Broward - Concrete Repair

Embed Size (px)

Citation preview

  • 8/13/2019 Broward - Concrete Repair

    1/41

    Bid No. E1049502B1Addendum No. 2

    Page 1of 3

    Addendum Form 302/23/2012

    PURCHASING DIVISIONBOARD OF COUNTY COMMISSIONERS

    BROWARD COUNTY, FLORIDA

    MISCELLANEOUS CONSTRUCTION and CONCRETE REPAIR MATERIALS (S/M)ADDENDUM NO. 2

    DATE OF ADDENDUM: August 22, 2012

    ATTENTIONALLPOTENTIAL BIDDERS:

    MUST ADDENDUM. READ CAREFULLY AND FOLLOW ALL INSTRUCTIONS. Informationincluded in this Addendum will have a material impact on the submittal for this solicitation. AllMUST addenda and/or revised Bid Sheets are considered a matter of responsiveness.MUST addenda must be returned with your Bid, or acknowledged on the Bid Sheet Form. Allrevised Bid Sheets must be returned with your Bid.Failure of a Submitter to acknowledge the

    addenda and/or return the revised Bid Sheets shall be cause for rejection of the bid.

    Return Addendum with BIDSubmittal or Acknowledge on the Bid SheetReturn Completed Revised Price Sheet with BID

    TO ALL PROSPECTIVE BIDDERS, PLEASE NOTE THE FOLLOWING CHANGES ANDCLARIFICATIONS:Words in strikethrough type are deletions from existing text. Words in bold underlined type areadditions to existing text.

    1. The Bid Opening Date has been revised as follows:August 29, 2012at 2:00 p.m. Location

    remains the same.

    2. The Bid Sheets, pages 12 13 of 30, have been replaced with the attached Bid Sheets, pages12R 13R of 30. These bid sheets MUST be completed and returned with your Bidsubmittal.

    3. All quantities in Group 1 have been changed.

    4. Group 2 has been added to the Bid Sheet.

    All other terms, conditions and specifications remain unchanged for this bid.

    NAME OF COMPANY: _________________________________________________

  • 8/13/2019 Broward - Concrete Repair

    2/41

    Bid No. E1049502B1Addendum No. 2

    Page 2of 3

    Addendum Form 302/23/2012

    BID SHEET

    MISCELLANEOUS CONSTRUCTION and CONCRETE REPAIR MATERIALS

    (SHELTERED MARKET)

    TO: BOARD OF COUNTY COMMISSIONERSBROWARD COUNTY, FLORIDA

    Al l blanks have been fi lled in, BID SHEET is attached to the completed " Inv itation ForBid" and returned herewith.

    NOTE: If you are a certif ied Broward County Small Business (SBE) attach a copy ofyour certification certificate with your submit tal.

    In accordance with all terms, conditions, specifications and requirements, the bidderoffers the following:

    GROUP 1 (ITEMS 1 THRU 11) Highway and Bridge Maintenance Divis ion

    ESTIMATEDITEM ANNUAL COMMODITY CODE UNIT TOTALNO. QUANTITY DESCRIPTION PRICE PRICE

    Commodity Code # 315901. 200 Epoxy Resin Compound for Application

    to Concrete $ /Kit $

    Commodity Code # 750322. 250 Polyurea Joint Filler $ /Carton$

    Commodity Code # 450013. 40 Polyether Adhesive/Sealant $ /Carton$

    Commodity Code # 4745564. 30 Low-Modulus Silicone $ /Kit $

    Commodity Code # 315805. 250 Non-Shrink Grout- Anchoring Cement $ /Pail $

    Commodity Code # 450016. 80 Waterproofing Concrete Admixture $ /Pail $

    Commodity Code # 578557. 6000 Detectable Warning Surface, Yellow $ /Sq. Ft $

    NAME OF COMPANY: _________________________________________________________

    Commodit ies Contract Sheltered Market Page 2 of 305/24/2012

  • 8/13/2019 Broward - Concrete Repair

    3/41

    Bid No. E1049502B1Addendum No. 2

    Page 3of 3

    Addendum Form 302/23/2012

    GROUP 1 (continued):

    ESTIMATEDITEM ANNUAL COMMODITY CODE UNIT TOTALNO. QUANTITY DESCRIPTION PRICE PRICE

    Commodity Code # 578498. 36000 Closed Cell Foam Backer Rod, $ /LF $

    3/8 inch diameter

    Commodity Code # 578499. 2000 Closed Cell Foam Backer Rod, $ /LF $

    inch diameter (per linear feet)

    Commodity Code # 57849

    10. 16000 Closed Cell Foam Backer Rod, $ / LF $5/8 inch diameter (per linear feet)

    Commodity Code # 5784911. 6000 Closed Cell Foam Backer Rod, $ / LF $

    1 inch diameter (per linear feet)

    GROUP 1 TOTAL (ITEMS 1 THRU 11) $ ________________

    GROUP 2 (Items 12 and 13) Parks and Recreation Divis ion

    12. 100 rolls Steel reinforcing mesh for concrete $ /ROLL $60 X 150, 750 square feet6 x 6 x 10 ga. Welded steel wireConform to ASTM A185 specifications

    13. 10,000 LF #4 Steel Rebar, diameter, Grade 60 $ / LF $Conform to ASTM A615

    GROUP 2 TOTAL (ITEMS 12 THRU 13) $ ________________

    NAME OF COMPANY: ________________________________________________

    AUTHORIZED SIGNATURE: ___________________________________________By signing this bid sheet your firm is agreeing tothe terms and condi tions of the Invitation for Bid.

    Commodit ies Contract Sheltered Market Page 3R of 305/24/2012

  • 8/13/2019 Broward - Concrete Repair

    4/41

  • 8/13/2019 Broward - Concrete Repair

    5/41

    SUBMIT BID TO:Broward County Purchasing Division115 S. Andrews Avenue, Room 212Fort Lauderdale, Florida 33301-1801954-357-6066

    BOARD OF COUNTY COMMISSIONERSBROWARD COUNTY, FLORIDA

    INVITATION FOR BIDBidder Acknowledgment

    GENERAL CONDITIONS THESE INSTRUCTIONS ARE STANDARD FOR ALL CONTRACTS FOR COMMODITIES/SERVICES ISSUED BY THEBOARD OF COUNTY COMMISSIONERS. THE BOARD OF COUNTY COMMISSIONERS MAY DELETE, SUPERSEDEOR MODIFY ANY OF THESE STANDARD INSTRUCTIONS FOR A PARTICULAR CONTRACT BY INDICATING SUCHCHANGE IN THE SPECIAL INSTRUCTIONS TO BIDDERS OR IN THE BID SHEETS. BY ACCEPTANCE OF APURCHASE ORDER ISSUED BY THE COUNTY, BIDDER AGREES THAT THE PROVISIONS INCLUDED WITHIN THISINVITATION FOR BID SHALL PREVAIL OVER ANY CONFLICTING PROVISION WITHIN ANY STANDARD FORMCONTRACT OF THE BIDDER REGARDLESS OF ANY LANGUAGE IN BIDDERS CONTRACT TO THE CONTRARY.

    BIDDER ACKNOWLEDGEMENT MUST BE SIGNED AND RETURNED WITH YOUR BID

    BIDS WILL BE OPENED 2:00 p.m.July 25, 2012and may not be withdrawn within 120 calendar days after such date and time.

    BID TITLE

    MISCELLANEOUS CONSTRUCTION AND

    CONCRETE REPAIR MATERIALS

    (SHELTERED MARKET)

    BID NO.E1049502B1

    PURCHASING AGENT NAME & TELEPHONE NUMBER

    PATRICIA MORNING-LEWIS (954) 357-6083

    DELIVERY DATE

    SEE SPECIAL INSTRUCTION

    CASH DISCOUNT TERMS

    BID GUARANTY IS ATTACHED, WHEN REQUIRED, INTHE AMOUNT OF $

    REASON FOR NO BID

    DUN & BRADSTREET NUMBER

    BIDDER NAME

    BIDDER MAILING ADDRESS/CITY/STATE/ZIP

    AREA CODE TELEPHONE NO. CONTACT PERSON

    FAX NO. 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 andwithout 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 acknowledgedand accepted as well as any special instruction sheet(s) if applicable.

    SEALED BIDS: This form must be executed and submittedwith all bid sheets and should be in a sealed envelope.(PLEASE INCLUDE ONE ORIGINAL SIGNED BID DOCUMENTIN BLUE INK AND ONE PHOTOCOPY OF SIGNED BIDDOCUMENT PER ENVELOPE). The face of the envelope shouldcontain 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 torejection.

    1. EXECUTION OF BID: A. Bid must contain an originalsignature of an individual authorized to bind the bidder. Bidmust be typed or printed in ink. The ink should be blue ink. Allcorrections made by bidder to their bid must also be initialed.The bidder's name should also appear on each page of thebid sheet if required. B. No award will be made to a bidderwho is delinquent in payment of any taxes, fees, fines,contractual debts, judgments, or any other debts due andowed to the County, or is in default on any contractual orregulatory obligation to the County. By signing and submittingthis bid, bidder attests that it is not delinquent in payment ofany taxes, fees, fines, contractual debts, judgments or any

    other debts due and owed to the County, nor is it in default onany contractual or regulatory obligation to the County. In theevent the bidder's statement is discovered to be false, bidderwill be subject to debarment and the County may terminateany contract it has with bidder. C. Bidder certifies by signingthe bid that no principals or corporate officers of the firm wereprincipals or corporate officers in any other firm which mayhave been suspended or debarred from doing business withBroward County within the last three years, unless so noted inthe bid documents. D. By signing this bid, bidder attests thatany and all statements, oral, written or otherwise, made insupport of this bid, are accurate, true and correct. Bidderacknowledges that inaccurate, untruthful, or incorrectstatements made in support of this bid may be used by theCounty as a basis for rejection of this bid, rescission of theaward, or termination of the contract. Bidder acknowledges

    that the termination of the contract because of a determinationof an inaccurate, untruthful, or incorrect statement made insupport of this bid may also serve as the basis for debarmentof bidder pursuant to Section 21-119 of the Broward County

    Administrative Code.

    2. BID WITHDRAWAL: No Vendor may withdraw their bidbefore the expiration of one hundred and twenty (120) daysfrom the date of the bid opening. Any bid submitted whichalters the one hundred and twenty (120) day requirementshall be deemed non-responsive.

    (Continued on Page 2)

  • 8/13/2019 Broward - Concrete Repair

    6/41Page 2of 6 Pages

    3. BID OPENING: Shall be public, on date, location and timespecified on the bid form. The official time is the time clocklocated in the Purchasing Division reception area and will beaccepted by all parties without reservation. It is the biddersresponsibility to assure that their bid is delivered on date,location and time specified on the bid form. Bids, which forany reason are not so delivered, will not be considered. Bidfiles and any bids after they are opened may be examinedduring normal working hours by appointment. Bid tabulationsare available for inspection upon request. Bid results will beposted 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 dateindicated. Only written addenda will be binding. If, uponreview, material errors in specifications are found, contact thePurchasing Division immediately, prior to Bid opening date, toallow for review and subsequent clarification on the part ofBroward County.

    5. PRICES, TERMS & PAYMENTS: Firm prices shall be bid andinclude all handling, set up, shipping and inside deliverycharges to the destination shown herein unless otherwiseindicated.

    (a) The Bidder: in submitting this bid certifies that the pricesquoted herein are not higher than the prices at which the

    same commodity(ies) or service(s) is sold inapproximately similar quantities under similar terms andconditions 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 theDirector of the Purchasing Division in accordance withthe provisions of the Procurement Code.

    (d) TAXES: Broward County is exempt from Federal Exciseand Florida Sales taxes on direct purchase of tangibleproperty. Exemption numbers appear on purchase order.The Contractor shall pay all applicable sales, consumer,land use, or other similar taxes required by law. TheContractor is responsible for reviewing the pertinentState 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 beconsidered in determining the lowest net cost for bidevaluation purposes. Bidders should reflect anydiscounts to be considered in the bid evaluation in theunit prices bid.

    (f) MISTAKES: Bidders are cautioned to examine allspecifications, drawings, delivery instructions, unit prices,extensions and all other special conditions pertaining tothe bid. Failure of the bidder to examine all pertinentdocuments shall not entitle them to any relief from theconditions imposed in the contract. In case of mistakes inextension, the unit price shall govern. Multiplication oraddition errors are deemed clerical errors and shall becorrected by the County.

    (g) ORDERING: The Board of County Commissionersreserves the right to purchase commodities/servicesspecified herein through contracts established by othergovernmental agencies or through separate procurementactions due to unique or special needs. If an urgentdelivery is required, within a shorter period than thedelivery time specified in the contract and if the seller isunable to comply therewith, the Board of CountyCommissioners reserves the right to obtain such deliveryfrom others without penalty or prejudice to the County orto the seller.

    6. OPEN-END CONTRACT: No guarantee is expressed oimplied as to the total quantity of commodities/services to bepurchased under any open end contract. Estimated quantitieswill be used for bid comparison purposes only. The Board oCounty Commissioners reserves the right to issue purchaseorders as and when required, or, issue a blanket purchaseorder for individual agencies and release partial quantities orissue instructions for use of Direct Purchase Orders byvarious County agencies, or, any combination of thepreceding. No delivery shall become due or be acceptablewithout a written order or shipping instruction by the County

    unless otherwise provided in the contract. Such order wilcontain the quantity, time of delivery and other pertinent dataHowever, on items urgently required, the seller may be giventelephone notice, to be confirmed by an order in writing.

    7. CONTRACT PERIOD (OPEN-END CONTRACT): The initiacontract period shall start with the expiration date of theprevious contract or date of award, whichever is latest, andshall terminate one (1) year from that date. The contractor wilcomplete delivery and the County will receive delivery on anyorders mailed to the contractor prior to the date of expirationThe Director of Purchasing may renew this contract for asecond period subject to vendor acceptance, satisfactoryperformance and determination that renewal will be in thebest interest of the County. Notification of Intent to Renew wilbe mailed sixty (60) calendar days in advance of expiration

    date of this contract. All prices, terms and conditions shalremain firm for the initial period of the contract and for anyrenewal period unless subject to price adjustment specified asa "special condition" hereto.

    In the event services are scheduled to end because of theexpiration of this contract, the Contractor shall continuethe service upon the request of the Director ofPurchasing. The extension period shall not extend formore than ninety (90) days beyond the expiration date ofthe existing contract. The Contractor shall becompensated for the service at the rate in effect whenthis extension clause is invoked by the County.

    8. FIXED CONTRACT QUANTITIES: Purchase order(s) for fulquantities will be issued to successful bidder(s) afte

    notification of award and receipt of all required documentsFixed contract quantities up to twenty (20) percent of theoriginally specified quantities may be ordered prior to theexpiration of one (1) year after the date of award, provided theContractor agrees to furnish such quantities at the sameprices, terms and conditions.

    9. AWARDS: If a speci fic basis of award is not establ ishedin the special instructions to bidders, the award shall beto the responsible bidder with the lowest responsive bidmeeting the written specifications. As the best interest othe Board of County Commissioners may require, the right isreserved to make award(s) by individual commoditiesservices, group of commodities/services, all or none or anycombination thereof. When a group is specified, all itemswithin the group must be bid. A bidder desiring to bid No

    Charge on an item in a group must so indicate, otherwise thebid for the group will be construed as incomplete and may berejected. However, if bidders do not bid all items within agroup, the County reserves the right to award on an item byitem basis. When a group bid is indicated for variablequantities and the bid for the group shows evidence ofunbalanced bid prices, such bid may be rejected. The Directoof Purchasing, or the Board of County Commissionerswhichever is applicable reserves the right to waivetechnicalities and irregularities and to reject any or all bids.

    10. PAYMENT: Payment for all goods and services shall bemade in a timely manner and in accordance with FloridaStatutes, Section 218.70, Florida Prompt Payment Act andthe Broward County Prompt Payment Ordinance (No. 89-49)

  • 8/13/2019 Broward - Concrete Repair

    7/41Page 3of 6 Pages

    as amended. All applications for Payment shall be submittedto Broward County Accounting Division. Payment will bemade by the County after commodities/services have beenreceived, accepted and properly invoiced as indicated incontract and/or order. Invoices must bear the purchase ordernumber.

    11. DELIVERY: Delivery time shall be computed in calendar daysfrom the issuance date of purchase order. Although, actualrequested date or number of calendar days for delivery maybe specified, state number of calendar days required to makedelivery and installation after issuance of purchase order or

    request for services in space provided. Unless otherwisestipulated in the Contract, delivery shall be made between9:00 a.m. and 4:00 p.m., Monday through Friday, exceptholidays, and at other time by special arrangements. Howevergoods required for daily consumption, or where the delivery isan emergency, a replacement, or is overdue, the convenienceof the Division shall govern. If, in calculating the number ofcalendar days from the order date, the delivery date falls on aSaturday, Sunday or holiday, delivery shall be made no laterthan next succeeding business day. Delivery time may beconsidered in determining award.

    12. TERMINATION:

    (a) AVAILABILITY OF FUNDS: If the term of this contractextends beyond a single fiscal year of the County, thecontinuation of this Contract beyond the end of any fiscalyear shall be subject to the availability of funds from theCounty in accordance with Chapter 129, Florida Statutes.The Broward County Board of County Commissionersshall be the final authority as to availability of funds andhow such available funds are to be allotted andexpended. In the event funds for this project/purchaseare not made available or otherwise allocated BrowardCounty may terminate this contract upon thirty (30) daysprior written notice to the contractor.

    (b) NON PERFORMANCE: The Contract may be terminatedfor cause by the Awarding Authority for the County or byBidder if the party in breach has not corrected the breachwithin ten (10) days after written notice from theaggrieved party identifying the breach. Cause fortermination shall include, but not be limited to, failure tosuitably perform the work, failure to suitably delivergoods in accordance with the specifications andinstructions in this Bid, failure to continuously perform thework in a manner calculated to meet or accomplish theobjectives of the County as set forth in this Bid, ormultiple breach of the provisions of this Bidnotwithstanding whether any such breach was previouslywaived or cured.

    (c) TERMINATION FOR CONVENIENCE: The AwardingAuthority may terminate the Contract for convenienceupon no less than thirty (30) days written notice. In theevent the Contract is terminated for convenience, Biddershall be paid for any goods properly delivered andservices properly performed to the date the Contract isterminated; however, upon being notified of County's

    election to terminate, Bidder shall cease any deliveries,shipment or carriage of goods, and refrain fromperforming further services or incurring additionalexpenses under the terms of the Contract. In no eventwill payment be made for lost or future profits. Bidderacknowledges and agrees that ten dollars ($10.00) of thecompensation to be paid by County, the adequacy ofwhich is hereby acknowledged by Bidder, is given asspecific consideration to Bidder for the County's right toterminate this Contract.

    13. CONDITIONS AND PACKAGING: Unless otherwise stated inthe special instructions to bidders or the bid sheets, orspecifically ordered from an accepted price list, deliveriesmust consist only of new and unused goods and shall be the

    current standards production model available at the time othe bid. The goods must be suitably packaged for shipment bycommon carrier. Each container or multiple units or itemsotherwise packaged shall bear a label, imprint, stencil or othelegible markings stating name of manufacturer or supplierpurchase order number and any other markings required byspecifications, or other acceptable means of identifyingvendor and purchase order number.

    14. SAFETY STANDARDS: Unless otherwise stipulated in thebid, all manufactured items and fabricated assemblies shalcomply with applicable requirements of Occupational Safetyand Health Act and any standards thereunder. In compliancewith Chapter 442, Florida Statutes, any toxic substance listedin Section 38F-41.03 of the Florida Administrative Codedelivered from a contract resulting from this bid must beaccompanied by a Material Safety Data Sheet (MSDS). AMaterial Safety Data Sheet (MSDS) should also be submittedto 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 toxicsubstance.

    (b) The hazards or other risks in the use of the toxicsubstance, including:

    1. The potential for fire, explosion, corrosivity, andreactivity;

    2. The known acute and chronic health effects of risksfrom exposure, including the medical conditions whichare generally recognized as being aggravated byexposure to the toxic substance; and

    3. The primary routes of entry and symptoms ooverexposure.

    (c) The proper precautions, handling practices, necessarypersonal protective equipment, and other safetyprecautions in the use of or exposure to the toxicsubstances, including appropriate emergency treatmenin case of overexposure.

    (d) The emergency procedure for spills, fire, disposal, andfirst aid.

    (e) A description in lay terms of the known specific potentiahealth risks posed by the toxic substance intended toalert any person reading this information.

    (f) The year and month, if available, that the information wascompiled and the name, address, and emergencytelephone number of the manufacturer responsible fopreparing the information.

    15. MANUFACTURERS NAME AND APPROVEDEQUIVALENTS: Manufacturers names, trade names, brandnames, information and/or catalog numbers listed in aspecification are for information and establishment of quality

    level desired and are not intended to limit competition unlessotherwise specified in the bid. The bidder may offer any brandwhich meets or exceeds the specifications for any item(s). Ifbids are based on equivalent products, indicate on the bidform the manufacturers name and catalog number. Biddeshall submit with the bid complete descriptive literature and/ospecifications. The bidder should also explain in detail thereason(s) why and submit proof that the proposed equivalenwill meet the specifications and not be considered anexception thereto. Broward County Board of CountyCommissioners reserves the right to be the sole judge of whais equal and acceptable. Bids which do not comply with theserequirements are subject to rejection. If Bidder fails to name asubstitute it will be assumed that the bidder will furnish goodsidentical to bid standard.

  • 8/13/2019 Broward - Concrete Repair

    8/41Page 4of 6 Pages

    16. INTERPRETATIONS: Any questions concerning conditionsand specifications of this bid shall be directed in writing to thePurchasing Division a minimum of seven (7) business daysprior to bid opening. No interpretation(s) shall be consideredbinding unless provided to all Bidders in writing by theDirector of Purchasing.

    17. NON-CONFORMANCE TO CONTRACT CONDITIONS: TheCounty may withhold acceptance of, or reject any items whichare found, upon examination, not to meet the specificationrequirements. Upon written notification of rejection, items shallbe removed within five (5) calendar days by the Vendor attheir expense and redelivered at their expense. Rejectedgoods left longer than thirty (30) days will be regarded asabandoned and the Board shall have the right to dispose ofthem as its own property. On foodstuffs and drugs, no writtennotice or rejection need be given. Upon verbal notice to do so,the Vendor shall immediately remove and replace suchrejected merchandise at their expense. Rejection for non-conformance, failure to provide services conforming tospecifications, or failure to meet delivery schedules may resultin contractor being found in default.

    18. INSPECTION, ACCEPTANCE AND TITLE: Inspection andacceptance will be at destination. Title and risk of loss ordamage to all items shall be the responsibility of thecontractor until accepted by the County.

    19. GOVERNMENTAL RESTRICTIONS: In the event anygovernmental restrictions may be imposed which wouldnecessitate alteration of the material quality, workmanship orperformance of the items offered on this bid prior to theirdelivery, it shall be the responsibility of the successful bidderto notify the County at once, indicating in their letter thespecific regulation which required an alteration. The Board ofCounty Commissioners reserves the right to accept any suchalteration, including any price adjustments occasionedthereby, or to cancel the contract at no further expense to theCounty.

    20. LEGAL REQUIREMENTS: Applicable provisions of allFederal, State of Florida, County and local laws, and of allordinances, rules and regulations including the Procurement

    Code of Broward County shall govern development, submittaland evaluation of bids received in response hereto and shallgovern any and all claims and disputes which may arisebetween person(s) submitting a bid in response hereto andBroward County by and through its officers, employees andauthorized representative, or any other person natural orotherwise in addition to any resultant agreement. Lack ofknowledge by any bidder shall not constitute a recognizabledefense against the legal effect thereof.

    21. INDEMNIFICATION: BIDDER shall at all times hereafterindemnify, hold harmless and, defend COUNTY, its officers,agents, servants, and employees from and against any and allcauses of action, demands, claims, losses, liabilities andexpenditures 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, orrelated to the subject matter of this Agreement including,without limitation, any and all claims, losses, liabilities,expenditures, demands or causes of action of any naturewhatsoever resulting from injuries or damages sustained byany person or property. In the event any lawsuit or otherproceeding is brought against COUNTY by reason of anysuch claim, cause of action or demand, BIDDER shall, uponwritten notice from COUNTY, resist and defend such lawsuitor proceeding by counsel satisfactory to COUNTY or, atCOUNTYs option, pay for an attorney selected by County

    Attorney to defend COUNTY. To the extent considerednecessary by the Contract Administrator and the County

    Attorney, any sums due BIDDER under this Agreement may

    be retained by COUNTY until all of COUNTY's claims foindemnification pursuant to this Agreement have been settledor otherwise resolved; and any amount withheld shall not besubject to payment of interest by COUNTY. The provisionsand obligations of this section shall survive the expiration orearlier termination of this Agreement.

    22. NOTICE: Written notice provided pursuant to this Contracshall be sent by certified United States Mail, postage prepaidreturn receipt requested, or by hand-delivery with a requesfor a written receipt of acknowledgment of delivery, addressed

    to the party for whom it is intended at the place last specifiedThe place for giving notice shall remain the same as set forthherein until changed in writing in the manner provided in thissection. For the present, the County designates:

    Director, Broward County Purchasing Division115 S. Andrews Avenue, Room 212Fort Lauderdale, FL 33301-1801

    Bidder shall identify in the Bid a designated person andaddress to whom notice shall be sent when required by theContract.

    23. JURISDICTION, VENUE, WAIVER OF JURY TRIAL: TheContract shall be interpreted and construed in accordancewith and governed by the laws of the state of Florida. Any

    controversies or legal problems arising out of the Contracand any action involving the enforcement or interpretation oany rights hereunder shall be submitted to the jurisdiction othe State courts of the Seventeenth Judicial Circuit of BrowardCounty, Florida, the venue situs, and shall be governed by thelaws of the state of Florida. By entering into this ContractBidder and County hereby expressly waive any rights eitheparty may have to a trial by jury of any civil litigation related tothis Contract.

    24. PATENTS AND ROYALTIES: The bidder, without exceptionshall indemnify and save harmless and defend the County, itsofficers, agents and employees from liability of any nature okind, including but not limited to attorney's fees, costs andexpenses for or on account of any copyrighted, patented ounpatented invention, process, or article manufactured o

    used in the performance of the contract, including its use bythe County. If the bidder uses any design, device, or materialscovered by letters, patent or copyright, it is mutually agreedand understood without exception that the bid prices shalinclude all royalties or cost arising from the use of suchdesign, device, or materials in any way involved in the workThis provision shall survive the expiration or earlietermination of the contract.

    25. ASSIGNMENT, SUBCONTRACT: Contractor shall notransfer, convey, pledge, subcontract or assign theperformance required by this bid without the prior writtenconsent of the Director of Purchasing. Any Award issuedpursuant to this bid invitation and the monies which maybecome due hereunder are not assignable, transferrable, ootherwise disposable except with the prior written consent of

    the Director of Purchasing.

    26. QUALIFICATIONS OF BIDDER: Bids will be considered onlyfrom firms normally engaged in providing the types ocommodities/services specified herein. The Director oPurchasing or the Board of County Commissioners, reservesthe right to inspect the facilities, equipment, personnel andorganization or to take any other action necessary todetermine ability to perform in accordance with specificationsterms and conditions. The Director of Purchasing or the Boardof County Commissioners will determine whether theevidence of ability to perform is satisfactory and reserves theright to reject bids where evidence or evaluation is determinedto indicate inability to perform. The Director of Purchasing orthe Board of County Commissioners reserves the right to

  • 8/13/2019 Broward - Concrete Repair

    9/41Page 5of 6 Pages

    consider a bidders history of citations and/or violations ofEnvironmental regulations in determining responsibility.Bidder should submit with his proposal a complete history ofall citations and/or violations notices and dispositions thereof.Failure of a Bidder to submit such information may begrounds for termination of any contract awarded to successfulBidder. Bidder shall notify the County immediately of notice ofany citations or violations which they may receive after the Bidor Proposal opening date and during the time of performanceunder any Contract awarded to them.

    27. EQUAL EMPLOYMENT OPPORTUNITY: No Contractor shalldiscriminate against any employee or applicant foremployment because of race, religion, age, color, sex ornational origin, sexual orientation (including but not limited toBroward County Code, Chapter 16), marital status, politicalaffiliation, disability, or physical or mental handicap if qualified.Contractor shall take affirmative action to ensure thatapplicants are employed, and that employees are treatedduring their employment without regard to their race, religion,age, color, sex or national origin, sexual orientation, maritalstatus, political affiliation, disability, or physical or mentalhandicap. Such actions shall include, but not be limited to thefollowing: employment, upgrading, demotion, or transfer,recruitment or recruitment advertising, layoff or termination,rates of pay or other forms of compensation; and selection oftraining, including apprenticeship. The Contractor agrees to

    post in conspicuous places available to employees andapplicants for employment, notices setting forth the provisionsof this non-discrimination clause.

    The contractor selected to perform work on a County projectmust include the foregoing or similar language in its contractswith any subcontractors or sub consultants, except that anyproject assisted by U.S. Department of Transportation fundsshall comply with the non-discrimination requirements in Title49 C.F.R. Parts 23 and 26, as amended. The Subcontractors,if any, will be made aware of and will comply with thisnondiscrimination clause. Failure to comply with aboverequirements is a material breach of the contract, and mayresult in the termination of this contract or such other remedyas the County deems appropriate.

    28. MODIFICATIONS:All changes to purchase orders shall be byissuance of a change order. Any modifications or changes toany contract entered into as a result of this bid must be bywritten amendment with the same formality and of equaldignity prior to the initiation of any such change.

    29. RESOLUTION OF PROTESTED SOLICITATIONS ANDPROPOSED AWARDS: Inaccordance with Sections 21.118and 21.119 of the Broward County Procurement Code, if avendor intends to protest a solicitation or proposed award of acontract the following apply:

    (a) Any protest concerning the bid or other solicitationspecifications, or requirements must be made andreceived by the County within seven (7) business daysfrom the posting of the solicitation or addendum on the

    Purchasing Divisions website. Such protest must bemade in writing to the Director of Purchasing. Failure totimely protest bid specifications or requirements is awaiver of the ability to protest the specifications orrequirements.

    (b) Any protest concerning a solicitation or proposed awardabove the authority of the Director of Purchasing, afterthe bid opening, shall be submitted in writing andreceived by the County within five (5) business days fromthe posting of the recommendation for award on thePurchasing Divisions website.

    (c) Any actual or prospective bidder or offeror who has asubstantial interest in and is aggrieved in connection withproposed award of a contract which does not exceed theamount of the award authority of the Director oPurchasing, may protest to the Director of PurchasingThe protest shall be submitted in writing and receivedwithin three (3) business days from the posting of therecommendation of award on the Purchasing Divisionswebsite.

    (d) For purposes of this section a business day is defined asMonday through Friday between 8:30am and 5:00pmFailure to timely file a protest within the time prescribedfor a solicitation or proposed contract award shall be awaiver of the vendors right to protest.

    (e) As a condition of initiating any bid protest, the protestoshall present the Director of Purchasing a nonrefundablefiling fee. The filing fee shall be based upon theestimated contract amount. For purposes of the protestthe estimated contract amount shall be the contract bidamount submitted by the protestor. If no contract bidamount was submitted, the estimated contract amounshall be the Countys estimated contract price for theproject. The County may accept cash, money ordercertified check, or cashiers check, payable to BrowardCounty Board of Commissioners. The filing fees are as

    follows:

    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

    30. PUBLIC ENTITY CRIMES ACT: Bidder represents that itsresponse to this invitation for bid will not violate the PublicEntity Crimes Act, Section 287.133, Florida Statutes, whichessentially provides that a person or affiliate who is acontractor, consultant or other provider who has been placedon the convicted vendor list following a conviction of a PublicEntity Crime may not submit a bid on a contract to provideany goods or services to the County, may not submit a bid ona contract with the County for the construction or repair of apublic building or public work, may not submit bids on leasesof real property to the County, may not be awarded or performwork as a contractor, supplier, subcontractor, or consultanunder a contract with the County, and may not transact any

    business with the County in excess of the threshold amounprovided in Section 287.017, Florida Statutes, for categorytwo purchases for a period of 36 months from the date ofbeing placed on the convicted vendor list. Bidder representsthat its response to this Invitation For Bid is not a violation ofSection 287.134, Florida Statues, which essentially states thathe County, as a public entity, cannot do business with anentity that is on the "discriminatory vendor list" i.e., has beenfound by a court to have discriminated as defined thereinViolation of this section shall result in cancellation of theCounty purchase and may result in debarment.

  • 8/13/2019 Broward - Concrete Repair

    10/41

  • 8/13/2019 Broward - Concrete Repair

    11/41

  • 8/13/2019 Broward - Concrete Repair

    12/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 1 of 3005/24/2012

    PURCHASING DIVISIONBOARD OF COUNTY COMMISSIONERS

    BROWARD COUNTY, FLORIDA

    Bid Submi ttal Summary Sheet for Publ ic Reading

    The purpose of this page is to facilitate the efficient and accurate reading of your bid submittal at the BidOpening. Your cooperation is appreciated in completing the following information and ensuring that it isplaced as the first page of your bid submittal. The information on this page does not take the place of thebid documents or the bid sheet. In the event that there is a discrepancy between the information on thispage and the information in the bid sheet, the information on the bid sheet will prevail.

    Bid Number: E1049502B1

    Bid Title: Miscellaneous Construction and Concrete Repair Materials

    Name of Company: ____________________________________________________________

    Total Bid Price: _______________________________________________________________

  • 8/13/2019 Broward - Concrete Repair

    13/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 2 of 3005/24/2012

    DOCUMENT CHECKLIST:The following items may be required to determine Bid responsiveness. Please ensure thatall applicable items are completed and submitted with your Bid. Failure to meet theapplicable requirements may render your Bid non-responsive. Additional information forthese items can be found throughout this Bid document.

    A. Bid/AddendumThe Invitation for Bid must be signed in ink.If a MUSTAddendum is required, it must be acknowledged on the Bid sheet or returned with yourBid.If a revised Bid sheet is required, it must be returned with the Addendum.

    B. Group ItemsIf a Group is specified, you must bid all items within each Group and indicate No Chargefor those items that are included at no additional charge.

    C. County Business Enterprise (CBE) DocumentationIf this solicitation includes participation goals, all appropriate documentation must be returned withyour submittal, i.e., Schedule of Participation, Letters of Intent, Good Faith Effort, etc.

    D. Bid Bond /GuarantyYou must attach an original Bid Bond executed by a surety company, or alternate form of acceptable

    security.E. 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 Countylicense, held by a qualifier registered with the State.If you hold a County license, and State registration is required, your license must be registered withthe 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. Supplements/AttachmentsCopy of Broward County Local Business Tax Receipt (For Broward County Vendors)The Non-Collusion StatementThe Vendor QuestionnaireVENDORS LIST (Non-Certified Sub-contractors/Suppliers)Drug Free Workplace Certification Attachment BCertificate of Insurance, per sample attached - Attachment ELitigation History Form Attachment CScrutinized Companies Certification Form AttachmentThe Florida Department of State Certificate of Proof of application (see: sunbiz.org)Domestic Partnership Certification - Attachment D

    * All original Bids must be received in the Purchasing Division no later than 2:00 p.m. on theopening date specified. Late Bids wil l not be accepted. Please allow additional time for traffic andparking. This Checklist is for in formational purposes only, it is not necessary to return.

  • 8/13/2019 Broward - Concrete Repair

    14/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 3 of 3005/24/2012

    PURCHASING DIVISIONBOARD OF COUNTY COMMISSIONERS

    BROWARD COUNTY, FLORIDA

    SPECIAL INSTRUCTIONS TO BIDDERS (IN ADDITION TO GENERAL CONDITIONS)

    MISCELLANEOUS CONSTRUCTION AND CONCRETE REPAIR MATERIALS(SHELTERED MARKET)

    SUBMISSION OF SEALED BIDS: The Invitation for Bid fo rm must be executed and submit ted withall bid sheets and should be in a sealed envelope. The orig inal should be signed in blue ink. Boththe original bid and one (1) photocopy of your bid should be included in a single envelope. Bidsubmittals should not be professionally bound using metal fasteners except for stapling. TheBidder is responsible for retaining a copy of all submittals for their own records. The face of theenvelope should contain the company name, address, date and time of bid opening, bid numberand 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 tothe conditions specified herein. Bids which do not comply with these conditions are subject torejection.

    1. SCOPE:Bids are hereby invited on an open-end basis for MISCELLANEOUS CONSTRUCTION AND CONCRETEREPAIR MATERIALSfor the Highway and Bridge Maintenance Division and various other BrowardCounty agencies that may have need of these services and products.

    The initial contract period shall start on date of award and shall terminate one (1) year from thatdate. The Contractor will complete delivery and the County will receive delivery on any ordersmailed 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 contractperiod(s), unless otherwise specified in this document.

    The Director of Purchasing may renew this contract for two (2) one-year renewal periods subject tovendor acceptance, satisfactory performance and determination that renewal will be in the bestinterest of the County. Notification of Intent to Renew will be mailed sixty (60) calendar days inadvance of expiration date of this contract.

    No guarantee is expressed or impl ied as to the total quantity of commodit ies/services to bepurchased under any open end contract. Estimated quantities will be used for bid comparisonpurposes only. The Board of County Commissioners reserves the right to: issue purchase ordersas and when required, or, issue a blanket purchase order for individual agencies and releasepartial quantities or, issue instructions for use of Direct Purchase Orders by various Countyagencies, make random, open market purchases for any or all of the item(s) on any open endcontract or, any combination of the preceding. No delivery shall become due or be acceptablewithout a written order by the County, unless otherwise provided for in the contract. Such orderwill contain the quantity, time of delivery and other pertinent data. However, on items urgentlyrequired, the seller may be given telephone notice, to be confirmed by an order in writing.

  • 8/13/2019 Broward - Concrete Repair

    15/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 4 of 3005/24/2012

    2. SPECIFICATIONS AND REQUIREMENTS:The specifications, requirements and services to be provided are stated in Attachment "A"attached hereto and made a part hereof.

    3. 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 workingsolely for the vendor to secure a contract made pursuant to this solicitation. Violation of this policymay result in termination of any resultant contract and/or possible debarment of the contractor.

    4. FURTHER INFORMATION:Bidders requiring additional information regarding any of the bid terms, conditions or administrativerequirements should contact Patricia Morning-Lewis of the Purchasing Division at 954-357-6083 orpreferably by email at [email protected].

    Bidders requiring technical clarifications should contactAndre Slin tak , of the Highway and BridgeMaintenance Division at 954-383-5009or by email at [email protected]. No change(s) andno interpretation(s) shall be considered binding unless provided to all bidders in writing by the

    Director of the Purchasing Division.

    5. SPECIAL NOTICE: In accordance with OSHA Regulation 29 CFR 1926.1101(k) (2), biddersare notified of the presence of asbestos containing material and/or presumed asbestoscontaining material at some Broward County locations.

    6. SITE VISIT AND/OR PRE-BID CONFERENCE: Not applicable for this bid.

    7. DELIVERY AND ACCEPTANCE:Delivery is FOB destination, freight included and is to be made to the following site(s):

    Highway and Bridge Division1600 N.W. 30thAvenuePompano Beach, FL 33069

    Delivery shall be made between 7:00 a.m. and 5:00 p.m., Monday through Thursday, exceptholidays. Delivery at other times shall be by special arrangement only.

    Delivery is desired within seven (7) calendar days after receipt of a purchase order. Vendor whocannot meet delivery requirements may be considered non-responsive.

    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 onthe Bid Sheet the number of calendar days required to make delivery after issuance of purchaseorder or request for services.

  • 8/13/2019 Broward - Concrete Repair

    16/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 5 of 3005/24/2012

    8. INSURANCE REQUIREMENTS: (Attachment "E " )

    The following Insurance Requirements for Automobile Liability are not applicable where deliverywill be made by a third party carrier. All vendors that will be making deliveries in their own vehiclesare required to provide proof of insurance for Automobile Liability and other pertinent coverage asindicated below prior to award. If deliveries are being made by a third party carrier, other pertinent

    coverage listed on the certificate is still required. The Contractorshould provide proper insurance,or a notarized letter of verification by the bidders insurance provider which states the ability of thevendor in obtaining the required insurance, to the Purchasing Division within five (5) businessdaysafter request by the Purchasing Agent but prior to award by the Director of Purchasing orrecommendation of award to the Board of County Commissioners, whichever is applicable. Finalaward shall be subject to receipt and acceptance by the County of proof of meeting all insurancerequirements of the bid.

    The Insurance Requirements contained in this Bid represent the minimal protection necessary forthe County as determined by the Risk Management Division. Further modifications of therequirements may be made at the sole discretion of the Risk Management Division upon a materialchange 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 ismade by Risk Management Division that the County is adequately protected. The low biddershould provide proper insurance, or a notarized letter of verification by the bidders insuranceprovider which states the ability of the vendor in obtaining the required insurance, to thePurchasing Division within five (5) business daysafter request by the Purchasing Agent but priorto award by the Director of Purchasing or recommendation of award to the Board of CountyCommissioners, whichever is applicable. Final award shall be subject to receipt and acceptanceby the County of proof of meeting all insurance requirements of the bid.

    Without limiting any of the other obligations or liabilities of CONTRACTOR, CONTRACTOR shallprovide, pay for, and maintain in force until all of its work to be performed under this Contract hasbeen completed and accepted by the COUNTY (or for such duration as is otherwise specifiedhereinafter), the insurance coverage set forth in this Section.

    8.1 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. Inaddition, the policy(ies) must include:

    8.1.1 Employers' Liability with minimum limits of Five Hundred Thousand Dollars($500,000) each accident.

    8.1.2 Notice of Cancellation and/or Restriction -- The policy(ies) must be endorsed toprovide Broward County with thir ty (30)days notice of cancellation and/orrestriction.

    8.1.3 If any operations are to be undertaken on or about navigable waters, coverage mustbe included for the U.S. Longshoremen and Harbor Workers Act and Jones Act.

    8.2 Business Automobile Liability with minimum limits of Five Hundred Thousand Dollars($500,000) per occurrence combined single limit for Bodily Injury Liability and Propertypolicy, without restrictive endorsements, as filed by the Insurance Services Office and mustinclude:

    8.2.1 Comprehensive Form.

  • 8/13/2019 Broward - Concrete Repair

    17/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 6 of 3005/24/2012

    8.2.2 Owned Vehicles.

    8.2.3 Hired Vehicles.

    8.2.4 Non-Owned Vehicles.

    8.2.5 Any auto, if applicable.

    8.2.6 Notice of Cancellation and/or Restriction -- The policy(ies) must be endorsed toprovide Broward County with thirty (30) days notice of cancellation and/orrestrictions.

    8.3 Installation Floater required for replacement of material, equipment, installation. All risk,agreed value. Otherwise, contractor will be responsible for tools, materials, equipment,machinery, etc., until completion, acceptance by County and County takes possession, witha deductible of not more than Ten Thousand Dollars ($10,000.00) each claim.

    8.4 The CONTRACTOR shall be required to provide to the COUNTY Certificates of Insurance

    evidencing the insurance coverage specified in 8.1, 8.2 and 8.3 above. The Contractorshould provide these Certificates within five (5) business days after request by thePurchasing Agent but prior to award by the Director of Purchasing or recommendation ofaward to the Board of County Commissioners, whichever is applicable. The requiredCertificates of Insurance shall not only name the types of policies provided, but also shallrefer specifically to this Contract and section and the above paragraphs in accordance asrequired by such paragraphs of this Contract. If the initial insurance expires prior to thecompletion of the work, renewal Certificates of Insurance shall be furnished thirty (30) daysprior to the date of their expiration.

    8.5 Certificates of insurance shall be provided as specified in sub-section 8.4 above unless anyof 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 theDirector of Purchasing. If an exception is requested, the bidder should indicate in theappropriate area on the bid sheet any such request including reason(s) thereto forexemption from insurance requirements as specified in this section of this invitation forbid/quotation request.

    9. WARRANTY:

    STANDARD WARRANTY:The bidder should specify any warranty applicable to the items bid.

    10. LOCAL BUSINESS TAX RECEIPT REQUIREMENTS:

    All vendors maintaining a business address within Broward County must have and provide a copyof a current Broward County Local Business Tax Receipt prior to contract award. The Contractorshould provide a copy of its Local Business Tax Receipt within five (5) business days afterrequest by the Purchasing Agent but prior to award by the Director of Purchasing orrecommendation of award to the Board of County Commissioners, whichever is applicable. Failureto do so may result in your bid being deemed non-responsive. For further information on obtainingor renewing your firms Local Business Tax Receipt, contact the Records, Taxes and TreasuryDivision at (954) 357-6200.

  • 8/13/2019 Broward - Concrete Repair

    18/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 7 of 3005/24/2012

    11. CONTRACTOR RESPONSIBILITIES:11.1 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 noway relieved of the responsibility for the performance of all equipment furnished, or ofassuring the timely delivery of materials, equipment, etc. even though it is not of his or herown manufacture.

    11.2 The Contract Administrator will document the contractors performance by completing aVendor Performance Evaluation Form. A blank Performance Evaluation Form may beviewed at:http://www.broward.org/Purchasing/documents/vendorperformanceevaluationrequirements.pdfand 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 usingagency whose cumulative annual usage of the agreement exceeds $50,000, priorto any renewal, termination and upon the agreement expiration.

    v. For Work Authorizations valued at $30,000 or more, issued under a Library ofProfessional 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 andrequirements.

    vii. The Contract Administrator may also initiate an interim evaluation at any timeduring the term for any contract.

    12. SUBCONTRACTING:The CONTRACTOR shall submit a listing of all non-certified subcontractors, if any, and the portion ofthe Project they will perform (VENDORS LIST) within five (5) business daysof request by Countyand prior to award. This list shall be kept up-to-date for the duration of the project and shall includemajor material suppliers to the Prime that provide construction material for construction contracts orcommodities for service contracts in excess of $50,000 to the CONTRACTOR. If subcontractorsare stated, this does not relieve the CONTRACTOR from the prime responsibility of full andcomplete satisfactory and acceptable performance under any awarded contract.

    13. NONDISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, AND AMERICANS WITHDISABILITIES ACT:CONTRACTOR shall not unlawfully discriminate against any person in its operations and activitiesor 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 withDisabilities Act (ADA) in the course of providing any services funded by COUNTY, including Titles Iand II of the ADA (regarding nondiscrimination on the basis of disability), and all applicableregulations, guidelines, and standards. In addition, CONTRACTOR shall take affirmative steps toensure nondiscrimination in employment against disabled persons.

    CONTRACTOR decisions regarding the delivery of services under this Agreement shall be madewithout regard to or consideration of race, age, religion, color, gender, sexual orientation (BrowardCounty Code, Chapter 16 1/2) in performing any services pursuant to this Agreement.

  • 8/13/2019 Broward - Concrete Repair

    19/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 8 of 3005/24/2012

    14. LIVING WAGE ORDINANCE:Not applicable for this bid.

    15. CONE OF SILENCE ORDINANCE:15.1 The Countys Cone of Silence Ordinance prohibits certain communications among vendors,

    county staff, selection committee members, Commissioners and their staff. Any violationsof this ordinance by any members of the responding firm or its joint venture(s) may bereported to the Countys Office of Professional Standards.

    For Invitations for Bids the Cone of Silence shall be in effect for staff involved in the awarddecision process at the time of the solicitation advertisement. The Cone of Silence shall bein 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 ofSilence Ordinance provides that after the advertisement of the bid solicitation, potentialvendors and their representatives are substantially restricted from communicatingregarding 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 thissolicitation, potential vendors and their representatives are substantially restricted fromcommunicating regarding this Bid with the County Commissioners and their staff.

    15.2 This Countys Ordinance prohibits certain communications among vendors, county staff,and selection committee members. Any violations of this ordinance by any members of theresponding firm or its joint venturers may be reported to the Countys Office of ProfessionalStandards.

    15.3 The Cone of Silence terminates when the County Commission or other awarding authority

    takes action which ends the solicitation.

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

    17. SHELTERED MARKET PROGRAM:

    17.1 This project has been designated a Sheltered Market program. Only vendorspresently certified as Broward County Small Business Enterprises (SBE) or thosevendors that obtain certification prior to the due date for this solicitation will beeligible for award of this contract.

    17.2 In order to provide commodities to Broward County under this solicitation, am firmmust meet the standard of a regular dealer, provide a commercially useful function,and have a continuous operating presence in Broward County. Brokers, defined asconsistent with industry practice for a particular contracting opportunity, are not

  • 8/13/2019 Broward - Concrete Repair

    20/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 9 of 3005/24/2012

    considered to provide a commercially useful function, and will be rejected as notresponsive.

    17.3 For purposes of this solicitation, the following terms and their definitions areapplicable:

    a. A broker is a person or entity that fills orders by purchasing or receiving supplies from athird party supplier rather than out of its own existing inventory, and provides nocommercially useful service other than acting as a conduit between his or her supplierand his or her customers.

    b. Commercially Useful Function A business is considered to perform a commerciallyuseful business function when it is responsible for execution of a distinct element ofwork of a contract and carries out its responsibilities under that contract by performing,managing and supervising the work performed. Businesses who merely act as aconduit do not perform a commercially useful business function and will not be eligible.In determining whether a business performs a commercially useful business function,consideration will include, but not be limited to: whether the business adds a value tothe product or service provided; whether the business has a distributorship

    arrangement with the manufacturer of goods supplied; whether the business takespossession of the product or service provided; whether the business warrants theproduct or service provided; whether the business maintains sufficient storage space tokeep the product in inventory; whether the business maintains sufficient inventory tomeet the requirements of its contracts; and whether the business provides the productor service to the public or other business other than a governmental agency.

    c. Continuous Operating Presence - Continuous operating presence means a businessentity with a current business tax receipt issued by Broward County, which has aphysical business address located within the geographical limits of Broward County inan area zoned for the conduct of such business, and which has sufficient full-timeemployees in Broward County to perform all required work in connection withcontracting opportunities covered by this contract. Firms may not use a County-owned

    site or County address alone to establish the required continuing operating presence inBroward County.

    d. Regular Dealer (Commodities) - In order for a firm to be designated a regular dealer tosupply a given commodity, a firm must be an established, regular business thatengages, as its principal business and under its own name, in the purchase and sale orlease of the products in question. In addition, a regular dealer is a firm that owns,operates, or maintains a store, warehouse, or other establishment within BrowardCounty in which the materials, supplies, articles or equipment of the general characterdescribed by the specifications and required under the contract are bought, kept instock, and regularly sold or leased to the public in the usual course of business. One ofthe key considerations of being a regular, established dealer is the presence of aninventory of materials and/or supplies. Packaging, brokering, acting exclusively as a

    manufacturers representative, or arranging or expediting transactions does not meetthe definition of regular vendor. Exception: a firm may be a regular dealer in bulk items,such as petroleum products, steel, cement, gravel, stone or asphalt, without owning,operating or maintaining a place of business if the firm both owns and operatesdistribution equipment for the products and that distribution equipment is stored at alocation within Broward County. Any supplementing of regular dealers own distributionequipment shall be by a long-term lease agreement and not on an ad hoc or contract-by-contract basis.

  • 8/13/2019 Broward - Concrete Repair

    21/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 10 of 3005/24/2012

    17.4 For information regarding the Sheltered Market program, or to complete the onlineapplication, contact the Office of Economic and Small Business Development at (954) 357-6400 or visit the website at:http://www.broward.org/EconDev/SmallBusiness/Pages/Default.aspx.

    18. DRUG-FREE WORKPLACE CERTIFICATION:

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

    19. NON-COLLUSION STATEMENT:By signing this offer, the vendor certifies that this offer is made independently and free fromcollusion. Vendor shall disclose below, to their best knowledge, any Broward County officer oremployee, 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 oremployee 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 ispresumed, for purposes hereof, to be in a position to influence this procurement. For purposeshereof, a person has a material interest if he or she directly or indirectly owns more than 5 percentof the total assets or capital stock of any business entity, or if he or she otherwise stands topersonally gain if the contract is awarded to this vendor.

    Failure of a vendor to d isclose any relationsh ip described herein shall be reason fordebarment in accordance with the provisions of the Broward County Procurement Code.

    NAME RELATIONSHIPS

    In the event the vendor does not ind icate any names, the County shall interpret this to meanthat the vendor has indicated that no such relationships exist.

    NAMEOFCOMPANY: ______________________________________________

  • 8/13/2019 Broward - Concrete Repair

    22/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 11 of 3005/24/2012

    20. SCRUTINIZED COMPANIES LISTAny company, principals, or owners on the Scrutinized Companies with Activities in Sudan List oron the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List is prohibitedfrom submitting a bid, proposal or response to a Broward County solicitation for goods or servicesin an amount equal to or greater than $1 million. Therefore, if applicable, each companysubmitting 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 beattached to a solicitation if the estimated purchase amount is $1 million dollars or greater and mustbe submitted at the time of submitting a bid, proposal or response. Under the circumstances, theCounty 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 torequire firm to submit the certification form by the imposed deadline. In either case, failure totimely provide the certification shall deem the submittal non-responsive.

    THIS PAGE INTENTIONALLY LEFT BLANK

  • 8/13/2019 Broward - Concrete Repair

    23/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 12 of 3005/24/2012

    BID SHEET

    (SHELTERED MARKET)

    TO: BOARD OF COUNTY COMMISSIONERSBROWARD COUNTY, FLORIDA

    Al l blanks have been fi lled in , BID SHEET is attached to the completed " Invitation For Bid" andreturned herewith.

    NOTE: If you are a certified Broward County Small Business (SBE) attach a copy of yourcertification certificate with your submittal.

    In accordance with all terms, conditions, specifications and requirements, the bidder offers thefollowing:

    GROUP 1 (ITEMS 1 THRU 11)ESTIMATED

    ITEM ANNUAL COMMODITY CODE UNIT TOTALNO. QUANTITY DESCRIPTION PRICE PRICE

    Commodity Code # 315901. 75 Kits Epoxy Resin Compound for Application

    to Concrete $ /Kit $Commodity Code # 75032

    2. 75 Cartons Polyurea Joint Filler $ /Carton$

    Commodity Code # 450013. 30 Cartons Polyether Adhesive/Sealant $ /Carton $

    Commodity Code # 74556

    4. 15 Kits Low-Modulus Silicone $ /Kit $

    Commodity Code # 315805. 25 Pails Non-Shrink Grout- Anchoring Cement $ /Pail $

    Commodity Code # 450016. 30 Pails Waterproofing Concrete Admixture $ /Pail $

    Commodity Code # 578557. 6000 Sq.Ft. Detectable Warning Surface, Yellow $ /Sq. Ft $

    Commodity Code # 57849

    8. 36000 LF Closed Cell Foam Backer Rod, $ /Carton $3/8 inch diameterProvide linear feet per carton _______

    Commodity Code # 578499. 25000 LF Closed Cell Foam Backer Rod, $ / Lin ft $

    inch diameter (per linear feet)

    NAME OF COMPANY: _________________________________________________________

  • 8/13/2019 Broward - Concrete Repair

    24/41

  • 8/13/2019 Broward - Concrete Repair

    25/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 14 of 3005/24/2012

    BIDSHEET(CONTINUED)

    (SHELTERED MARKET)

    INSURANCEEXCEPTIONREQUESTS:IN ACCORDANCE WITH PARAGRAPH 10.6OF "SPECIAL INSTRUCTIONS TO BIDDER" INDICATE IF AN EXCEPTIONTO INSURANCE REQUIREMENTS IS BEING REQUESTED. BE SPECIFIC AND STATE REASON:

    RECYCLED CONTENT INFORMATION:1. IS THE MATERIAL IN THE ABOVE: VIRGIN OR RECYCLED (CHECK THE APPLICABLE

    BOX).IF RECYCLED, WHAT PERCENTAGE __________%

    PRODUCT DESCRIPTION: _______________________________________________________________

    ______________________________________________________________________________________

    2. IS YOUR PRODUCT PACKAGED AND/OR SHIPPED IN MATERIAL CONTAINING RECYCLEDCONTENT?

    YES NO

    SPECIFY: _____________________________________________________________________________

    ______________________________________________________________________________________

    3. IS YOUR PRODUCT RECYCLABLE AFTER IT HAS REACHED ITS INTENDED END USE?

    YES NO

    SPECIFY: _____________________________________________________________________________

    ______________________________________________________________________________________

    THE ABOVE IS NOT APPLICABLE IF THERE IS ONLY A PERSONAL SERVICE INVOLVED WITH NOPRODUCT INVOLVEMENT.

    ACCEPTANCE OF CREDIT CARDS:The County is considering making faster payments to our vendor community, in doing so we wouldprefer 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 OTHERGOVERNMENTS LOCATED IN BROWARD COUNTY DURING THE PERIOD COVERED BY THIS CONTRACT, IFREQUESTED.

    YES NO

    VENDOR FAX #_________________________________________________

  • 8/13/2019 Broward - Concrete Repair

    26/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 15 of 3005/24/2012

    WILL THIS PRICING BE EXTENDED TO OTHER GOVERNMENTS LOCATED IN MIAMI-DADE OR PALMBEACH 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 ANDHEREBY ACKNOWLEDGES SINCE ISSUANCE OF THIS BID:

    NOTICES TO BIDDER:

    1. PLEASE COMPLETE APPLICABLE INFORMATION ON THE FACE OF THE INVITATION FORBID/BIDDER ACKNOWLEDGMENT FORM (IFB). IFTHECOUNTYDOESNOTHAVETHECORRECTINFORMATION,PAYMENTSCANNOTBEMADETOYOURFIRM.

    2. BE SURE TO HAVE THE INVITATION FOR BID, [BIDDER ACKNOWLEDGMENT FORM] SIGNED BY ANAUTHORIZED REPRESENTATIVE OF YOUR FIRM OR YOUR BID WILL NOT BE CONSIDEREDRESPONSIVE.

    THIS PAGE INTENTIONALLY LEFT BLANK

  • 8/13/2019 Broward - Concrete Repair

    27/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 16 of 3005/24/2012

    VENDOR QUESTIONNAIRE

    INFORMATION CONTAINED IN THIS DOCUMENT WILL BE USED BY THE COUNTY INDETERMINING 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 BESUBMITTED WITH THE SOLICITATION; HOWEVER, IT MUST BE SUBMITTED WITHIN FIVE (5)BUSINESS DAYS OF THE COUNTYS REQUEST. FAILURE TO PROVIDE THE COMPLETED FORMMAY RESULT IN THE SOLICITATION BEING DEEMED NON-RESPONSIVE.

    The undersigned authorized representative of the Respondent certifies the truth and accuracy of allstatements and the answers contained herein.

    1. How many years has your organization been in business?

    1A. What type of service/commodity does your company offer?

    2. What is the last project of this nature that you have completed?

    3. Have you ever failed to complete any work or not timely shipped commodities awarded to you?If yes, when and why?

    3A. Give owner names, addresses and telephone numbers, and surety and project names, forall projects for which you have performed work, where your surety has intervened to assistin completion of the project, whether or not a claim was made.

    NAME OF COMPANY: ______________________________________________

  • 8/13/2019 Broward - Concrete Repair

    28/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 17 of 3005/24/2012

    VENDOR QUESTIONNAIRE(Continued)

    4. Give names, addresses and telephone numbers of three individuals, corporations, agencies, orinstitutions for which you have performed work or sold similar commodities to:

    4.1 (Organization/Company) (Project Name)

    (Contact Name) (Address) (Phone No.)

    (Contract Number) (Project Value) (Date Services Provided)

    Scope of Project

    4.2(Organization/Company) (Project Name)

    (Contact Name) (Address) (Phone No.)

    (Contract Number) (Project Value) (Date Services Provided)

    Scope of Project

    4.3(Organization/Company) (Project Name)

    (Contact Name) (Address) (Phone No.)

    (Contract Number) (Project Value) (Date Services Provided)

    Scope of Project

    NAME OF COMPANY: ______________________________________________

  • 8/13/2019 Broward - Concrete Repair

    29/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 18 of 3005/24/2012

    VENDOR QUESTIONNAIRE(Continued)

    5. List the following information concerning all contracts in progress as of the date of submission ofthis solicitation. (In case of co-venture, list the information for all co-venturers.)

    NAME OFPROJECT

    OWNERPHONE NO.

    TOTALCONTRACT

    VALUE

    DATE OFCOMPLETION

    PER CONTRACT

    % OFCOMPLETION

    TO DATE

    (Continue list on insert sheet, if necessary.)

    6. State the name of your proposed project manager and superintendent and give details of his orher qualifications and experience in managing similar work.

    7. State the true, exact, correct and complete name of the partnership, corporation or trade nameunder which you do business and the address of the place of business. (If a corporation, state thename of the president and secretary. If a partnership, state the names of all partners. If a tradename, state the names of the individuals who do business under the trade name).

    7.1 The correct name of the Respondent:

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

    7.3 The address of principal place of business:

    NAMEOFCOMPANY: ______________________________________________

  • 8/13/2019 Broward - Concrete Repair

    30/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 19 of 3005/24/2012

    VENDOR QUESTIONNAIRE(Continued)

    7.4 The names of the corporate officers, or partners, or individuals doing business under atrade name, are as follows:

    7.5 List all organizations which were predecessors to Respondent or in which the principals orofficers of the Respondent were principals or officers.

    8. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by oragainst the Respondent, its parent or subsidiaries or predecessor organizations during the pastthree (3) years. Include in the description the disposition of each such petition.

    9. 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 bondof the Respondent and its predecessor organization(s).

    NAME OF COMPANY: ______________________________________________

  • 8/13/2019 Broward - Concrete Repair

    31/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 20 of 3005/24/2012

    VENDOR QUESTIONNAIRE(Continued)

    9.1 Has the Respondent, its principals, officers or predecessor organization(s) been debarredor suspended from bidding by any government during the last three (3) years? If yes,provide details.

    10. LITIGATION HISTORY REQUIREMENTThe County will consider a vendor's litigation history information in its review and determination ofresponsibility. All vendors are required to disclose to the County all "material" cases filed orresolved in the three (3) year period ending with the solicitation response due date, whether suchcases 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 shouldencompass 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, acase 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 currentsolicitation;

    2. An allegation of negligence, error or omissions, or malpractice against the vendor or any ofits 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 inconnection with any contract;

    4. The financial condition of the vendor, including any bankruptcy petition (voluntary andinvoluntary); or

    5. A criminal proceeding or hearing concerning business-related offenses in which the vendoror its principals (including officers) were/are defendants.

    Notwithstanding the descriptions listed in paragraphs 1 5 above, a case is notconsidered to be"material" if the claims raised in the case involve only garnishment, auto negligence, personalinjury, or a proof of claim filed by the vendor.For each material case, the vendor is required to provide all information identified in the formattached asAt tachment "C" .

    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 connectionwith each such case, may result in the vendor being deemed non-respons ive. Prior tomaking such determination, the vendor will have the ability to clarify the submittal and to explainwhy an undisclosed case is not material.

    NAME OF COMPANY: ______________________________________________

  • 8/13/2019 Broward - Concrete Repair

    32/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 21 of 3005/24/2012

    VENDORS LIST (NON-CERTIFIED SUBCONTRACTORS AND SUPPLIERS INFORMATION)

    Finance And Administ rative Services DepartmentPurchasing Division115 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 BESUBMITTED 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 soli citation. Thisincludes major supp liers as well.

    1. Firms Name:

    2. Firms Address:

    3. Firms Telephone Number: Firm Email Address:

    4. Contact Name and Position:

    5. Alternate Contact Name and Position:

    6. Alternate Contact Telephone Number: Email Address:

    7. Bid/Proposal Number: Contracted Amount:

    8. Type of Work/Supplies Bid: Award Date:

    1. Firms Name:

    2. Firms Address:

    3. Firms Telephone Number: Firm Email Address:

    4. Contact Name and Position:

    5. Alternate Contact Name and Position:

    6. Alternate Contact Telephone Number: Email Address:

    7. Bid/Proposal Number: Contracted Amount:

    8. Type of Work/Supplies Bid: Award Date:

    I certify that the information submitted in this report is in fact true and correct to the best of my know ledge

    ________________________________Signature

    ________________________________Title

    _____________________________Date

    Note: the information provided herein is subject to verification by the Purchasing Division.Use additional sheets for more subcontractors or supp liers as necessary.

  • 8/13/2019 Broward - Concrete Repair

    33/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 22 of 3005/24/2012

    ATTACHMENTA

    MISCELLANEOUS CONSTRUCTION AND CONCRETE REPAIR MATERIALSSPECIFICATIONS

    PROVIDE MATERIALS REQUIRED TO PERFORM MISCELLANEOUS CONCRETE CONSTRUCTION AND MAINTENANCEACTIVITIES IN COMPLIANCE WITH RELATED CODES AND LAWS. PRODUCT SHALL CONFORM TO:

    THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) STANDARD SPECIFICATIONS FOR ROAD ANDBRIDGE CONSTRUCTION, LATEST EDITION WITH INTERIMS. REFERRED HEREIN AS FDOT STANDARDSPECIFICATIONS.

    FDOT MAINTAINS THE QUALIFIED PRODUCTS LIST (QPL) WHICH IS A LIST OF PRODUCTS THAT HAVE BEENAPPROVED FOR USE ON THE STATE OF FLORIDA AND FEDERAL HIGHWAYS. MORE INFORMATION ABOUTPRODUCTS SPECIFIED IN THIS CONTRACT, WHICH REFERENCE A QPL NUMBER CAN BE FOUND ATHTTP://WWW.DOT.STATE.FL.US/SPECIFICATIONSOFFICE/UNDER SPECIFICATION SECTION.

    BROWARD COUNTY ENGINEERING DIVISION MINIMUM STANDARDS.

    PAYITEMSDESCRIPTION

    FDOT PAY ITEM DESCRIPTION CAN BE FOUND AT FDOT BASIS OF ESTIMATE MANUAL(HTTP://WWW.DOT.STATE.FL.US/SPECIFICATIONSOFFICE/ESTIMATES/BASISOFESTIMATES/BOEMANUAL/BOEONLINE.SHTM). ONLY EXCEPTIONS DESCRIBED HEREIN ARE APPLICABLE TO THE SCOPE OF WORK FOR THIS CONTRACTSPECIFICATIONS OF BID ITEMS NOT ASSOCIATED WITH A FDOTPAY ITEM ARE ALSO DESCRIBED IN THIS SECTION.

    MATERIALS LISTED IN THIS CONTRACT SHALL SATISFY THESE SPECIFIC REQUIREMENTS:

    PACKAGING, LABELING, AND SAFETY: ALL CONTAINERS SHALL BE IDENTIFIED AS COMPONENT A AND/ORCOMPONENT B,AND SHALL SHOW THE TYPE,MIXING DIRECTIONS,BATCH NUMBERS,MANUFACTURERS NAMEDATE OF PACKAGING, SHELF LIFE EXPIRATION DATE AND QUANTITY IN OUNCES OR GALLONS. MIX RATIOSSHALL BE PROMINENTLY SHOWN ON LABELS.POTENTIAL HAZARDS SHALL BE STATED ON EACH PACKAGE IN

    ACCORDANCE WITH THE FEDERAL HAZARDOUS PRODUCTS LABELINGACT.

    STORAGE: MATERIAL,WHICH HAS BEEN IN STORAGE FOR MORE THAN 12MONTHS,WILL NOT BE ACCEPTEDFOR USE.

  • 8/13/2019 Broward - Concrete Repair

    34/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 23 of 3005/24/2012

    ATTACHMENT A -CONTINUED

    MATERIALDESCRIPTION

    BIDITEMNO.1/EPOXYRESINCOMPOUNDFORAPPLICATIONTOCONCRETE

    DESCRIPTIONUNIT PRICE OF THE ITEM LISTED ABOVE INCLUDES THE MATERIAL DESCRIBED IN THE REFERENCED FDOTSTANDARD SPECIFICATION,SECTION 411(LATEST EDITION),EXCEPT PAYMENT WILL BE MADE BY QUART KITEPOXY RESIN COMPOUND PROVIDED SHALL SATISFY USES FOR TYPEA,B, AND E DESCRIBED IN SECTION926,LATEST EDITION,OR APPROVED EQUIVALENT.EPOXY BONDING AGENT IS FOR BONDING FRESH CONCRETE TO HARDENED CONCRETE,BONDING HARDENEDCONCRETE TO HARDENED CONCRETE, CAPPING PASTE SEALER AROUND PORTS AND CRACKS FOR CRACKINJECTION PROCESS, AND NON-SAG PATCHING MATERIAL FOR CRACKS AND SMALL SPALLS. THE EPOXYMATERIAL IS INSTALLED TO FILL AND PROTECT CONCRETE JOINT EDGES AND PREVENT SIDEWALL SPALLING

    AND CHIPPING.

    REFERENCE STANDARD:MIRACLEBOND 1350(B1Q-MB1350),OR APPROVED EQUIVALENT.

    KIT CONTAINS:TWO-PART,ONE QUART KIT

    BIDITEMNO.2/POLYUREAJOINTFILLER

    DESCRIPTIONUNIT PRICE OF THE ITEM LISTED ABOVE INCLUDES THE MATERIAL GENERALLY DESCRIBED HEREIN.POLYUREA JOINT FILLER IS USED FOR APPLICATION TO FILL EXTERIOR CONTROL JOINTS,SAW CUT CONTROLJOINTS, AND EXTERIOR CRACKS ON HORIZONTAL CONCRETE SURFACES TO HELP PROTECT FROMPEDESTRIAN, BICYCLE, AND PREVENT PENETRATION OF WATER AND BE INCOMPRESSIBLE INTO THE JOINTSSHALL BE TWO-COMPONENT SYSTEM OF THE APPLICABLE AS DESIGNATED. POLYUREA JOINT FILLER IS FORHEAVY DUTY TRAFFIC AND FREEZER APPLICATIONS IN EXTERIOR CONCRETE WITH MEDIUM TO HIGH THERMAL

    CYCLING.

    REFERENCE STANDARD:CRACKBOND JF311POLYUREA JOINT FILLEROR APPROVED EQUIVALENT.

    POLYUREA JOINT FILLERPERFORMANCE AND CHARACTERISTIC REQUIREMENTS:POLYUREA JOINT FILLER MATERIAL SHALL BE:

    - GREY- RAPID CURING,MIX RATIOS OF ONE TO ONE- HIGHLY FLEXIBLE,ALLOWING NORMAL JOINT AND SLAB MOVEMENT- VERY STRONG TO PROTECT THE VERTICAL EDGES OF CONCRETE FROM SPALLING UNDER LIGHT

    LOADING- SELF-LEVELING- ODORLESS- NO TOXIC VAPORS- 100%SOLIDS- USED AT TEMPERATURES BETWEEN -40OFTO 120OF

    CARTON CONTAINS:SIX,TWO-PART,21OUNCE TUBES

  • 8/13/2019 Broward - Concrete Repair

    35/41

    PREVIOUSCONTRACTNO.N/A BIDNO.E1049502B1

    Commodit ies Contract Sheltered Market Page 24 of 3005/24/2012

    ATTACHMENT ACONTINUED BIDITEMNO.3/POLYETHERADHESIVE/SEALANT

    DESCRIPTIONUNIT PRICE OF THE ITEM LISTED ABOVE INCLUDES THE MATERIAL GENERALLY DESCRIBED HEREIN.POL