succeeding business day. Delivery time may be
considered in determining award.

current standards production model available at the time of


the bid. The goods must be suitably packaged for shipment by
common carrier. Each container or multiple units or items
otherwise packaged shall bear a label, imprint, stencil or other
legible markings stating name of manufacturer or supplier,
purchase order number and any other markings required by
specifications, or other acceptable means of identifying
vendor and purchase order number.
14. SAFETY STANDARDS: Unless otherwise stipulated in the

bid, all manufactured items and fabricated assemblies shall


comply with applicable requirements of Occupational Safety
and Health Act and any standards thereunder. In compliance
with Chapter 442, Florida Statutes, any toxic substance listed
in Section 38F-41.03 of the Florida Administrative Code
delivered from a contract resulting from this bid must be
accompanied by a Material Safety Data Sheet (MSDS). A
Material Safety Data Sheet (MSDS) should also be submitted
to the Broward County Risk Management Division, 115 South
Andrews Avenue, Room 210, Fort Lauderdale, Florida 333011803. The MSDS must include the following information.
(a)

The chemical name and the common name of the toxic


substance.

AVAILABILITY OF FUNDS: If the term of this contract


extends beyond a single fiscal year of the County, the
continuation of this Contract beyond the end of any fiscal
year shall be subject to the availability of funds from the
County in accordance with Chapter 129, Florida Statutes.
The Broward County Board of County Commissioners
shall be the final authority as to availability of funds and
how such available funds are to be allotted and
expended. In the event funds for this project/purchase
are not made available or otherwise allocated Broward
County may terminate this contract upon thirty (30) days
prior written notice to the contractor.

(b)

The hazards or other risks in the use of the toxic


substance, including:

NON PERFORMANCE: The Contract may be terminated


for cause by the Awarding Authority for the County or by
Bidder if the party in breach has not corrected the breach
within ten (10) days after written notice from the
aggrieved party identifying the breach.
Cause for
termination shall include, but not be limited to, failure to
suitably perform the work, failure to suitably deliver
goods in accordance with the specifications and
instructions in this Bid, failure to continuously perform the
work in a manner calculated to meet or accomplish the
objectives of the County as set forth in this Bid, or
multiple breach of the provisions of this Bid
notwithstanding whether any such breach was previously
waived or cured.

(c)

The proper precautions, handling practices, necessary


personal protective equipment, and other safety
precautions in the use of or exposure to the toxic
substances, including appropriate emergency treatment
in case of overexposure.

(d)

The emergency procedure for spills, fire, disposal, and


first aid.

(e)

A description in lay terms of the known specific potential


health risks posed by the toxic substance intended to
alert any person reading this information.

(f)

The year and month, if available, that the information was


compiled and the name, address, and emergency
telephone number of the manufacturer responsible for
preparing the information.

12. TERMINATION:
(a)

(b)

(c)

TERMINATION FOR CONVENIENCE: The Awarding


Authority may terminate the Contract for convenience
upon no less than thirty (30) days written notice. In the
event the Contract is terminated for convenience, Bidder
shall be paid for any goods properly delivered and
services properly performed to the date the Contract is
terminated; however, upon being notified of County's
election to terminate, Bidder shall cease any deliveries,
shipment or carriage of goods, and refrain from
performing further services or incurring additional
expenses under the terms of the Contract. In no event
will payment be made for lost or future profits. Bidder
acknowledges and agrees that ten dollars ($10.00) of the
compensation to be paid by County, the adequacy of
which is hereby acknowledged by Bidder, is given as
specific consideration to Bidder for the County's right to
terminate this Contract.

13. CONDITIONS AND PACKAGING: Unless otherwise stated in

the special instructions to bidders or the bid sheets, or


specifically ordered from an accepted price list, deliveries
must consist only of new and unused goods and shall be the

1. The potential for fire, explosion, corrosivity, and


reactivity;
2. The known acute and chronic health effects of risks
from exposure, including the medical conditions which
are generally recognized as being aggravated by
exposure to the toxic substance; and
3. The primary routes of entry and symptoms of
overexposure.

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

16. INTERPRETATIONS: Any questions concerning conditions

and specifications of this bid shall be directed in writing to the


Purchasing Division a minimum of seven (7) business days
prior to bid opening. No interpretation(s) shall be considered
binding unless provided to all Bidders in writing by the
Director of Purchasing.

be retained by COUNTY until all of COUNTY's 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.

17. NON-CONFORMANCE TO CONTRACT CONDITIONS: The

22. NOTICE: Written notice provided pursuant to this Contract

County may withhold acceptance of, or reject any items which


are found, upon examination, not to meet the specification
requirements. Upon written notification of rejection, items shall
be removed within five (5) calendar days by the Vendor at
their expense and redelivered at their expense. Rejected
goods left longer than thirty (30) days will be regarded as
abandoned and the Board shall have the right to dispose of
them as its own property. On foodstuffs and drugs, no written
notice or rejection need be given. Upon verbal notice to do so,
the Vendor shall immediately remove and replace such
rejected merchandise at their expense. Rejection for nonconformance, failure to provide services conforming to
specifications, or failure to meet delivery schedules may result
in contractor being found in default.

shall be sent by certified United States Mail, postage prepaid,


return receipt requested, or by hand-delivery with a request
for a written receipt of acknowledgment of delivery, addressed
to the party for whom it is intended at the place last specified.
The place for giving notice shall remain the same as set forth
herein until changed in writing in the manner provided in this
section. For the present, the County designates:
Director, Broward County Purchasing Division
115 S. Andrews Avenue, Room 212
Fort Lauderdale, FL 33301-1801
Bidder shall identify in the Bid a designated person and
address to whom notice shall be sent when required by the
Contract.

18. INSPECTION, ACCEPTANCE AND TITLE: Inspection and

acceptance will be at destination. Title and risk of loss or


damage to all items shall be the responsibility of the
contractor until accepted by the County.
19. GOVERNMENTAL

RESTRICTIONS: In the event any


governmental restrictions may be imposed which would
necessitate alteration of the material quality, workmanship or
performance of the items offered on this bid prior to their
delivery, it shall be the responsibility of the successful bidder
to notify the County at once, indicating in their letter the
specific regulation which required an alteration. The Board of
County Commissioners reserves the right to accept any such
alteration, including any price adjustments occasioned
thereby, or to cancel the contract at no further expense to the
County.

20. LEGAL

REQUIREMENTS: Applicable provisions of all


Federal, State of Florida, County and local laws, and of all
ordinances, rules and regulations including the Procurement
Code of Broward County shall govern development, submittal
and evaluation of bids received in response hereto and shall
govern any and all claims and disputes which may arise
between person(s) submitting a bid in response hereto and
Broward County by and through its officers, employees and
authorized representative, or any other person natural or
otherwise in addition to any resultant agreement. Lack of
knowledge by any bidder shall not constitute a recognizable
defense against the legal effect thereof.

23. JURISDICTION, VENUE, WAIVER OF JURY TRIAL: The

Contract shall be interpreted and construed in accordance


with and governed by the laws of the state of Florida. Any
controversies or legal problems arising out of the Contract
and any action involving the enforcement or interpretation of
any rights hereunder shall be submitted to the jurisdiction of
the State courts of the Seventeenth Judicial Circuit of Broward
County, Florida, the venue situs, and shall be governed by the
laws of the state of Florida. By entering into this Contract,
Bidder and County hereby expressly waive any rights either
party may have to a trial by jury of any civil litigation related to
this Contract.
24. PATENTS AND ROYALTIES: The bidder, without exception,

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:

BIDDER shall at all times hereafter


indemnify, hold harmless and, defend COUNTY, its officers,
agents, servants, and employees from and against any and all
causes of action, demands, claims, losses, liabilities and
expenditures of any kind, including attorney fees, court costs,
and expenses, caused or alleged to be caused by intentional
or negligent act of, or omission of, BIDDER, its employees,
agents, servants, or officers, or accruing, resulting from, or
related to the subject matter of this Agreement including,
without limitation, any and all claims, losses, liabilities,
expenditures, demands or causes of action of any nature
whatsoever resulting from injuries or damages sustained by
any person or property. In the event any lawsuit or other
proceeding is brought against COUNTY by reason of any
such claim, cause of action or demand, BIDDER shall, upon
written notice from COUNTY, resist and defend such lawsuit
or proceeding by counsel satisfactory to COUNTY or, at
COUNTYs option, pay for an attorney selected by County
Attorney to defend COUNTY. To the extent considered
necessary by the Contract Administrator and the County
Attorney, any sums due BIDDER under this Agreement may

SUBCONTRACT: Contractor shall not


transfer, convey, pledge, subcontract or assign the
performance required by this bid without the prior written
consent of the Director of Purchasing. Any Award issued
pursuant to this bid invitation and the monies which may
become due hereunder are not assignable, transferrable, or
otherwise disposable except with the prior written consent of
the Director of Purchasing.

26. QUALIFICATIONS OF BIDDER: Bids will be considered only

from firms normally engaged in providing the types of


commodities/services specified herein. The Director of
Purchasing or the Board of County Commissioners, reserves
the right to inspect the facilities, equipment, personnel and
organization or to take any other action necessary to
determine ability to perform in accordance with specifications,
terms and conditions. The Director of Purchasing or the Board
of County Commissioners will determine whether the
evidence of ability to perform is satisfactory and reserves the
right to reject bids where evidence or evaluation is determined
to indicate inability to perform. The Director of Purchasing or
the Board of County Commissioners reserves the right to

Page 4 of 6 Pages

consider a bidders history of citations and/or violations of


Environmental regulations in determining responsibility.
Bidder should submit with his proposal a complete history of
all citations and/or violations notices and dispositions thereof.
Failure of a Bidder to submit such information may be
grounds for termination of any contract awarded to successful
Bidder. Bidder shall notify the County immediately of notice of
any citations or violations which they may receive after the Bid
or Proposal opening date and during the time of performance
under any Contract awarded to them.

(c)

Any actual or prospective bidder or offeror who has a


substantial interest in and is aggrieved in connection with
proposed award of a contract which does not exceed the
amount of the award authority of the Director of
Purchasing, may protest to the Director of Purchasing.
The protest shall be submitted in writing and received
within three (3) business days from the posting of the
recommendation of award on the Purchasing Divisions
website.

(d)

For purposes of this section a business day is defined as


Monday through Friday between 8:30am and 5:00pm.
Failure to timely file a protest within the time prescribed
for a solicitation or proposed contract award shall be a
waiver of the vendors right to protest.

(e)

As a condition of initiating any bid protest, the protestor


shall present the Director of Purchasing a nonrefundable
filing fee. The filing fee shall be based upon the
estimated contract amount. For purposes of the protest,
the estimated contract amount shall be the contract bid
amount submitted by the protestor. If no contract bid
amount was submitted, the estimated contract amount
shall be the Countys estimated contract price for the
project. The County may accept cash, money order,
certified check, or cashiers check, payable to Broward
County Board of Commissioners. The filing fees are as
follows:

27. EQUAL EMPLOYMENT OPPORTUNITY: No Contractor shall

discriminate against any employee or applicant for


employment because of race, religion, age, color, sex or
national origin, sexual orientation (including but not limited to
Broward County Code, Chapter 16), marital status, political
affiliation, disability, or physical or mental handicap if qualified.
Contractor shall take affirmative action to ensure that
applicants are employed, and that employees are treated
during their employment without regard to their race, religion,
age, color, sex or national origin, sexual orientation, marital
status, political affiliation, disability, or physical or mental
handicap. Such actions shall include, but not be limited to the
following: employment, upgrading, demotion, or transfer,
recruitment or recruitment advertising, layoff or termination,
rates of pay or other forms of compensation; and selection of
training, including apprenticeship. The Contractor agrees to
post in conspicuous places available to employees and
applicants for employment, notices setting forth the provisions
of this non-discrimination clause.
The contractor selected to perform work on a County project
must include the foregoing or similar language in its contracts
with any subcontractors or sub consultants, except that any
project assisted by U.S. Department of Transportation funds
shall comply with the non-discrimination requirements in Title
49 C.F.R. Parts 23 and 26, as amended. The Subcontractors,
if any, will be made aware of and will comply with this
nondiscrimination clause. Failure to comply with above
requirements is a material breach of the contract, and may
result in the termination of this contract or such other remedy
as the County deems appropriate.

Estimated Contract Amount

Filing Fee

$30,000 - $250,000

$ 500

$250,001 - $500,000

$1,000

$500,001 - $5 million

$3,000

Over $5 million

$5,000

28. MODIFICATIONS: All changes to purchase orders shall be by

issuance of a change order. Any modifications or changes to


any contract entered into as a result of this bid must be by
written amendment with the same formality and of equal
dignity prior to the initiation of any such change.
29. RESOLUTION OF PROTESTED SOLICITATIONS AND

PROPOSED AWARDS: In accordance with Sections 21.118


and 21.119 of the Broward County Procurement Code, if a
vendor intends to protest a solicitation or proposed award of a
contract the following apply:
(a)

Any protest concerning the bid or other solicitation


specifications, or requirements must be made and
received by the County within seven (7) business days
from the posting of the solicitation or addendum on the
Purchasing Divisions website. Such protest must be
made in writing to the Director of Purchasing. Failure to
timely protest bid specifications or requirements is a
waiver of the ability to protest the specifications or
requirements.

(b)

Any protest concerning a solicitation or proposed award


above the authority of the Director of Purchasing, after
the bid opening, shall be submitted in writing and
received by the County within five (5) business days from
the posting of the recommendation for award on the
Purchasing Divisions website.

30. PUBLIC ENTITY CRIMES ACT: Bidder represents that its

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

31. RECYCLED CONTENT INFORMATION: In support of the

36. STATE OF FLORIDA DIVISION OF CORPORATIONS

Florida Waste Management Law, bidders are encouraged to


supply with their bid, any information available regarding
recycled material content in the products bid. The County is
particularly interested in the type of recycled material used
(such as paper, plastic, glass, metal, etc.); and the
percentage of recycled material contained in the product. The
County also requests information regarding any known or
potential material content in the product that may be extracted
and recycled after the product has served its intended
purpose.

REQUIREMENTS: It is the vendors responsibility to comply


with all state and local business requirements. All vendors
located within Broward County and/or providing a service
within the County must have a current Broward County Local
Business Tax Receipt (formerly known as an Occupational
License Tax). All corporations and partnerships must have the
authority to transact business in the State of Florida and be in
good standing with the Florida Secretary of State. For further
information, contact Broward County Records, Taxes and
Treasury Division and the Florida Department of State,
Division of Corporations.

32. PURCHASE BY OTHER GOVERNMENTAL AGENCIES:

Each Governmental unit which avails itself of this contract will


establish its own contract, place its own orders, issue its own
purchase orders, be invoiced therefrom and make its own
payments and issue its own exemption certificates as required
by the bidder. It is understood and agreed that Broward
County is not a legally bound party to any contractual
agreement made between any other governmental unit and
the bidder as a result of this bid.
33. PUBLIC RECORDS: Any material submitted in response to

this Invitation For Bid will become a public document pursuant


to Section 119.071, Florida Statutes. This includes material
which the responding bidder might consider to be confidential
or a trade secret. Any claim of confidentially is waived upon
submission, effective after opening pursuant to Section
119.071, Florida Statutes.

The County will review the vendors business status based on


the information provided in response to this solicitation. If the
vendor is an out-of-state or foreign corporation or partnership,
the vendor must obtain the authority to conduct business in
the State of Florida. Corporations or partnerships that are not
in good standing with the Florida Secretary of State at the
time of a submission to this solicitation may be deemed nonresponsible.
If successful in obtaining a contract award under this
solicitation, the vendor must remain in good standing
throughout the contractual period of performance.

34. AUDIT RIGHT AND RETENTION OF RECORDS: County

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

documents, data, studies, surveys, drawings, maps, models,


photographs, specifications and reports prepared or provided
by CONSULTANT in connection with this Agreement shall
become the property of COUNTY, whether the Project for
which they are made is completed or not, and shall be
delivered by CONSULTANT to Contract Administrator within
fifteen (15) days of the receipt of the written notice of
termination. If applicable, COUNTY may withhold any
payments then due to CONSULTANT until CONSULTANT
complies with the provisions of this section.

Page 6 of 6 Pages

BID NO. Q1068003B1

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: ____________________________________________________________

Total Bid Price: _______________________________________________________________

Construction Contract (Fixed & Open-End)


09/01/2012

Page 1 of 55

BID NO. Q1068003B1

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.

Construction Contract (Fixed & Open-End)


09/01/2012

Page 2 of 55

BID NO. Q1068003B1


PURCHASING DIVISION
BOARD OF COUNTY COMMISSIONERS
BROWARD COUNTY, FLORIDA
SPECIAL INSTRUCTIONS TO BIDDERS (IN ADDITION TO GENERAL CONDITIONS)
CLOSED CIRCUIT TELEVISION (CCTV) REPAIR AND INSTALLATION (CBE RESERVED)

(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.

Construction Contract (Fixed & Open-End)


09/01/2012

Page 3 of 55

BID NO. Q1068003B1

SPECIAL INSTRUCTIONS TO BIDDERS


(Continued)
CLOSED CIRCUIT TELEVISION (CCTV) REPAIR AND INSTALLATION (CBE RESERVED)
1.

SPECIFICATIONS AND REQUIREMENTS:


Technical Specifications and Requirements, are attached hereto and made a part hereof as Attachment
"A".
NOTE:

Whenever the Technical Specifications address a third party (i.e. manufacturer,


applicator, subcontractors etc.) it is to be construed as the CONTRACTOR through the
third party.

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

Construction Contract (Fixed & Open-End)


09/01/2012

Page 4 of 55

BID NO. Q1068003B1


of search results. A request for the record of more than one candidate will be an additional charge of
$24 PER RECORD.
Upon completion of the background check and receipt of printout, the Contractor must present printout
to Broward County Security at the Government Center, at 115 South Andrews Avenue Fort Lauderdale,
FL 33301, for review when applying for a County identification card. Government Center Security
phone number is (954) 357-6000.
Requests for County Identification badges requiring FDLE background check requires lengthy
processing, therefore Contractor must submit to Broward County Security at least two (2) weeks prior to
Contractor employee starting service. When identification badges are ready, Broward County Security
will contact the employer to come and pick up badge. Upon pickup, employee must present a valid
Florida identification and must be accompanied by his or her supervisor. Security will then supply
identification badges valid for up to one (1) year at Broward County facilities. The Contractor is
responsible for the collection and return to Broward County of identification badges from former
employees, employees removed from service on this contract and all employees at the termination of
this contract.
Additional background checks may be required at the following points of the contract: 1. Contract
inception, 2. Renewal of contract (annually), 3. Change of personnel, annually thereafter.
All Contractors personnel must wear distinctive and neat appearing uniforms with vendors company
name. Contractors personnel must wear Broward County IDs. Sub-contractor personnel must also
have Broward County issued IDs and meet the same security requirements and uniform standards as
the primary Contractor in all respects. Contractors personnel will not be allowed on the job site without
proper County IDs.
5.2

ADDITIONAL SECURITY REQUIREMENTS FOR PARKS AND RECREATION:


CRIMINAL BACKGROUND SCREENING:
5.2.1 CONTRACTOR expressly understands and agrees that a duty is hereby created under
this Contract that requires CONTRACTOR to provide ongoing disclosure throughout
the term of this Contract as provided for herein relative to the criminal background
screening required by this Section.
5.2.2

CONTRACTOR shall perform criminal background screening as identified in Item 5.2.3


below on its officers, employees, agents, independent CONTRACTOR'S and
volunteers who will be working under this Agreement in any COUNTY park
(collectively referred to as County Park Property). Further, if CONTRACTOR is
permitted to utilize subcontractors under this Agreement, CONTRACTOR shall
perform or ensure that the background screening as required in Item 5.2.3 below is
conducted on any permitted subcontractor, which term includes the subcontractors
officers, employees, agents, independent CONTRACTORs and volunteers who will be
working under this Agreement on County Park property.

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

CONTRACTOR shall maintain copies of the results of the criminal background


screening required by this Section for the term of this Agreement and promptly forward
copies of same to COUNTY, upon its request.

Construction Contract (Fixed & Open-End)


09/01/2012

Page 5 of 55

BID NO. Q1068003B1


5.2.5

CONTRACTOR shall be required to furnish to COUNTYs Parks and Recreation


Project Manager, on a monthly basis, an Affidavit, in the form attached hereto as
Attachment B, affirming the persons listed in the Affidavit have been background
screened as required in Item 5.2.3 above and have been deemed eligible by
CONTRACTOR to work on County Park property. CONTRACTORs monthly Affidavit
shall update information from the previous Affidavit by reconfirming the status of
persons who have previously been deemed eligible as provided for above and
updating the list, when applicable, to specifically identify new persons providing
services for CONTRACTOR under this Contract who have been background screened
as required in Item 5.2.3 above and deemed eligible to work on County Park Property.
COUNTYs Contract Administrator may, in his or her discretion, permit CONTRACTOR
to furnish the monthly Affidavit in an electronic format.

5.2.6

In the event CONTRACTOR obtains, or is provided, supplemental criminal background


information, including police reports and arrest information, which potentially
disqualifies a person previously deemed eligible by CONTRACTOR to provide
services under this Contract, CONTRACTOR shall take immediate action to review the
matter; however, during such review time and until a determination of eligibility is made
by CONTRACTOR based on the requirements of this Section, CONTRACTOR shall
immediately cease allowing the person to work on County Park Property. Additionally,
CONTRACTOR shall be required to inform any person background screened pursuant
to this Section who is providing services under this Agreement, to notify
CONTRACTOR within forty-eight (48) hours of any arrest related to sexual misconduct
which has occurred after the person was deemed eligible to work on County Park
Property.

5.2.7

CONTRACTOR shall, by written contract, require its permitted subcontractors to agree


to the requirements and obligations of this Section.

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

REMOVAL OF SECOND PARTY EMPLOYEES:


Upon written or verbal request of any Using Agency Representative or the Contract Administrator, the
CONTRACTOR shall remove any Employee from a County site and reassign such employee or take
other appropriate action. Such request may be made by the Contract Administrator or a Using
Agency Representative for any reason, or because the appearance, demeanor, or conduct of such
staff is unsatisfactory. CONTRACTOR shall provide replacement staff that is satisfactory to the
Contract Administrator.

6.

INSURANCE REQUIREMENTS: (Sample insurance certificate attached) (Attachment O)


The Insurance Requirements contained in this Bid represent the minimal protection necessary for the

Construction Contract (Fixed & Open-End)


09/01/2012

Page 6 of 55

BID NO. Q1068003B1


County as determined by the Risk Management Division. Further modifications of the requirements
may be made at the sole discretion of the Risk Management Division upon a material change in scope
at any time during the term of the contract or at time of contract renewal upon mutual agreement of the
parties. No award will be recommended until a written determination is made by Risk Management
Division that the County is adequately protected. The low bidder should provide proper insurance, or a
notarized letter of verification by the bidders insurance provider which states the ability of the vendor in
obtaining the required insurance, to the Purchasing Division 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. Final award shall be subject to
receipt and acceptance by the COUNTY of proof of meeting all insurance requirements of the bid.
Without limiting any of the other obligations or liabilities of CONTRACTOR, CONTRACTOR shall
provide, pay for, and maintain in force until all of its work to be performed under this Contract has been
completed and accepted by the COUNTY (or for such duration as is otherwise specified hereinafter),
the insurance coverage set forth in this Section.
6.1

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

Products/Completed Operations Hazard.

6.2.3

Broad Form Contractual Coverage applicable to this specific Contract, including any hold
harmless and/or indemnification agreement.

6.2.4

Broad Form Property Damage.

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

COUNTY is to be expressly included as an "Additional Insured" in the name of "Broward


County" with respect to liability arising out of operations performed for COUNTY by or on
behalf of CONTRACTOR or acts or omissions of COUNTY in connection with general
supervision of such operation.

6.2.8

Notice of Cancellation and/or Restriction -- The policy(ies) must be endorsed to provide


Broward County with thirty (30) days notice of cancellation and/or restriction.

Construction Contract (Fixed & Open-End)


09/01/2012

Page 7 of 55

BID NO. Q1068003B1


6.3

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

Any auto, if applicable.

6.3.6

Notice of Cancellation and/or Restriction -- The policy(ies) must be endorsed to provide


Broward County with thirty (30) days notice of cancellation and/or restrictions.

6.4

The CONTRACTOR shall provide to the COUNTY Certificates of Insurance or endorsements


evidencing the insurance coverage specified in 6.1, 6.2, and 6.3 above 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. The
required Certificates of Insurance shall state the types of policies PROVIDED, refer specifically
to this contract, and state that such insurance is as required by this Contract. If the initial
insurance expires prior to the completion of the work, renewal Certificates of Insurance shall be
furnished thirty (30) days prior to the date of their expiration.

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

Construction Contract (Fixed & Open-End)


09/01/2012

Page 8 of 55

BID NO. Q1068003B1


warranty shall be as defined in, and subject to, the terms and limitations of CONTRACTORs warranties
contained in this Contract; provided that notwithstanding any provision to the contrary in any such
warranty provision(s), or in the absence of any such warranty provision(s), the remedies available to
COUNTY under this warranty shall include repair or replacement, at no cost to COUNTY of any of the
products whose noncompliance is discovered and made known to CONTRACTOR in writing, within
three (3) year(s) after acceptance of the deliverables by COUNTY. Nothing in this warranty shall be
construed to limit any rights or remedies COUNTY may otherwise have under this Contract.
9.

PUBLIC BID DISCLOSURE ACT:


Pursuant to the Public Bid Disclosure Act, all permits and fees including but not limited to all
licenses, occupational license (or Local Business Tax Receipt), certificate of occupancy (CO),
permits, impact fees or inspection fees payable BY CONTRACTOR TO THE COUNTY BY VIRTUE
OF THIS WORK/PROJECT, and disclosed in this request for bids and the amount or percentage
method of all such licenses, permits and fees required by Broward County are listed below. EACH
LICENSE, PERMIT OR FEE A CONTRACTOR WILL HAVE TO PAY THE COUNTY BEFORE OR
DURING CONSTRUCTION OR THE PERCENTAGE METHOD OR UNIT METHOD OF ALL
LICENSES, PERMITS AND FEES REQUIRED BY THE COUNTY AND PAYABLE TO THE COUNTY
BY VIRTUE OF THIS CONSTRUCTION AS PART OF THE CONTRACT IS STATED BELOW:
Broward County Using Agency will pay for all permits and fees required by agencies of the
Broward County Board of County Commissioners.
Licenses, permits and fees which may be required by the State of Florida, State Agencies or by other
local governmental entities are not included in the above list.

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:

CERTIFIED ELECTRICAL CONTRACTOR; OR


CERTIFIED ALARM SYSTEM CONTRACTOR I; OR
CERTIFIED ALARM SYSTEM CONTRACTOR II; OR
CERTIFIED LIMITED ENERGY SYSTEM CONTRACTOR; OR

COUNTY:

MASTER ELECTRICIAN CONTRACTOR; OR


(Must be registered with state)
ALARM SYSTEM CONTRACTOR I; OR
(Must be registered with state)
ALARM SYSTEM CONTRACTOR II; OR
(Must be registered with state)
LOW VOLTAGE CONTRACTOR
(Must be registered with state)

Construction Contract (Fixed & Open-End)


09/01/2012

Page 9 of 55

BID NO. Q1068003B1


Any work performed not within the scope of the above contract must be performed by a licensed
CONTRACTOR.
11.

LOCAL BUSINESS TAX RECEIPT REQUIREMENTS:


All vendors maintaining a business address within Broward County must have and provide a copy of a
current Broward County Local Business Tax Receipt prior to contract award. The CONTRACTOR
should provide a copy of its Local Business Tax Receipt 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. Failure to do so may result in your bid
being deemed non-responsive.
Local Business Tax Receipts will be required pursuant to Chapter 205.065, Florida Statutes. For
further information on obtaining or renewing your firms Local Business Tax Receipt, contact the
Records, Taxes and Treasury Division at (954) 357-6200

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.

PERFORMANCE AND PAYMENT GUARANTY:


The Performance and Payment Guaranty will be required within approximately 15 calendar days
after award and 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

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.

Construction Contract (Fixed & Open-End)


09/01/2012

Page 10 of 55

BID NO. Q1068003B1


13.5

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

BID NO. Q1068003B1


valid Certificate of Authority issued by the United States Department of the Treasury
under Section 9304 to 9308 of Title 31 of the United States Code. (Attachment "E")
14.2.5 The COUNTY will accept a surety bond from a company with a rating of A- or better;
provided, however, that if the surety company appears on the 'Watch List' that is
published quarterly by 'Focus 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.
15.

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.

Construction Contract (Fixed & Open-End)


09/01/2012

Page 12 of 55

BID NO. Q1068003B1


16.3.6 Completion of punch list.
16.3.7 Warranties are submitted to and accepted by COUNTY.
16.3.8 Final list of Non-Certified Sub-Vendors (Attachment L), must be signed and notarized
by CONTRACTOR. A list of all non-certified sub-vendors used must be attached to this
certified document.
17.

PRICE ADJUSTMENT CLAUSES:


Not applicable to bid.

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.

Construction Contract (Fixed & Open-End)


09/01/2012

Page 13 of 55

BID NO. Q1068003B1


v. For Work Authorizations valued at $30,000 or more, issued under a Library of
Professional Consultant Services, a Library of Environmental Consultant Services, or
other two-party agreement, upon project completion.
vi. For contracts where the Office of Economic and Small Business Development (OESBD)
has established goals, based on compliance with established goals and requirements.
vii. The Contract Administrator may also initiate an interim evaluation at any time during the
term for any contract.
22.

DRUG-FREE WORKPLACE CERTIFICATION:


Broward County Procurement Code Chapter 21.31.a. requires awards of competitive sealed bids and
sealed proposals requiring Board Award be made only to firms certifying the establishment of a drug
free workplace. The Drug Free Workplace Certification (Attachment "F") should be furnished within
five (5) business days after request by the Purchasing Agent but prior to recommendation of award to
the Board of County Commissioners. Failure to provide this certification will render your office
unqualified and ineligible for award.

23.

NONDISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, AND AMERICANS WITH


DISABILITIES ACT:
CONTRACTOR shall not unlawfully discriminate against any person in its operations and activities or in
its use or expenditure of funds in fulfilling its obligations under this Agreement. CONTRACTOR shall
affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the
course of providing any services funded by COUNTY, including Titles I and II of the ADA (regarding
nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards.
In addition, CONTRACTOR shall take affirmative steps to ensure nondiscrimination in employment
against disabled persons.
CONTRACTOR decisions regarding the delivery of services under this Agreement shall be made
without regard to or consideration of race, age, religion, color, gender, sexual orientation (Broward
County Code, Chapter 16 1/2) in performing any services pursuant to this Agreement.

24.

LIVING WAGE ORDINANCE:


Not applicable for this bid.

25.

PREVAILING WAGE RATES:


On November 17, 1983, the Broward County Board of County Commissioners enacted Ordinance No.
83-72 providing that, in all non-federally funded construction procurement activity of $250,000 or more,
the rate of wages and fringe benefit payments for all laborers, mechanics, and apprentices shall not be
less than those payments for similar skills in classifications of work in like industries as determined by
the Secretary of Labor and as published in the Federal Register (latest revision, a copy is attached
hereto as Attachment O, if applicable).

26.

CONE OF SILENCE ORDINANCE:


26.1 The Countys Cone of Silence Ordinance prohibits certain communications among vendors,
county staff, selection committee members, Commissioners and their staff. Any violations of
this ordinance by any members of the responding firm or its joint venture(s) may be reported
to the Countys Office of Professional Standards.
For Invitations for Bids the Cone of Silence shall be in effect for staff involved in the award
decision process at the time of the solicitation advertisement. The Cone of Silence shall be in
effect for the Board of County Commissioners upon bid opening for the solicitation.
Pursuant to Section 1-266, Broward County Code of Ordinances, as amended, the Cone of
Silence Ordinance provides that after the advertisement of the bid solicitation, potential

Construction Contract (Fixed & Open-End)


09/01/2012

Page 14 of 55

BID NO. Q1068003B1


vendors and their representatives are substantially restricted from communicating regarding
the Bid with the County Administrator, Deputy County Administrator, Assistant County
Administrator, Assistants to the County Administrator, their respective support staff, or any or
any staff person that is to evaluate or recommend selection in this bid process. The Cone of
Silence Ordinance further provides that after the bid opening for this solicitation, potential
vendors and their representatives are substantially restricted from communicating regarding
this Bid with the County Commissioners and their staff.
26.2.

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.

DOMESTIC PARTNERSHIP ORDINANCE: (Attachment "M")


Domestic Partnership Act Ordinance No. 201126
Effective November 15, 2011, the Domestic Partnership Act Ordinance No. 201126 has been
amended to require all Contractors contracting with Broward County in an amount over $100,000
provide benefits to Domestic Partners of its employees on the same basis as it provides benefits to
employees spouses, with certain exceptions as provided by the Ordinance. See Attachment "M",
Domestic Partnership Certification, which should be completed and submitted at the time of bid
submittal, but must be provided within five (5) business days after Countys request.

28.

SUPPLEMENT (Federal Funding):


Not applicable to bid.

29.

SHELTERED MARKET PROGRAM:


Not applicable to bid.

30.

OFFICE OF ECONOMIC AND SMALL BUSINESS DEVELOPMENT REQUIREMENTS:


30.1 The Broward County Business Enterprise Program (CBE Program) shall apply to this contract.
The CBE Program objective is to ensure that small businesses based in Broward County are
able to meaningfully participate in Broward County procurement and projects as contractors and
as subcontractors. Broward County (hereafter referred to as the County) seeks to accomplish
this objective through the establishment of annual and contract goals. In an effort to achieve
these goals, the COUNTY requires all who respond to this solicitation to utilize or attempt to
utilize County Business Enterprise (CBE) firms in performing the contract that will result from
this bid in at least the percentage amount assigned for this bid. This contract has been
reserved for companies that are Broward County certified County Business Enterprises (CBE)
as determined by the criteria established by the County Business Enterprise Act of 2009, as
amended, and only such certified companies will be able to participate
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.

Construction Contract (Fixed & Open-End)


09/01/2012

Page 15 of 55

BID NO. Q1068003B1


30.3

Compliance with the requirements of CBE participation goals is a matter of responsiveness. To


be responsive, a bidder MUST comply with the CBE Program requirements related to
submission of bids. These requirements are set forth in 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 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

30.5.1 Letter of Intent to between Bidder and CBE firm - Attachment G


30.5.2 Schedule of CBE Participation - Attachment H
30.5.3 Application for Evaluation of Good Faith Effort (required only if the CBE participation
goal is not met) Attachment I
Bidders must comply with the CBE participation goal 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 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.

Construction Contract (Fixed & Open-End)


09/01/2012

Page 16 of 55

BID NO. Q1068003B1


30.8

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

BID NO. Q1068003B1


The bidder must take appropriate steps to follow up initial solicitations of CBE firms.
30.14.2 Identifying the portions of the contract that could reasonably be performed by a CBE in
order to increase the likelihood that the CBE goals will be achieved. This may include,
where appropriate and commercially practicable, separating contract work items into
segments more appropriate for participation by CBEs.
30.14.3 Providing each interested CBE firm with adequate information about the plans,
specifications, and requirements of the contract in a timely manner.
30.14.4 Rejecting a CBE firm as being unqualified for participation only after diligently
investigating the CBE firms capabilities and documenting the sound reasons justifying
such rejection (with such documentation to be provided to the County).
30.14.5 Negotiating in good faith with each interested CBE firm. Evidence of such negotiation
includes the names, addresses, and telephone numbers of CBE firms that were
considered; a description of the information provided regarding the plans and
specifications for the work selected for subcontracting; and evidence as to why an
agreement could not be reached with an interested CBE firm to perform the work.
30.14.6 Use of good business judgment regarding a number of factors in negotiating with all
subcontractors, including CBE firms, and in considering such subcontractors price and
capabilities.
The fact that there may be some additional costs involved in
subcontracting with CBE firms is not in itself sufficient reason for a bidder's failure to
meet the contracts CBE goal, as long as such additional costs are reasonable. The
determination of whether additional costs are reasonable shall be made jointly by the
Purchasing Director (or designee) and the Program Director (or designee), with any
disagreement resolved by the County Administrator or designee.
30.14.7 If a CBE firm is rejected as unqualified to perform desired work, such rejection must be
for sound reasons and occur only after a diligent investigation of the CBE firm's
capabilities.
30.14.8 In determining whether a bidder has made a Good Faith Effort, the County may take
into account the response of other bidders in meeting the contract goal. For example,
when the apparent successful bidder fails to meet the contract goal, but others meet it,
it is proper to question whether, with additional reasonable efforts, the apparent
successful bidder could have met the goal. If the apparent successful bidder fails to
meet the goal, but meets or exceeds the average CBE participation obtained by other
bidders, this may be viewed, in conjunction with other factors, as evidence of the
apparent successful bidder having made a Good Faith Effort.
30.15 Requirements for Contracts with CBE Goals: The terms and conditions set forth in
Requirements for Contracts with CBE Goals shall be binding upon the successful bidder and
shall be additional terms of the contract resulting from the award of this bid. The terms and
conditions set forth in Requirements for Contracts with CBE Goals shall also be included in
each subcontract that the successful bidder executes with a CBE firm in fulfillment of the
contract resulting from the award of this bid.
For purposes of Requirements for Contracts with CBE Goals: (a) Contractor shall mean the
successful bidder for this contract; (b) CBE Subcontractor shall mean each CBE firm included
in the Contractors bid and the resulting contract, and the CBE Subcontractor is certified in
accordance with the CBE Program; (c) Contract Administrator shall mean the Countys
representative assigned to manage the contract resulting from award of this bid.
Construction Contract (Fixed & Open-End)
09/01/2012

Page 18 of 55

BID NO. Q1068003B1


30.15.1 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.
30.15.2 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.
30.15.3 The Contractor shall not terminate a CBE firm listed as a subcontractor without cause
unless the Contractor has received the Countys prior written consent through the
Office of Economic and Small Business Development. The Contractor acknowledges
that any failure to meet its obligation shall constitute a material breach of contract.
30.15.4 The Contractor is responsible for meeting the level of CBE participation for the project
as agreed at project award. If a CBE firm is terminated for any reason, the Contractor
shall make good faith efforts to find another CBE firm to perform the work to be
performed by the original CBE firm.
30.15.5 The County shall have the right to review each proposed amendment, extension,
modification, or change order to this contract that, by itself or aggregated with previous
amendments, extensions, modifications, or change orders, increases the initial
contract price by ten percent (10%) or Fifty Thousand Dollars ($50,000), whichever is
less, for opportunities to include or increase the participation of CBE firms already
involved in this contract. The Contractor shall make a good faith effort to include CBE
firms in work resulting from any such amendment, extension, modification, or change
order and shall report such efforts, along with evidence thereof, to the Office of
Economic and Small Business Development.
30.15.6 The Contractor shall allow the County to engage in on-site reviews to monitor the
Contractors progress in achieving and maintaining its contractual and CBE Program
obligations. Such review and monitoring shall be by the Contract Administrator.
30.15.7 Upon award or execution of this contract by the County, the Contractor shall enter into
a formal contract with the CBE firms the Contractor selected to fulfill the CBE
participation goal for this contract.
30.15.8 The Contractor shall submit monthly utilization reports regarding compliance with its
CBE obligations to the Contract Administrator with its partial pay request. Attachment
J The monthly utilization reports shall be submitted on a form which may be obtained
at the Office of Economic and Small Business Development.
30.15.9 The Contractor shall inform the County immediately when a CBE firm is not able to
perform or if the Contractor believes the CBE firm should be replaced for any other
reason; the Office of Economic and Small Business Development shall review and
verify the Contractors good faith efforts to substitute the CBE firm with another CBE
firm. The Contractor may change the CBE firm only upon receiving the prior approval
of the Office of Economic and Small Business Development.

Construction Contract (Fixed & Open-End)


09/01/2012

Page 19 of 55

BID NO. Q1068003B1


30.15.10 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.
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.
31.

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.

CONTRACTOR PERFORMANCE REVIEW:


Bidder/CONTRACTOR: An interim performance evaluation of the successful Bidder/CONTRACTOR
may be submitted by the Contract Administrator during construction of the Project. A final performance
evaluation shall be submitted when the Request for Final Payment to the construction contractor is
forwarded for approval. In either situation, the completed evaluation(s) shall be forwarded to the
COUNTY Director of Purchasing who shall provide a copy to the successful Bidder/CONTRACTOR.
Said evaluation(s) may be used by the COUNTY as a factor in considering the responsibility of the
successful Bidder/CONTRACTOR for future bids with the COUNTY.

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.

DUN & BRADSTREET REPORT REQUIREMENT


The submittal of a Dun & Bradstreet Report(s) (D&B Report) may be necessary for this bid as a
condition for award. If required, the Contractor should have the D&B Report submitted to the County
within ten (10) days of the Countys request. The Contract Administrator for this project will determine
the need for and the type of D&B Report as soon as possible after bid opening. If implemented, the cost
for the D&B Report will be paid for by the County as a pass-thru cost (no markup will be allowed and
invoice verification of cost will be required).
For any further information you require, please contact Dun & Bradstreet at:
Phone Number:
(800) 234-3867
Fax Number:
(610) 807-1075
NOTE:
The County may elect to utilize a report submitted by the bidder if issued within the previous six (6)
months.

36.

SCRUTINIZED COMPANIES LIST


Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List or on
the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List is prohibited from

Construction Contract (Fixed & Open-End)


09/01/2012

Page 20 of 55

BID NO. Q1068003B1


submitting a bid, proposal or response to a Broward County solicitation for goods or services in an
amount equal to or greater than $1 million. Therefore, if applicable, each company submitting a bid,
proposal, or response to a solicitation must certify to the County that it is not on either list at the time of
submitting a bid, proposal or response. The certification form will only be attached to a solicitation if the
estimated purchase amount is $1 million dollars or greater and must be submitted at the time of
submitting a bid, proposal or response. Under the circumstances, the County estimated purchase
amount is no greater than $1 million dollars, but bid, proposal, response or resulting contract is $1
million dollars or greater, the County will exercise the right to require firm to submit the certification form
(Attachment N) by the imposed deadline. In either case, failure to timely provide the certification shall
deem the submittal non-responsive.
37.

EVERIFY PROGRAM CERTIFICATION (applicable only for statefunded contracts)


Not applicable to bid.

38.

TRENCH SAFETY ACT


Not applicable to bid.

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.

NAME OF COMPANY: ______________________________________________

Construction Contract (Fixed & Open-End)


09/01/2012

Page 21 of 55

BID NO. Q1068003B1


BID SHEET
CLOSED CIRCUIT TELEVISION (CCTV) REPAIR AND INSTALLATION (CBE RESERVED)

(NON-SHELTERED MARKET)
TO:

BOARD OF COUNTY COMMISSIONERS


BROWARD COUNTY, FLORIDA

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.

Construction Contract (Fixed & Open-End)


09/01/2012

Page 22 of 55

BID NO. Q1068003B1


BID SHEET
(Continued)
CLOSED CIRCUIT TELEVISION (CCTV) REPAIR AND INSTALLATION (CBE RESERVED)

(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:

RECYCLED CONTENT INFORMATION:


1.

IS THE MATERIAL IN THE ABOVE: VIRGIN


OR RECYCLED
IF RECYCLED, WHAT PERCENTAGE __________%

(CHECK THE APPLICABLE BOX).

PRODUCT DESCRIPTION: ___________________________________________________________________


__________________________________________________________________________________________
2.

IS YOUR PRODUCT PACKAGED AND/OR SHIPPED IN MATERIAL CONTAINING RECYCLED CONTENT?


YES
NO
SPECIFY: _________________________________________________________________________________
__________________________________________________________________________________________

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.
_________________________________________________________________________________________________

Construction Contract (Fixed & Open-End)


09/01/2012

Page 23 of 55

BID NO. Q1068003B1


ACCEPTANCE OF CREDIT CARDS:
The County is considering making faster payments to our vendor community, in doing so we would
prefer to make payment using Visa credit card.
Would your company accept Visa credit card as payment from Broward County? YES

NO

OTHER GOVERNMENT ENTITIES:


THE UNDERSIGNED BIDDER WILL EXTEND THE SAME PRICE, TERMS AND CONDITIONS TO OTHER
GOVERNMENTS LOCATED IN BROWARD COUNTY DURING THE PERIOD COVERED BY THIS CONTRACT, IF
REQUESTED.
YES
NO
VENDOR FAX #_________________________________________________
WILL THIS PRICING BE EXTENDED TO OTHER GOVERNMENTS LOCATED IN MIAMI-DADE OR PALM BEACH
COUNTIES?
YES
NO
OTHER GOVERNMENTS LOCATED WITHIN THE STATE OF FLORIDA?
YES

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.

NAME OF COMPANY: ______________________________________________

Construction Contract (Fixed & Open-End)


09/01/2012

Page 24 of 55

BID NO. Q1068003B1


VENDOR QUESTIONNAIRE
INFORMATION CONTAINED IN THIS DOCUMENT WILL BE USED BY THE COUNTY IN
DETERMINING THE RESPONSIBILITY OF A RESPONDENT. THERE MUST BE A RESPONSE TO
ALL QUESTIONS IN THIS DOCUMENT.
INFORMATION MUST EITHER BE PROVIDED OR AN INDICATION OF NONE (IF APPROPRIATE).
DO NOT USE N/A AS A RESPONSE TO ANY QUESTION.
THIS COMPLETED FORM, INCLUDING A RESPONSE TO ALL QUESTIONS, SHOULD BE
SUBMITTED WITH THE SOLICITATION; HOWEVER, IT MUST BE SUBMITTED WITHIN FIVE (5)
BUSINESS DAYS OF THE COUNTYS REQUEST. FAILURE TO PROVIDE THE COMPLETED FORM
MAY RESULT IN THE SOLICITATION BEING DEEMED NON-RESPONSIVE.
The undersigned authorized representative of the Respondent certifies the truth and accuracy of all
statements and the answers contained herein.
1.

How many years has your organization been in business while possessing one of the licenses,
certifications or registrations requested?
License/Certification Registration

1A.

# Years

What business are you in?

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.

NAME OF COMPANY: ______________________________________________

Construction Contract (Fixed & Open-End)


09/01/2012

Page 25 of 55

BID NO. Q1068003B1


VENDOR QUESTIONNAIRE
(Continued)
4.

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.)

(Date Services Provided)

Scope of Project

4.2
(Organization/Company)

(Contact Name)

(Contract Number)

(Project Name)

(Address)

(Project Value)

(Phone No.)

(Date Services Provided)

Scope of Project

4.3
(Organization/Company)

(Contact Name)

(Contract Number)

(Project Name)

(Address)

(Project Value)

(Phone No.)

(Date Services Provided)

Scope of Project

NAME OF COMPANY: ______________________________________________

Construction Contract (Fixed & Open-End)


09/01/2012

Page 26 of 55

BID NO. Q1068003B1


VENDOR QUESTIONNAIRE
(Continued)
5.

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

(Continue list on insert sheet, if necessary.)


6.

Has a representative of the Respondent completely inspected the proposed project site and does
the Respondent have a complete plan for its performance?

7.

What equipment do you own that is available for the work?

8.

What equipment will you purchase for the proposed work?

9.

What equipment will you rent for the proposed work?

NAME OF COMPANY: ______________________________________________

Construction Contract (Fixed & Open-End)


09/01/2012

Page 27 of 55

BID NO. Q1068003B1


VENDOR QUESTIONNAIRE
(Continued)
10.

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

The correct name of the Respondent is

11.2

The business is a (Sole Proprietorship) (Partnership) (Corporation)

11.3

The address of principal place of business is

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

NAME OF COMPANY: ______________________________________________

Construction Contract (Fixed & Open-End)


09/01/2012

Page 28 of 55

BID NO. Q1068003B1


VENDOR QUESTIONNAIRE
(Continued)
11.6

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

Under what conditions does the Respondent request Change Orders.

NAME OF COMPANY: ______________________________________________

Construction Contract (Fixed & Open-End)


09/01/2012

Page 29 of 55

BID NO. Q1068003B1


VENDOR QUESTIONNAIRE
(Continued)
13.

LITIGATION HISTORY REQUIREMENT


The County will consider a vendor's litigation history information in its review and determination of
responsibility. All vendors are required to disclose to the County all "material" cases filed or
resolved in the three (3) year period ending with the solicitation response due date, whether such
cases were brought by or against the vendor, any parent or subsidiary of the vendor, or any
predecessor organization. If the vendor is a joint venture, the information provided should
encompass the joint venture (if it is not newly-formed for purposes of responding to the solicitation)
and each of the entities forming the joint venture. For purpose of this disclosure requirement, a
case includes lawsuits, administrative hearings and arbitrations. A case is considered to be
"material" if it relates, in whole or in part, to any of the following:
1. A similar type of work that the vendor is seeking to perform for the County under the current
solicitation;
2. An allegation of negligence, error or omissions, or malpractice against the vendor or any of
its principals or agents who would be performing work under the current solicitation;
3. A vendor's default, termination, suspension, failure to perform, or improper performance in
connection with any contract;
4. The financial condition of the vendor, including any bankruptcy petition (voluntary and
involuntary); or
5. A criminal proceeding or hearing concerning business-related offenses in which the vendor
or its principals (including officers) were/are defendants.
Notwithstanding the descriptions listed in paragraphs 1 5 above, a case is not considered to be
"material" if the claims raised in the case involve only garnishment, auto negligence, personal
injury, or a proof of claim filed by the vendor.
For each material case, the vendor is required to provide all information identified in the form
attached as Attachment "K".
A Vendor is also required to disclose to the County any and all case(s) that exist between the
County and any of the vendor's subcontractors/subconsultants proposed to work on this project.
Failure to disclose any material case, or to provide all requested information in connection
with each such case, may result in the vendor being deemed non-responsive. Prior to
making such determination, the vendor will have the ability to clarify the submittal and to explain
why an undisclosed case is not material.

NAME OF COMPANY: ______________________________________________

Construction Contract (Fixed & Open-End)


09/01/2012

Page 30 of 55

BID NO. Q1068003B1


VENDORS LIST (NON-CERTIFIED SUBCONTRACTORS AND SUPPLIERS INFORMATION)

Finance And Administrative Services Department


Purchasing Division
115 S. Andrews Avenue, Room 212 Fort Lauderdale, Florida 33301 954-357-6066 Fax 954-357-8535

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.

Firms Telephone Number:

4.

Contact Name and Position:

5.

Alternate Contact Name and Position:

6.

Alternate Contact Telephone Number:

7.

Bid/Proposal Number:

8.

Type of Work/Supplies Bid:

1.

Firms Name:

2.

Firms Address:

3.

Firms Telephone Number:

4.

Contact Name and Position:

5.

Alternate Contact Name and Position:

6.

Alternate Contact Telephone Number:

7.

Bid/Proposal Number:

8.

Type of Work/Supplies Bid:

Firm Email Address:

Email Address:
Contracted Amount:
Award Date:

Firm Email Address:

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.

Construction Contract (Fixed & Open-End)


09/01/2012

Page 31 of 55

BID NO. Q1068003B1

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.

PANASONIC CERTIFICATIONS/EXPERIENCE REQUIREMENTS:


2.1.
All Panasonic equipment must be purchased from an Authorized Panasonic Distributor or
authorized reseller. The name of the intended Distributor(s) 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. Authorized Panasonic Distributor or authorized reseller must be
validated by Panasonic (verification will be completed by the County). Failure to submit in a
timely manner shall deem bidder non-responsive.
2.2.

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.

FLOOR PLANS/CAMERA LAYOUT


3.1.
CONTRACTOR may be requested to provide floor plans (location drawings) for camera
locations and head ends on an as-needed basis by the Project Manager or designee.
3.2.

4.

Any changes to the Authorized Panasonic Distributor or sub-contractor(s) or employees


throughout the term of the contract, must notify Contract Administrator within five (5) business
days of change. Verifications must be validated and approved by Panasonic and Contract
Administrator.

CONTRACTOR is responsible to procure any engineered drawings required by municipality.


CONTRACTOR will provide all engineered drawings to County for review prior to submittal to
municipality for permitting. A copy of the sealed drawings submitted will be delivered to the
Project Manager for Countys records.

GENERAL INSTRUCTIONS FOR REPAIRS/SERVICE


4.1.
Services shall consist of all work necessary to fulfill orders placed by Project Manager.

Construction Contract (Fixed & Open-End)


09/01/2012

Page 32 of 55

BID NO. Q1068003B1

5.

4.2.

An immediate assessment of any problem(s) encountered must be communicated to the


Project Manager within hour of arrival at site. If immediate remediation is not possible, an
accurate projection of expected completion time must be relayed to the Project Manager.

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.

CONTRACTOR shall maintain


communications at all times.

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.

Provide competent supervision.

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

Construction Contract (Fixed & Open-End)


09/01/2012

an

active

e-mail

address

available

for

electronic

Page 33 of 55

BID NO. Q1068003B1


result of installation or repair work performed by CONTRACTOR. Whenever disposing of
hazardous material, the Environmental Protection and Growth Management Department
(EPGMD) shall be contacted by CONTRACTOR for proper disposal instructions. This
requirement shall be solely the CONTRACTORs responsibility. CONTRACTOR shall keep
the Project Manager, or designee informed.
5.13.

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.

CONTRACTOR will provide all Equipment/Product Manuals, where applicable.

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.

Drawbridges operate 24 hours per day, 365 days per year.

5.20.

Operation of bridges cannot be impacted by the CONTRACTORs activities, CCTV


installations will require working aloft and, in some instances, working on piers under the
bridge decks and aloft over water.

5.21.

Emergencies (In addition to 5.1 through 5.20)


5.21.1. CONTRACTOR must respond by phone within thirty (30) minutes and be on-site within
two (2) hours for emergency repairs, unless other arrangements are made with the
Project Manager, or designee. CONTRACTORs performance and timely response to
service calls shall be carefully monitored by Facilities Maintenance Division.
Continued failure to adhere to the two (2) hour on site response time may be cause to
cancel the contract.
5.21.2. CONTRACTOR shall not respond to an emergency call out/repairs unless so directed
by the Project Manager, or designee. A Facilities Maintenance Division (FMD) or other
Using Division Purchase Order and Notice to Proceed will be provided immediately, if
available or after the fact when service/repairs are requested by the Project Manager
or On-Call Supervisor.
5.21.3. CONTRACTOR shall email FMD invoices for
fmd.payables@broward.org within 48 hours of call out.

5.22.

emergency

repair

to

CONTRACTOR may be required to execute a Non-Disclosure Agreement for consideration of


being granted conditional access to building plans, blueprints, schematic drawings, and
diagrams (hereafter referred to as documents), including draft, preliminary, and final formats,
which depict the internal layout and structural elements of a building, arena, stadium, water
treatment facility, or other structure owned or operated by Broward County Board of County
Commissioners under the SSI (Sensitive Security Information) Best Practices Guide.

Construction Contract (Fixed & Open-End)


09/01/2012

Page 34 of 55

BID NO. Q1068003B1

6.

5.23.

CONTRACTOR is expected to participate at minimum in quarterly meetings to provide


consultation and general status of all systems and future upgrades.

5.24.

CONTRACTOR is expected to provide firmware upgrades and software upgrades per


manufacturers specifications.

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

Construction Contract (Fixed & Open-End)


09/01/2012

Page 35 of 55

BID NO. Q1068003B1


to building occupants.
8.4.

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

Network cables must not be split between multiple modular connectors.

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.

Construction Contract (Fixed & Open-End)


09/01/2012

Page 36 of 55

BID NO. Q1068003B1


9.

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.

Complete wiring and control diagrams.

10.6.

Operation and Maintenance Instructions - Upon completion of installation, CONTRACTOR


shall deliver to the Project Manager complete operation and maintenance instructions for the
products installed.

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.

The COUNTY will not pay for travel time.

Construction Contract (Fixed & Open-End)


09/01/2012

Page 37 of 55

BID NO. Q1068003B1


13.

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.

INVOICING / BILLING INSTRUCTIONS


Invoices: Invoices must include the Broward County Purchase Order number, FMD Work Request
number (only if work is for FMD), Project Manager, description and location of work performed, date
work was performed, number of hours worked, unit price, parts used, part numbers, Schedule of
Subcontractor Participation (if not submitted with the proposal) and a copy of the CONTRACTORs
invoice from his or her supplier(s) for any parts or permits/fees to be paid on Pass Thru. The
invoice shall also contain documentation that the remediation and restoration efforts were
successfully completed and that the space has been restored to normal acceptable conditions.
Payment will be made by the County after commodities/services have been received, accepted and
properly invoiced. CONTRACTOR may invoice for parts and materials upon receipt and acceptance
by the County.

15.

PASS THRU FOR PARTS, MATERIALS AND EQUIPMENT RENTAL


Payment for parts, materials and equipment rental not listed on the Bid Sheet will be paid at
CONTRACTORs cost. The cost of these items will be a Pass Thru; the CONTRACTOR will charge
the County the same invoice prices charged by his or her supplier, plus freight, etc. A copy of the
CONTRACTORs invoice(s) from his or her supplier for such parts, materials and equipment rental
must be submitted with the CONTRACTORs invoice for payment.
In cases where the
CONTRACTOR manufactures his or her own parts, the CONTRACTOR will charge the COUNTY a
price no higher than what is charged to his or her most favored customer. The County reserves the
right to request verification for costs of parts, materials and equipment rental.

16.

PASS THRU FOR PLANS AND PERMITS/FEES


Payment for plans and permits/fees will be paid at CONTRACTORs cost. The cost of these items
will be a Pass Thru; the CONTRACTOR will charge the County the same invoice prices the
CONTRACTOR is charged. A copy of the municipalitys or CONTRACTORs invoice(s) for plans and
permits/fees must be submitted with the CONTRACTORs invoice for payment. The County reserves
the right to request verification for costs of plans and/or permits/fees.

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.

Construction Contract (Fixed & Open-End)


09/01/2012

Page 38 of 55

BID NO. Q1068003B1


ATTACHMENT "B"
BID GUARANTY FORM
IRREVOCABLE LETTER OF CREDIT
Date of Issue ____________________________
Issuing Bank's No. ________________________
Beneficiary:
Broward County through its
Broward County Board of
County Commissioners
County Administrator
Governmental Center
115 South Andrews Avenue
Fort Lauderdale, Florida 33301 Expiry:

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)

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 __________________________________________
agreed upon by and between _________________________________________Broward County and
(Contractor, Applicant, Customer)
____________________________________________________________ ___pursuant to the
(Contractor, Applicant, Customer)
Bid/Contract No. _________________________________ for _______________________________
(Name of Project)

Drafts must be drawn and negotiated not later than _______________________________________________


(Expiration Date)
Drafts must bear the clause: "Drawn under Letter of Credit No. _____________________________________
(Number)
of ______________________________________________________, dated ___________________________
(Bank Name)
Construction Contract (Fixed & Open-End)
09/01/2012

Page 39 of 55

BID NO. Q1068003B1


ATTACHMENT "B"
(Continued)
BID GUARANTY FORM
IRREVOCABLE LETTER OF CREDIT (Continued)
This Letter of Credit shall be renewed for successive periods of one (1) year each unless we provide the Broward County
Administrator with written notice of our intent to terminate the credit herein extended, which notice must be provided at
least thirty (30) days prior to the expiration date of the original term hereof or any renewed one (1) year term. Notification
to Broward County that this Letter of Credit will expire prior to performance of the contractor's obligations will be deemed a
default.
This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified,
amended, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter
of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by
reference any document, instrument, or agreement.
We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the
terms of this credit that such drafts will be duly honored upon presentation to the drawee.
The execution of the contract and the submission of the required Performance and Payment Guaranty and Insurance
Certificate by the _________________________________________________________________
(Contractor, Applicant, Customer)
____________________________________________________ shall be released of obligations.
This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of
Commerce (1984 revision), Publication No. 400 and to the provisions of Florida law. If a conflict between the Uniform
Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict
between the law of another state or county and Florida law should arise, Florida law shall prevail.

_____________________________________
(NAME OF ISSUING BANK)
_____________________________________
Authorized Signature
_____________________________________
Type Name
_____________________________________
Type Title

Construction Contract (Fixed & Open-End)


09/01/2012

Page 40 of 55

BID NO. Q1068003B1


ATTACHMENT "C"
FORM OF PERFORMANCE AND PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS:
That we ______________________________________________ as Surety, are bound to the Board of
County Commissioners of Broward County, Florida, as Obligee, hereinafter called COUNTY, in the amount of
______________ Dollars ($__________) for the payment whereof CONTRACTOR and Surety bind
themselves, their heirs, executors, administrators, successors and assigns, jointly and severally.
WHEREAS, CONTRACTOR has by written agreement entered into a Contract dated the ____________ day of
_______, 20__, with COUNTY for _____________________________which Contract is by reference made a
part hereof, and is hereinafter referred to as the Contract.
THE CONDITION OF THIS BOND is that if the CONTRACTOR:
1.

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)

Complete the CONTRACT in accordance with its terms and conditions; or

(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.

Construction Contract (Fixed & Open-End)


09/01/2012

Page 41 of 55

BID NO. Q1068003B1


ATTACHMENT "C"
(Continued)
FORM OF PERFORMANCE AND PAYMENT BOND
No right action shall accrue on this bond to or for the use of any person or corporation other than the COUNTY
named herein and those persons or corporations provided for by Section 255.05, Florida Statutes, or their
heirs, executors, administrators or successors.
Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions
prescribed in Section 255.05(2), Florida Statutes.

Signed and sealed this ______________ day of ____________________, A. D., 20__.

______________________________________________
(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.: _________________________________

Construction Contract (Fixed & Open-End)


09/01/2012

Page 42 of 55

BID NO. Q1068003B1


ATTACHMENT "D"
PERFORMANCE AND PAYMENT GUARANTY FORM
IRREVOCABLE LETTER OF CREDIT
Date of Issue ________________________________________________
Issuing Bank's No. ____________________________________________
Beneficiary:
Broward County through its
Broward County Board of
County Commissioners
County Administrator
Governmental Center
115 South Andrew Avenue
Fort Lauderdale, Florida 33301

Applicant:

Amount: ______________________________________________
in United States Fund

Expiry:
(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)

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.

Drafts must be drawn and negotiated not later than ______________________________________________


(Expiration Date)
Drafts must bear the clause: "Drawn under Letter of Credit No. _________________________________
(Number)
of ____________________________________________, dated _______________________________
(Bank Name)

Construction Contract (Fixed & Open-End)


09/01/2012

Page 43 of 55

BID NO. Q1068003B1


ATTACHMENT "D"
(Continued)
PERFORMANCE AND PAYMENT GUARANTY FORM
IRREVOCABLE LETTER OF CREDIT
This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be
modified, amended, or amplified by reference to any documents, instrument, or agreement referred to herein or
to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be
deemed to incorporate herein by reference any document, instrument, or agreement.
We hereby agree with the drawers, endorsers and bona fide holders of all drafts drawn under and in
compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee.
Obligations under this Letter of Credit shall be released one (1) year after the final completion of the Project by
the
___________________________________________________________________________________
(Contractor, Applicant, Customer)
and final acceptance by Broward County.
This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber
of Commerce (2007 revision), Publication No. 600 and to the provisions of Florida law. If a conflict between
the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall
prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall
prevail.
____________________________________
(NAME OF ISSUING BANK)
____________________________________
Authorized Signature
____________________________________
Type Name
____________________________________
Type Title

Construction Contract (Fixed & Open-End)


09/01/2012

Page 44 of 55

BID NO. Q1068003B1


ATTACHMENT "E"
FORM OF CERTIFICATE AND AFFIDAVIT
FOR BONDS UNDER $500,000.00

NOTE: THIS DOCUMENT WILL NOT SERVE AS A VALID BOND.


TO:

BOARD OF COUNTY COMMISSIONERS OF BROWARD COUNTY

RE:

BID NUMBER _______________________________________________________________


BIDDER NAME ______________________________________________________________
ADDRESS __________________________________________________________________
PHONE ____________________________________________________________________
AMOUNT OF BOND __________________________________________________________
SURETY BOND _____________________________________________________________
COMPANY _________________________________________________________________
NAME _____________________________________________________________________
ADDRESS __________________________________________________________________
PHONE ____________________________________________________________________

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.
_______________________

___________________________________________________ Date Signed


Agent and Attorney-in-Fact

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: ________________________

Construction Contract (Fixed & Open-End)


09/01/2012

Page 45 of 55

BID NO. Q1068003B1


ATTACHMENT F
DRUG FREE WORKPLACE CERTIFICATION
The undersigned vendor hereby certifies that it will provide a drug-free workplace program by:
(1)
Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a
controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees
for violations of such prohibition;
(2)
Establishing a continuing drug-free awareness program to inform its employees about:
(I)
The dangers of drug abuse in the workplace;
(ii)
The offeror's policy of maintaining a drug-free workplace;
(iii)
Any available drug counseling, rehabilitation, and employee assistance programs; and
(iv)
The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;
(3)
Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph (1);
(4)
Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a
covered contract, the employee shall:
(I)
Abide by the terms of the statement; and
(ii)
Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation
of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in
the workplace NO later than five days after such conviction.
(5)
Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision (4) (ii) above,
from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the
employee;
(6)
Within 30 calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with
respect to an employee who is convicted of a drug abuse violation occurring in the workplace:
(I)
Taking appropriate personnel action against such employee, up to and including termination; or
(ii)
Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved
for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and
(7)
Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs (1) through
(6).
____________________________________
(Vendor Signature)
____________________________________
(Print Vendor Name)
STATE OF __________________
COUNTY OF ________________
The foregoing instrument was acknowledged before me this ____day of _____________________, 20__,
by ____________________________________________________________________________________________
(Name of person who's signature is being notarized)
as _____________________________________of ______________________________________________________
(Title)
(Name of Corporation/Company),
known to me to be the person described herein, or who produced __________________________________________
(Type of Identification)
as identification, and who did/did not take an oath.
NOTARY PUBLIC:
________________________________
(Signature)
________________________________
(Print Name)
My commission expires: _______________________

Construction Contract (Fixed & Open-End)


09/01/2012

Page 46 of 55

BID NO. Q1068003B1


ATTACHMENT G

Construction Contract (Fixed & Open-End)


09/01/2012

Page 47 of 55

BID NO. Q1068003B1


ATTACHMENT H

Construction Contract (Fixed & Open-End)


09/01/2012

Page 48 of 55

BID NO. Q1068003B1


ATTACHMENT I

Construction Contract (Fixed & Open-End)


09/01/2012

Page 49 of 55

BID NO. Q1068003B1


ATTACHMENT J
(AFTER AWARD USE ONLY)

Construction Contract (Fixed & Open-End)


09/01/2012

Page 50 of 55

BID NO. Q1068003B1


ATTACHMENT K
LITIGATION HISTORY FORM

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

Judgment Vendors Favor


(Attach copy of any
applicable Judgment,
Settlement Agreement
and Satisfaction of
Judgment.)

Judgment Against Vendor


If Judgment Against, is Judgment Satisfied? Yes

No

Name:
Opposing Counsel

Email:
Phone number:

NAME OF COMPANY: ______________________________________________


Construction Contract (Fixed & Open-End)
09/01/2012

Page 51 of 55

BID NO. Q1068003B1


ATTACHMENT L
(AFTER AWARD USE ONLY)

FINANCE AND ADMINISTRATIVE SERVICES DEPARTMENT


PURCHASING DIVISION
115 S. Andrews Avenue, Room 212 Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535

Date:
To:

Vendor/Firm Name

From:

Broward County Purchasing Division

Subject: Final List of Non-certified Subcontractors/Sub-vendors


Re:

Project Title, Contract Number

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

Construction Contract (Fixed & Open-End)


09/01/2012

Page 52 of 55

BID NO. Q1068003B1


ATTACHMENT M
DOMESTIC PARTNERSHIP CERTIFICATION FORM
THIS FORM SHOULD BE SUBMITTED WITH THE BID BUT MUST BE COMPLETED AND SUBMITTED WITHIN FIVE
BUSINESS DAYS OF COUNTYS REQUEST
For all submittals over $100,000.00, the Vendor, by virtue of the signature below, certifies that it is aware of the
requirements of Broward Countys Domestic Partnership Act, (Section 16-1/2 -157 of the Broward County Code of
Ordinances, as amended); and certifies the following: (Please check only one below).
1. The Vendor currently complies with the requirements of the Countys Domestic Partnership Act and provides
benefits to Domestic Partners of its employees on the same basis as it provides benefits to employees spouses.
2. The Vendor will comply with the requirements of the Countys Domestic Partnership Act at time of contract award
and provide benefits to Domestic Partners of its employees on the same basis as it provides benefits to employees
spouses.
3. The Vendor will not comply with the requirements of the Countys Domestic Partnership Act at time of award.
4. The Vendor does not need to comply with the requirements of the Countys Domestic Partnership Act at time of
award because the following exception(s) applies: (Please check only one below).
The Vendor employs less than five (5) employees.
The Vendor is a governmental entity, not-for-profit corporation, or charitable organization.
The Vendor is a religious organization, association, society, or non-profit charitable or educational institution.
The Vendor does not provide benefits to employees spouses.
The Vendor provides an employee the cash equivalent of benefits. (Attach an affidavit in compliance with the
Act stating the efforts taken to provide such benefits and the amount of the cash equivalent).
The Vendor cannot comply with the provisions of the Domestic Partnership Act because it would violate the
laws, rules or regulations of federal or state law or would violate or be inconsistent with the terms or conditions
of a grant or contract with the United States or State of Florida. Indicate the law, statute or regulation (State the
law, statute or regulation and attach explanation of its applicability).
I, ____________________________, _______________________________of _________________________
(Name)
(Title)
(Vendor)
hereby attests that I have the authority to sign this notarized certification and certify that the above-referenced information
is true, complete and correct.
__________________________________
Signature
__________________________________
Print Name
SWORN TO AND SUBSCRIBED BEFORE ME this ____day of ___________________, 20___
STATE OF

______________________

_________________________________

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: ________________

Construction Contract (Fixed & Open-End)


09/01/2012

Page 53 of 55

BID NO. Q1068003B1


ATTACHMENT N
SCRUTINIZED COMPANIES CERTIFICATION
THIS FORM MUST BE COMPLETED AND SUBMITTED PRIOR TO AWARD. THIS CERTIFICATION
SHOULD BE SUBMITTED AT THE TIME OF BID SUBMITTAL. FAILURE TO SUBMIT THIS FORM AS
INSTRUCTED, SHALL DEEM YOUR SUBMITTAL NON-RESPONSIVE.
The Vendor, by virtue of the signature below, certifies that:
a. The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes,
regarding Companies on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List; and
b. The Vendor, owners, or principals, are eligible to participate in this solicitation and not listed on either
the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities
in the Iran Petroleum Energy Sector List; and
c. If awarded the Contract, the Vendor, owners, or principals will immediately notify the COUNTY in
writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List or
on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.

_________________________________________
(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

______________________________ (title) of ______________________ (Name of Vendor), known to me to


be the person described herein, or who produced _____________________________ (type of identification)
as identification, and who did/did not take an oath.

NOTARY PUBLIC:
__________________________
(Signature)

State of ___________________ at Large (SEAL)

__________________________
(Print name)

My commission expires: _______________

Construction Contract (Fixed & Open-End)


09/01/2012

Page 54 of 55

BID NO. Q1068003B1


ATTACHMENT O

Construction Contract (Fixed & Open-End)


09/01/2012

Page 55 of 55

Vous aimerez peut-être aussi