13.07.2015 Views

request for letters of interest - Broward Sheriff's Office

request for letters of interest - Broward Sheriff's Office

request for letters of interest - Broward Sheriff's Office

SHOW MORE
SHOW LESS
  • No tags were found...

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

BROWARD COUNTY SHERIFF’S OFFICE2601 W. BROWARD BLVD.FT. LAUDERDALE, FL. 33312REQUEST FOR LETTER OF INTERESTRLI #849012ForSewerage Grinding System<strong>for</strong> the<strong>Broward</strong> Sheriff’s <strong>Office</strong>Issue Date: September 30, 2008


RLI # 849012Sewerage Grinding SystemFor the <strong>Broward</strong> Sheriff’s <strong>Office</strong>REQUEST FOR LETTERS OF INTERESTThe <strong>Broward</strong> <strong>Sheriff's</strong> <strong>Office</strong> (BSO) will receive <strong>for</strong>mal sealed Letters <strong>of</strong> Interest and Statement <strong>of</strong>Qualifications and Experience until 3:00 p.m. on 10/30/08 <strong>for</strong> the purpose <strong>of</strong> selecting a qualified firm toprovide a Sewerage Grinding System <strong>for</strong> the <strong>Broward</strong> Sheriff’s <strong>Office</strong> per the requirements and specificationslisted in this RLI. Refer to Attachment “A” Scope <strong>of</strong> Services/Requirements <strong>for</strong> additional in<strong>for</strong>mation.Scope <strong>of</strong> the services to be provided and submittal <strong>for</strong>mat is detailed in the Request <strong>for</strong> Letter <strong>of</strong> Interest (RLI)document. Insurance is required. Background checks may be required <strong>of</strong> all personnel who will be working onthis project.Pre-Bid Meeting/Site Visitation: A Mandatory Pre-Bid Meeting and Site Visitation will be heldat 9:00 AM on Friday 10/10/08 at the following location:<strong>Broward</strong> Sheriff’s <strong>Office</strong> Kitchen Warehouse Complex2451 N.W. 16 th StreetPompano Beach, FL 33069Attendance is MandatoryIt is the proposer's sole responsibility to insure that Letters <strong>of</strong> Interest (a/k/a Proposals) are received on or be<strong>for</strong>ethe due date and time at the following address: <strong>Broward</strong> <strong>Sheriff's</strong> <strong>Office</strong>, Purchasing Bureau, 2601 W. <strong>Broward</strong>Blvd., Ft. Lauderdale, Florida, 33312. Proposals received after the deadline noted above will not be accepted.The <strong>Broward</strong> Sheriff’s <strong>Office</strong> reserves the right to waive or modify any irregularities and technicalities in thisRLI and in proposals received. BSO further reserves the right to take any other action that may be necessary orin the best <strong>interest</strong> <strong>of</strong> the BSO; in proposals received; to <strong>request</strong> additional in<strong>for</strong>mation, to exercise its discretionand to apply its judgment, at its discretion; and to <strong>request</strong> re-submittal <strong>of</strong> a proposal. The BSO further reservesthe right to reject any or all proposals, with or without cause, to waive technical errors and in<strong>for</strong>malities or toaccept the proposals, which in its judgment, best serves the BSO. BSO further reserves the right to <strong>request</strong>resubmission <strong>of</strong> Proposals, if determined to be in its best <strong>interest</strong>.Michael BradyPurchasing Agent II


REQUEST FOR LETTERS OF INTERESTRLI # 849012INDEXSECTION ONEPage1 Scope 12 Award 13 Selection/Negotiation Process 14 Cone <strong>of</strong> Silence 15 Acknowledgement/Request <strong>for</strong> In<strong>for</strong>mation &/or Clarification 26 Review <strong>of</strong> Written Submittals 27 Presentation/Interviews 38 Technical Staff Participation 39 Drug Free Workplace Clause 310 Involvement in Community Betterment Programs 311 Insurance Requirements 312 Confidential & Proprietary 313 Agent/Brokers 314 Agreement Provisions 4-515 Non-Discrimination 516 Subcontractors/Independent Contractors 517 Mandatory Pre-proposal Meeting and Site Visit 5SECTION TWO - SUBMITTAL FORMAT1 Proposal Due Time and Date 62 Multiple Submissions 63 Proposal Withdrawal 64 Cost <strong>of</strong> Preparing Submitting RLI/Oral Interview 65 Submittal Section Requirements 66 Proposal Submission Binding Method & Number <strong>of</strong> Copies Required 67 Company Pr<strong>of</strong>ile 78 Format Submission Checklist Table 7SECTION THREE – TECHNICAL PROVISIONS3.1 Summary <strong>of</strong> the Work 9-113.2 Application <strong>for</strong> Payment 12-133.3 Schedules and Reports 14-153.4 Submittals 16-203.5 Temporary Construction Facilities and Controls 21-243.6 Project Closeout 25-303.7 Warranties and Bonds 31-33ATTACHMENTS“A” Scope <strong>of</strong> Services/Requirements 3 Pages“B” Insurance Requirements 3 Pages“C” Confidentiality Agreement 1 Page“D” Drug Free Workplace Certificate 2 Pages“E” Submittal Section 3 Pages“F” Price Proposal Form 1 Page“G” Statement <strong>of</strong> “No Bid” Form 1 Page


REQUEST FOR LETTERS OF INTERESTRLI # 849012Pursuant to the <strong>Broward</strong> <strong>Sheriff's</strong> <strong>Office</strong> Procurement Code, the <strong>Broward</strong> <strong>Sheriff's</strong> <strong>Office</strong> invites qualified firmsto submit Letters <strong>of</strong> Interest and Statements <strong>of</strong> Qualifications and Experience <strong>for</strong> consideration to provideservices on the following project:Sewerage Grinding SystemSECTION ONE:1. SCOPE: The scope <strong>of</strong> services is <strong>for</strong> a Sewerage Grinding System, including, but not limited to therequirements as discussed in Attachment “A” – RLI Scope <strong>of</strong> Services/Requirements.2. AWARD: Award will be made to the firm that, in BSO’s sole discretion, meets our requirements and ismost qualified to provide a “Sewerage Grinding System”. Special conditions and scope <strong>of</strong> subsequentagreement(s) may vary as best serves BSO.3. SELECTION/NEGOTIATION PROCESS: This is a two-step RLI process. It is anticipated, but notrequired, that the RLI process will proceed in the following manner: The Executive Director <strong>of</strong>Administration <strong>of</strong> the <strong>Broward</strong> Sheriff’s <strong>Office</strong> has appointed a Selection Committee (SC). Oralpresentations may be held with responsive/responsible short-listed firms or all responsive/responsibleproposers at BSO's sole discretion. Proposers selected <strong>for</strong> oral presentations agree to be available ondates specified by BSO. Failure to do so may result in removal <strong>of</strong> your proposal from consideration.BSO also reserves the right to communicate or meet with select vendors at any time to gather additionalin<strong>for</strong>mation to thoroughly evaluate proposals. Pricing will be <strong>request</strong>ed in a separate sealed envelopeand will be publicly opened after the oral presentations or at any time during the evaluation process asmay be in BSO’s best <strong>interest</strong>. Pricing will be posted on the BSO web site. BSO reserves the right towaive irregularities and/or reject all proposals or portions <strong>of</strong> proposal(s) as may be in BSO's best<strong>interest</strong>. The SC will be responsible <strong>for</strong> recommending the most qualified firm(s) with whom to beginnegotiation <strong>of</strong> an agreement(s) <strong>for</strong> this project or to recommend rejection <strong>of</strong> all proposals or portions <strong>of</strong>proposal(s).4. CONE OF SILENCE: This project is under a “Cone <strong>of</strong> Silence” starting with the issue date <strong>of</strong> this RLIthrough contract signing. See Section One, paragraph 5 <strong>for</strong> <strong>request</strong> <strong>for</strong> in<strong>for</strong>mation and/or clarificationsregarding this RLI. Any violation <strong>of</strong> this provision may result in the associated firm being removedfrom consideration at BSO’s sole discretion.


RLI # 849012, Section One PAGE 25. ACKNOWLEDGEMENT/REQUEST FOR INFORMATION AND/OR CLARIFICATIONS: EachProposer shall examine and review this RLI, indicating their understanding <strong>of</strong> each page by signing the“Acknowledgement Section”. Requests <strong>for</strong> additional in<strong>for</strong>mation or clarification regarding this RLIshould be directed via e-mail to Michael_Brady@sheriff.org. No verbal <strong>request</strong>s <strong>for</strong> in<strong>for</strong>mation orclarification will be honored.5.1 The person submitting the <strong>request</strong> <strong>for</strong> additional in<strong>for</strong>mation or clarification shall be responsible<strong>for</strong> its timely delivery. Requests received less than ten (10) calendar days prior to thedeadline <strong>for</strong> submittal <strong>of</strong> this RLI might not be acknowledged. Proposers are cautioned thatany communication prior to award shall be limited to the designated representative <strong>of</strong> thePurchasing Bureau as stated above.5.2 At its discretion, BSO may answer such inquiries by means <strong>of</strong> a written In<strong>for</strong>mation Letter or anAddendum. In the event that an inquiry is made in which the explanation or clarificationrequires substantial change to the specifications, a <strong>for</strong>mal Addendum will be issued to alldocument holders. The Proposer shall be required to sign the Addendum and include it with theproposal.5.3 Explanations or clarifications, which do not require any revision to the specifications, will beissued in the <strong>for</strong>m <strong>of</strong> an In<strong>for</strong>mation Letter. In<strong>for</strong>mation Letters do not need to be signed orreturned with the proposal. BSO shall not be responsible <strong>for</strong> oral in<strong>for</strong>mation given by any BSOemployee or other person. The issuance <strong>of</strong> a written In<strong>for</strong>mation Letter or Addendum is the only<strong>of</strong>ficial method whereby interpretation, clarification or additional in<strong>for</strong>mation can be given.5.4 If an Addendum is issued to this RLI, the Addendum will be posted on the BSO web site:www.sheriff.org/purchasing/.6 REVIEW OF WRITTEN SUBMITTALS: Each firm should submit documents that provide evidence <strong>of</strong>capability to provide the services required <strong>for</strong> this project. The SC at its sole discretion will determinethe responsiveness <strong>of</strong> a Proposal(s). Any non-responsive proposals will be eliminated from furtherconsideration. BSO reserves the right to accept or reject any or all proposals, to waive irregularities andtechnicalities, and/or to <strong>request</strong> resubmission.6.1 BSO, in its sole discretion, may <strong>request</strong> oral presentations from each <strong>of</strong> the finalists. Proposersare cautioned that their submittal should be as complete as possible in the event that oralinterviews are deemed not to be necessary. The completed attachments will be used to determinethe capability <strong>of</strong> each firm and will be used by the SC in making its decision <strong>for</strong> short listing.Each short listed firm will be contacted via telephone and follow-up letter to advise <strong>of</strong> the dateand time <strong>for</strong> presentations/interviews, if presentations/interviews are deemed necessary by theSC.6.2 Proposers are encouraged to <strong>of</strong>fer concepts that are cost effective and will provide superiorservice while af<strong>for</strong>ding maximum benefit to BSO The <strong>Broward</strong> <strong>Sheriff's</strong> <strong>Office</strong> will notconsider oral/written communications after the due date <strong>of</strong> the RLI.


RLI # 849012, Section One PAGE 37 PRESENTATIONS/INTERVIEWS: The SC may provide a list <strong>of</strong> subject matters that should bediscussed in the proposer’s presentation. Each short listed firm will be given equal time to makepresentations, but the question-and-answer time may vary. The recommendation to begin negotiationswith the selected firm will be made by the SC after approval by appropriate BSO authorities. Selection<strong>of</strong> a firm(s) is contingent upon the parties negotiating and executing a mutually acceptable agreement.8 TECHNICAL STAFF PARTICIPATION: Technical staff serves purely in an in<strong>for</strong>mation gatheringcapacity unless additional authority is delegated by the SC.9 DRUG FREE WORKPLACE: Attachment “D” Drug Free Workplace Certificate should be returnedwith your proposal. If not completed and returned with your proposal, it must be completed andreturned prior to contract award.10 INVOLVEMENT IN COMMUNITY BETTERMENT PROGRAMS: The <strong>Broward</strong> <strong>Sheriff's</strong> <strong>Office</strong> iscommitted to ensuring equal opportunity in, and equal access <strong>for</strong> firms regardless <strong>of</strong> race, color,religion, national origin, gender, age, disability or sexual orientation. In this regard, the <strong>Broward</strong><strong>Sheriff's</strong> <strong>Office</strong> requires firms to show a good faith ef<strong>for</strong>t to purchase goods, services and materials fromminority and women owned vendor suppliers and subcontractors. Proposers are encouraged to partnerwith the <strong>Broward</strong> <strong>Sheriff's</strong> <strong>Office</strong> in reinvestment ef<strong>for</strong>ts in the local community by displayingcommunity involvement and developing a community involvement reinvestment policy. Proposers arealso <strong>request</strong>ed to submit any in<strong>for</strong>mation, if applicable, demonstrating involvement in communitybetterment programs.11 INSURANCE REQUIREMENTS: Attachment “B” details the insurance requirements <strong>for</strong> this project.It is not necessary to have this level <strong>of</strong> insurance in effect at the time <strong>of</strong> submittal, but certificatesindicating that the insurance is currently carried, or a letter from the Carrier indicating upgradeavailability will speed the review process <strong>for</strong> the short listing. However, a copy <strong>of</strong> your Certificate <strong>of</strong>Insurance and Endorsements with the limits as stated in Attachment “B” must be submitted <strong>for</strong> approvalto <strong>Broward</strong> <strong>Sheriff's</strong> <strong>Office</strong> Director <strong>of</strong> Risk Management and <strong>Broward</strong> <strong>Sheriff's</strong> <strong>Office</strong> ContractsManager prior to execution <strong>of</strong> the contract.12 CONFIDENTIAL & PROPRIETARY: <strong>Broward</strong> <strong>Sheriff's</strong> <strong>Office</strong> is subject to Chapter 119, FloridaStatutes, the “Public Records Law.” No claim <strong>of</strong> confidentiality or proprietary in<strong>for</strong>mation in all or anyportion <strong>of</strong> a response to the RLI will be honored unless a specific exemption from the Public RecordsLaw exists and it is cited in the proposal to the RLI. An incorrectly claimed exemption does notdisqualify the firm, only the exemption claimed.13 AGENT/BROKERS: <strong>Broward</strong> <strong>Sheriff's</strong> <strong>Office</strong> expects to deal directly with the proposer that will beproviding this service.


RLI # 849012, Section One PAGE 414 AGREEMENT PROVISIONS: Any resulting agreement will contain the following provisions:14.1 Indemnification: Proposer shall, at all times hereafter, indemnify, hold harmless and, at theoption <strong>of</strong> BSO’s counsel, defend or pay <strong>for</strong> an attorney selected by BSO ’s counsel to defend the<strong>Broward</strong> <strong>Sheriff's</strong> <strong>Office</strong>, BSO, the Sheriff, <strong>Broward</strong> County, the Board <strong>of</strong> Commissioners <strong>of</strong><strong>Broward</strong> County, and their <strong>of</strong>ficers, agents, employees and commission members from andagainst any and all claims, suits, actions, demands, causes <strong>of</strong> actions <strong>of</strong> any kind or nature,including all costs, expenses and attorneys fees, arising out <strong>of</strong> the negligent or wrongful act oromission <strong>of</strong> Contractor, its <strong>of</strong>ficers, agents, employees, servants, independent contractors orsubcontractors in the per<strong>for</strong>mance <strong>of</strong> this agreement.14.1.1 Proposer shall in<strong>for</strong>m Sheriff in advance <strong>of</strong> planned actions and/or conduct related toProposer’s handling <strong>of</strong> any such action or claim. Sheriff shall in<strong>for</strong>m Proposer <strong>of</strong> anyknown restrictions, defenses or limitations which may arise or exist by reason <strong>of</strong> Sheriffbeing a governmental entity.14.1.2 Sheriff shall not be liable <strong>for</strong> and Proposer agrees to indemnify Sheriff against anyliability resulting from injury or illness, <strong>of</strong> any kind whatsoever, to Proposer’semployees, agents, representatives, designees, or servants during the per<strong>for</strong>mance <strong>of</strong> theservices, duties, and responsibilities contemplated herein.14.1.3 The above indemnification provisions shall survive the expiration or termination <strong>of</strong> theAgreement.14.2 Sovereign Immunity: Nothing in this Agreement is intended nor shall it be construed orinterpreted to waive or modify the Sheriff’s immunities and limitations on liability provided <strong>for</strong>in Florida Statutes section 768.28 as now worded or as may hereafter be amended.14.3 Governing Law: Proposer agrees that agreements resulting from this process will be governedby the laws <strong>of</strong> the State <strong>of</strong> Florida, and the venue <strong>for</strong> any legal action will be <strong>Broward</strong> County,Florida.14.4 Termination: The Agreement may be terminated upon the following events:14.4.1 Termination by Mutual Agreement. In the event the parties mutually agree in writing,this Agreement may be terminated on the terms and dates stipulated therein.14.4.2 Termination Without Cause. Sheriff shall have the right to terminate this Agreementwithout cause by providing the other party with thirty (30) calendar days written noticevia certified mail, return receipt <strong>request</strong>ed or via hand delivery with pro<strong>of</strong> <strong>of</strong> delivery.14.4.3 Termination <strong>for</strong> Lack <strong>of</strong> Funds. In the event the funds to finance this Agreement becomeunavailable or are not allocated by <strong>Broward</strong> County, BSO may provide CONTRACTORwith thirty (30) days written notice <strong>of</strong> termination. Nothing in this Agreement shall bedeemed or construed to prevent the parties from negotiating a new Agreement in thisevent.


RLI # 849012, Section One PAGE 514.4.4 Immediate Termination by BSO. BSO, in its sole discretion, may terminate thisagreement immediately upon the occurrence <strong>of</strong> any <strong>of</strong> the following events:• Proposer’s violation <strong>of</strong> the Public Records Act;• The insolvency, bankruptcy or receivership <strong>of</strong> Proposer;• Proposer's violation or non-compliance with NONDISCRIMINATION Section (SeeSection One, Paragraph 14) <strong>of</strong> this Proposal; or• Proposer fails to maintain insurance in accordance with the INSURANCE Section <strong>of</strong>this Proposal (Attachment “B”).14.4.5 Neither the termination nor the expiration <strong>of</strong> this Agreement shall relieve Proposer, itsemployees from their contractual duty and ethical obligation to provide or arrange <strong>for</strong>services under this Agreement until the date <strong>of</strong> termination.14.4.6 Notwithstanding any other provisions <strong>of</strong> this Agreement, the Proposer’s duty toindemnify and defend BSO as set <strong>for</strong>th in this proposal shall survive the termination orexpiration <strong>of</strong> this Agreement.15 NON-DISCRIMINATION SECTION: Proposer shall not discriminate against any client, employee orapplicant <strong>for</strong> employment because <strong>of</strong> race, age, color, religion, sex, national origin, physical or mentaldisability, marital status or medical status. Proposer shall take affirmative action to ensure that BSOemployees and their families, applicants, subcontractors, Independent Contractors, and employees aretreated without discrimination in regard to their race, age, color, religion, sex, national origin, disability,marital status or medical status. Proposer shall comply with all applicable sections <strong>of</strong> the Americanswith Disabilities Act. The Proposer agrees that compliance with this Article constitutes a materialcondition to this Contract, and that it is binding upon the Proposer, its successors, transferees, andassignees <strong>for</strong> the period during which services are provided. The Proposer further agrees to ensure thatits independent contractors/subcontractors are not in violation <strong>of</strong> the terms <strong>of</strong> this Section.16 SUBCONTRACTORS/INDEPENDENT CONTRACTORS: Proposer may utilize subcontractors orindependent contractors to fulfill the terms <strong>of</strong> any resulting agreement provided;16.1 Prior written approval by BSO, and16.2 Proposer remains liable <strong>for</strong> the acts <strong>of</strong> any subcontractors or independent contractors, and16.3 Proposer indemnifies and defends the <strong>Broward</strong> <strong>Sheriff's</strong> <strong>Office</strong> from the acts or omissions <strong>of</strong> anysubcontractor or independent contractor.16.4 Insurance limits and requirements will be the same <strong>for</strong> any and all subcontractors as is defined inthis RLI <strong>for</strong> proposers unless otherwise agreed in writing by BSO.17. MANDATORY PRE-PROPOSAL MEETING AND SITE VISIT: A mandatory pre-proposal meetingand site visit will be held at 9:00 a.m. (ET) on 10/10/08 at the <strong>Broward</strong> Sheriff’s <strong>Office</strong> KitchenWarehouse Complex, 2451 N.W. 16 Street, Pompano Beach, FL 33069. Attendance isMANDATORY. Proposals will NOT be accepted from any firm that does not attend themandatory pre-proposal meeting and site visit. Proposers should arrive 15 minutes prior to thescheduled start time listed above. Proposers should R.S.V.P. their intent to attend by contacting MichaelBrady, Purchasing Agent II at (954) 831-8175 and provide the names <strong>of</strong> the individuals who plan onattending the mandatory pre-proposal meeting and site visit. A map and directions will be provided.* * * E N D OF S E C T I O N O N E * * *


SECTION TWO - SUBMITTAL FORMAT: PAGE 61. PROPOSAL DUE TIME/DATE: The Purchasing Bureau MUST RECEIVE submittals no later than3:00 p.m. on 10/30/08. PROPOSALS SENT VIA FAX OR E-MAIL, AND/OR LATE SUBMITTALSWILL NOT BE ACCEPTED.2. MULTIPLE SUBMISSIONS: Only one response to the RLI from any one firm will be considered. Inthe event <strong>of</strong> multiple submissions, the firm will be asked to identify which submission should beanalyzed. In no event will the <strong>Broward</strong> <strong>Sheriff's</strong> <strong>Office</strong> consider multiple submissions from the samefirm.3. PROPOSAL WITHDRAWAL: Any proposal may be withdrawn up until the date and time set <strong>for</strong>thabove <strong>for</strong> opening <strong>of</strong> the proposals. Any proposals not so withdrawn shall constitute an irrevocable<strong>of</strong>fer <strong>for</strong> a period <strong>of</strong> 120 days or until one or more proposals have been duly accepted and a contract isexecuted by the <strong>Broward</strong> Sheriff’s <strong>Office</strong> (BSO), whichever occurs first.4. COST OF PREPARING/SUBMITTING RLI/ORAL PRESENTATION: All cost(s) related to thepreparation and submission <strong>of</strong> the RLI and oral presentations shall be borne by the proposer.5. SUBMITTAL SECTION REQUIREMENTS: Attachment “E” (Submittal Section) is required to becompleted and submitted with your proposal. (See Section II, paragraph 8, Format SubmissionChecklist)6. MARK EACH COPY OF EACH SUBMISSION AS FOLLOWS.• The RLI # - RLI # 849012• The RLI Name• The Name <strong>of</strong> the Firm or Company• RLI – Due Time/Date7. PROPOSAL SUBMISSION BINDING METHOD & NUMBER OF COPIES REQUIRED: Each copyshould be a bound in a 3-ring binder with locking rings or similar mechanism so that the pages will notbecome loose. Interested firms should submit one (1) original and eight (8) exact copies <strong>of</strong> materials andone electronic version in Micros<strong>of</strong>t Word <strong>for</strong>mat <strong>of</strong> your response to this RLI in a sealed package. It isunderstood that company brochures, Insurance Certificate, Notarized Drug Free Workplace and chartsmay not be able to be supplied in electronic version, Micros<strong>of</strong>t Word <strong>for</strong>mat. The electronic documentis to be in the same <strong>for</strong>mat as the original hard copy submittal (one file <strong>for</strong> the submittal and one file <strong>for</strong>the pricing). A label containing the RLI number, RLI Name, the name <strong>of</strong> the firm and the due time/dateshould be affixed to the outside sealed envelope or box and addressed, as appropriate, to:Via U.S. MailVia Courier or Hand Delivered<strong>Broward</strong> <strong>Sheriff's</strong> <strong>Office</strong><strong>Broward</strong> <strong>Sheriff's</strong> <strong>Office</strong>Purchasing BureauPurchasing BureauP.O. Box 95072601 W. <strong>Broward</strong> Blvd.Ft. Lauderdale, FL 33310 Ft. Lauderdale, FL 33312Attn: Michael BradyAttn: Michael Brady


RLI # 849012, Section Two PAGE 78. COMPANY PROFILE: Letters <strong>of</strong> Interest should clearly indicate the legal name, address and telephonenumber <strong>of</strong> the Proposer, together with legal entity (corporation, partnership, individual). Proposalsshould be signed above the typed or printed name and title <strong>of</strong> the signer. The signer shall have theauthority to bind the Proposer to the submitted proposal. Payment will be made to company nameshown only.9. FORMAT SUBMISSION CHECKLIST TABLE: All submittals SHOULD follow the <strong>for</strong>mat as listedbelow: (Failure to follow these instructions may result in your proposal being declared non-responsive).Proposer is to submit the RLI in the following <strong>for</strong>mat, indexed (indicating what is included in eachsection) as indicated below:MANDATORYSection OneSection TwoSection ThreeSeparate SealedEnvelopeBrief Introductory Letter (Limited to 2 Pages) An introductory letter,indicating the legal name <strong>of</strong> the entity submitting the proposal, address,contact person, phone number, brief statement about your firm and whyyour firm would be the best qualified firm to provide a Sewerage GrindingSystem <strong>for</strong> the <strong>Broward</strong> <strong>Sheriff's</strong> <strong>Office</strong> should be submitted with theproposal. Submittal material is to be indexed.Mandatory Requirements(See Attachment "A")Attachment "E" - Submittal Section: (should be completed in its entiretyand submitted including any backup documentation with each copy <strong>of</strong> yourproposal) Acknowledgement Sections, Conflict <strong>of</strong> Interest, CompanyPr<strong>of</strong>ile, Community Betterment, References, Litigation, Debarment andSuspension History.Insurance Certificate In<strong>for</strong>mation including aggregates (attachment “B”),Confidentiality Agreement (attachment “C”), Drug Free WorkplaceCertificate (attachment “D”), and any licenses or certifications <strong>for</strong> yourfirm..Any other <strong>request</strong>ed in<strong>for</strong>mation not listed above and any other in<strong>for</strong>mationthat may add to your proposal.Pricing is to be submitted in a separate sealed envelope and affixed to theOriginal binder <strong>of</strong> your proposal.* * * E N D O F S E C T I O N T W O * * *


SECTION THREE – TECHNICAL PROVISIONS PAGE 8TECHNICAL PROVISIONSINDEXSECTIONNUMBER TITLE PAGE NUMBERS3.1 Summary <strong>of</strong> the Work 9-113.2 Application <strong>for</strong> Payment 12-133.3 Schedules, Reports 14-153.4 Submittals 16-203.5 Temporary Construction Facilities and Controls 21-243.6 Project Closeout 25-303.7 Warranties and Bonds 31-33


TECHNICAL PROVISIONS PAGE 9SECTION 3.1SUMMARY OF WORKPART 1 - GENERAL3.1.1 SCOPE OF WORK:3.1.1.1. The Scope <strong>of</strong> Work shall include the provision <strong>of</strong> all supervision, projectcoordination, scheduling, construction management, labor, equipment, tools,supplies, insurance, permanent materials, temporary materials, vehicles,storage sheds (if required), clean-up, and incidentals (including acquisition <strong>of</strong>all agency permits and inspections) required <strong>for</strong> the project.3.1.1.2 The extent <strong>of</strong> the Project will include, as a minimum, the followingconstruction trades and/or disciplines: Supervision, Scheduling, Permitting,Safety Coordination, Security, Plumbing and Electrical Work.3.1.1.3 Any work, materials or equipment that may reasonably be inferred from thescope <strong>of</strong> services as being required to produce the intended result shall besupplied by the Contractor whether or not specifically called <strong>for</strong> in thesetechnical specifications.3.1.1.4 Be<strong>for</strong>e installation <strong>of</strong> any new work, verify the location, size and otherconditions at all points <strong>of</strong> connection to services or other existing equipment,piping or ductwork and at all locations where new work will cross or passnear existing equipment, piping, ductwork, electrical or other facilities andcomplete the survey as outlined below.3.1.1.5. The scope <strong>of</strong> the project includes, but is not limited to:3.1.1.5.1 Have all the required licenses to per<strong>for</strong>m the Work.3.1.1.6 SURVEY: The Contractor shall per<strong>for</strong>m a detailed survey <strong>of</strong> theexisting conditions. Any discrepancies or conflicts between existing fieldconditions and the written specifications and/or drawings shall be brought tothe attention <strong>of</strong> the Project Manager immediately following the survey andprior to the start <strong>of</strong> work. It is the sole responsibility <strong>of</strong> the Contractor tocomplete the project as defined in these specifications. Any change orders<strong>request</strong>ed by the Contractor resulting from field conditions that, in the opinion<strong>of</strong> the Project Manager, should have been discovered during the initial surveywill not be accepted. The survey shall include visual inspection and inventory<strong>of</strong> all devices, conduit and wiring.


TECHNICAL PROVISIONS PAGE 103.1.1.7 Furnish all materials, equipment and services necessary to complete all thework described herein.3.1.1.8. The Contractor shall conduct the Work so that it will minimize interferencewith BSO operations, and with other Contractor(s) working at the site.Further, the Contractor shall maintain an active schedule on the job <strong>for</strong> allwork that directly affects the operations or the activities <strong>of</strong> otherContractor(s).3.1.1.9. Arrange <strong>for</strong> and comply with all inspections required by governmental andregulatory agencies.3.1.1.10. DEMOLITION: Dispose <strong>of</strong> all removed material <strong>of</strong>f site.3.1.1.11. INSTALLATION: (See Technical Specifications & Blueprints)3.1.1.12. Properly close out the Project as called <strong>for</strong> in these Technical Provisions andin the Agreement.3.1.1.13. EXISTING CONDITIONS: Contractor is to inspect the facility and satisfythemselves as to the existing conditions <strong>of</strong> the project site. By submitting aproposal, contractor certifies that this has been accomplished.3.1.1.14. STANDARDS: All work shall be done in con<strong>for</strong>mity with ALL applicablelocal, state, and federal building safety codes, ordinances, and regulations.3.1.1.14.1. Any reference to published specifications or standards <strong>of</strong> anyorganization or association shall refer to the requirements <strong>of</strong> thespecification or standard which is current on the date <strong>of</strong> solicitation<strong>of</strong> proposals. In case <strong>of</strong> a conflict between referencedspecifications or standards, the one having the most stringentrequirements shall prevail.3.1.1.14.2. The Contractor <strong>for</strong> this Section <strong>of</strong> the work shall furnish, withoutextra charge, any additional materials and/or labor as may berequired <strong>for</strong> compliance with these laws, rules, and/or regulationsthough such materials and/or labor are not specifically set <strong>for</strong>th inthe Contract Document.3.1.1.15. SUBSTANTIAL COMPLETION as defined in the Agreement shall occurwithin (the number <strong>of</strong> days specified), or less, from the Project Initiation


TECHNICAL PROVISIONS PAGE 113.1.1.16. PROPERTY:Date specified in the Notice to Proceed.3.1.1.16.1. Title <strong>of</strong> each item <strong>of</strong> purchase under the Agreement acquired bythe Contractor <strong>for</strong> BSO shall pass to and vest in BSO when its usein per<strong>for</strong>ming this Project commences or when BSO has paid <strong>for</strong> it,whichever is earlier.3.1.1.16.2. BSO property shall be used only <strong>for</strong> per<strong>for</strong>ming this Project, unlessotherwise provided in the Agreement or approved by BSO ProjectManager.3.1.1.16.3. The Contractor shall establish and maintain a program <strong>for</strong> the use,maintenance, repair, protection and preservation <strong>of</strong> BSO and/or<strong>Broward</strong> County property in accordance with sound practice.3.1.1.16.4. All warranty periods shall begin on the date <strong>of</strong> substantialcompletion.END OF SECTION 3.1


TECHNICAL PROVISIONS PAGE 12SECTION 3.2APPLICATION FOR PAYMENTPART 1 - GENERAL3.2.1. REQUIREMENTS INCLUDE:3.2.1.1. BSO's Agreement with Contractor.3.2.1.2. Applicable sections <strong>of</strong> Technical Provisions.3.2.1.3. FORMAT AND DATA REQUIRED: Application and Certification <strong>for</strong>Payment <strong>for</strong>ms shall meet the BSO's requirements as listed below.3.2.1.3.1. PREPARATION OF APPLICATIONS3.2.1.3.1.1. Type required in<strong>for</strong>mation or use media-drivenprintout.3.2.1.3.1.2. Execute certifications by signature <strong>of</strong> authorized<strong>of</strong>ficer.3.2.1.3.1.3. Use data on approved cost-loaded ConstructionSchedule as basis <strong>of</strong> Application <strong>for</strong> Payment. Apply<strong>for</strong> payment only <strong>for</strong> completed work. Provide unitprices, quantities and dollar value in each column <strong>for</strong>each line item <strong>for</strong> portion <strong>of</strong> work per<strong>for</strong>med.3.2.1.3.1.4. List each authorized Change Order as an extension oncontinuation sheet; list Change Order number anddollar amount as <strong>for</strong> an original item <strong>of</strong> work.3.2.1.3.1.5. Prepare Application <strong>for</strong> Final Payment as specified inSection 3.6 - Project Closeout and the Agreement.3.2.1.4. SUBMITTAL PROCEDURE: Submit two copies <strong>of</strong> each Application <strong>for</strong>Payment to BSO’s Finance Department and BSO’s Project Manager atintervals <strong>of</strong> not more than once a month, as specified in the Agreement.


TECHNICAL PROVISIONS PAGE 133.2.1.5. SUBSTANTIATING DATA:3.2.1.5.1. Submit one original and one copy <strong>of</strong> a notarized Certification <strong>of</strong>Disbursement <strong>of</strong> Previous Periodic Payment to Subcontractors anda notarized Subcontractor’s Certificate <strong>of</strong> Previous PeriodicPayment with each Application <strong>for</strong> Payment except the first onesubmitted <strong>for</strong> the Project. With every Application <strong>for</strong> Payment,provide an updated cost-loaded Construction Schedule upon whichthe Application <strong>for</strong> Payment is based.3.2.1.5.2. When in<strong>for</strong>med that BSO requires additional substantiatingin<strong>for</strong>mation, submit one copy, with cover letter showingapplication number and date, <strong>for</strong> each submittal <strong>of</strong> data justifyingline item amounts in question.END OF SECTION 3.2


TECHNICAL PROVISIONS PAGE 14SECTION 3.3SCHEDULES AND REPORTSPART 1 - GENERAL3.3.1. RELATED DOCUMENTS:3.3.1.1. COORDINATION: Contractor shall coordinate procedural timing, namingand sequencing <strong>of</strong> reports/activities required by this and other sections, toaf<strong>for</strong>d consistency and logical coordination between submitted reports or lists.Maintain coordination and correlation between separate reports by updating atmonthly or shorter time intervals. Make appropriate distribution <strong>of</strong> eachreport and update report to entities involved in the work. In particular,provide close coordination <strong>of</strong> cost-loaded Construction Schedule, listing <strong>of</strong>subcontracts, schedule <strong>of</strong> submittals, progress reports, and payment <strong>request</strong>s.3.3.1.2. PROGRESS MEETINGS, REPORTING3.3.1.2.1. General: In addition to specific coordination meetings <strong>for</strong> eachelement <strong>of</strong> work, and other regular project meetings <strong>for</strong> otherpurposes, attend general progress meetings as scheduled by theProject Manager. Contractor shall provide the updatedConstruction Schedule <strong>for</strong> each meeting. Require each entity thenresponsible <strong>for</strong> planning, coordination or per<strong>for</strong>mance <strong>of</strong> work tobe properly represented at each meeting. Review each entity'spresent and future needs including interface requirements, timesequences, deliveries, access, site utilization, temporary facilitiesand services, hours <strong>of</strong> work, hazards and risks, housekeeping,change orders, and documentation <strong>of</strong> in<strong>for</strong>mation <strong>for</strong> payment<strong>request</strong>s.3.3.1.2.2. Discuss whether each element <strong>of</strong> current work is ahead <strong>of</strong>schedule, on time, or behind time in relation to updated progressschedule. Determine how behind-time work will be expedited andsecure commitments from entities involved in doing so. Discusswhether schedule revisions are required to ensure that current workand subsequent work will be completed within Contract Time.Review everything <strong>of</strong> significance that would affect progress <strong>of</strong> thework. Each week, copies <strong>of</strong> the revised and updated progressschedule, showing actual progress <strong>of</strong> the work in relation to thelatest revision shall be distributed to all involved entities and the


TECHNICAL PROVISIONS PAGE 15latest revision shall also accompany each <strong>request</strong> <strong>for</strong> partialpayment.3.3.1.2.3. Initial Progress Meeting: Attend initial progress meeting, asscheduled by Project Manager <strong>for</strong> a date not more than five (5)days after date <strong>of</strong> commencement <strong>of</strong> the work. This shall be anorganizational meeting to review responsibilities and personnelassignments.3.3.1.3. CONSTRUCTION SCHEDULE OF VALUES, AND SCHEDULE OFPAYMENTS3.3.1.3.1. Construction Schedule and Schedule <strong>of</strong> Payments: A copy <strong>of</strong> theseschedules must be submitted to the BSO Project Manager prior tothe first payment requisition. NO monies will be approved <strong>for</strong>payment until the Construction Schedule <strong>of</strong> Values and Schedule<strong>of</strong> Payments are approved by BSO.END OF SECTION 3.3


TECHNICAL PROVISIONS PAGE 16SECTION 3.4SUBMITTALS3.4.1. SCOPE3.4.1.1. All designs, specifications, plans and drawings used by the Contractor in theper<strong>for</strong>mance <strong>of</strong> the work and all materials proposed to be used on the Projectare subject to approval by the BSO Project Manager.3.4.1.2. Construction schedules shall be prepared on scheduling s<strong>of</strong>tware approved byand acceptable to BSO.3.4.1.3.. Written reports and submittals shall be prepared on Micros<strong>of</strong>t <strong>Office</strong> S<strong>of</strong>tware(Word, Excel etc) or a <strong>for</strong>mat which is approved by BSO’s Project Manager..3.4.1.4.. Contractor shall maintain the following logs on <strong>for</strong>ms provided by the ProjectManager: Request <strong>for</strong> In<strong>for</strong>mation Log, Submittal Log, and Change OrderLog.3.4.2. SECTION INCLUDES:3.4.2.1. Submittal procedures.3.4.2.2. Shop drawings.3.4.2.3. Product data.3.4.2.4. Samples.3.4.2.5. Manufacturers' instructions.3.4.2.6. Manufacturers' certificates.3.4.2.7. Miscellaneous Submittals related directly to the work.3.4.3. GENERAL SUBMITTAL REQUIREMENTS3.4.3.1. Coordination and Sequencing: Coordinate preparation and processing <strong>of</strong>submittals with per<strong>for</strong>mance <strong>of</strong> the work so that work will not be delayed bysubmittals. Coordinate and sequence different categories <strong>of</strong> submittals <strong>for</strong> the


TECHNICAL PROVISIONS PAGE 17same work, and <strong>for</strong> interfacing units <strong>of</strong> work, so that one will not be delayed<strong>for</strong> coordination with another. Within ten (10) calendar days from the Noticeto Proceed, Contractor shall provide a Schedule <strong>of</strong> Submittals that supportsthe Construction Schedule.3.4.3.2.. Preparation <strong>of</strong> Submittals: Provide permanent marking on each submittal toidentify project, date, Contractor, Subcontractor, submittal name and similarin<strong>for</strong>mation to distinguish it from other submittals. Show Contractor'sexecuted review and approval marking and provide space <strong>for</strong> BSO's "Action"marking. Package each submittal appropriately <strong>for</strong> transmittal and handling.Submittals which are received from sources other than through Contractor's<strong>of</strong>fice or which are not properly marked will be returned "without action".Contractor shall be responsible <strong>for</strong> delays resulting from submittals that arereturned <strong>for</strong> these reasons.3.4.3.3. Transmit each submittal with <strong>for</strong>m as directed by BSO’s Project Manager. .3.4.3.4. Sequentially number the transmittal <strong>for</strong>ms. Re-submittals must have originalnumber with an alphabetic suffix.3.4.3.5. Identify Project, Contractor, Subcontractor or supplier; pertinent drawingsheet and detail number(s), and specification Section number, as appropriate.3.4.3.6. Apply Contractor's stamp, signed or initialed certifying that review,verification <strong>of</strong> Products required, field dimensions, adjacent constructionwork, and coordination <strong>of</strong> in<strong>for</strong>mation, is in accordance with the requirements<strong>of</strong> the work and contract documents.3.4.3.7. Schedule submittals to expedite the Project, and deliver to Project Manager.Coordinate submission <strong>of</strong> related items. Update Schedule <strong>of</strong> Submittals atleast weekly to show status <strong>of</strong> each item.3.4.3.8. Identify variations from Contract Documents and Product or systemlimitations that may be detrimental to successful per<strong>for</strong>mance <strong>of</strong> thecompleted work.3.4.3.9. Provide space <strong>for</strong> Contractor, Consultant, and BSO review stamps.3.4.3.10. Revise and resubmit submittals as required. Identify all changes made sinceprevious submittal.3.4.3.11. Distribute copies <strong>of</strong> reviewed submittals to concerned parties. Instruct parties


TECHNICAL PROVISIONS PAGE 18to promptly report any inability to comply with provisions.3.4.3.12. Maintain a log <strong>of</strong> submittals which indicates the submittal schedule andcurrent status <strong>of</strong> each item. Submittal log and Schedule <strong>of</strong> Submittals shall bekept at the field <strong>of</strong>fice and shall be available to the Project Manager at alltimes.3.4.4. PROPOSED PRODUCTS LIST3.4.4.1. Within ten (10) calendar days after date <strong>of</strong> Notice to Proceed, submitcomplete list <strong>of</strong> major products proposed <strong>for</strong> use, with name <strong>of</strong> manufacturer,trade name, and model number <strong>of</strong> each product.3.4.4.2. For products specified only by reference standards, give manufacturer, tradename, model or catalog designation, and reference standards.3.4.5. SPECIFIC-CATEGORY SUBMITTAL REQUIREMENTS3.4.5.1. Contractor shall prepare a complete detailed cost-loaded ConstructionSchedule. The cost-loaded Construction Schedule shall be submitted <strong>for</strong> BSOapproval by Contractor within ten (10) calendar days from the date <strong>of</strong> theNotice to Proceed. The cost-loaded Construction Schedule shall allow aminimum <strong>of</strong> ten (10) working days <strong>for</strong> review <strong>of</strong> shop drawings by BSO.3.4.5.2. The detailed Construction Schedule shall represent a practical plan tocomplete the Project within the Contract time. Each activity on theConstruction Schedule shall be cost and man-hour loaded. The ConstructionSchedule shall be updated at least weekly. Construction Schedule shall be <strong>of</strong>sufficient detail such that the maximum duration <strong>of</strong> any single activity on theSchedule shall be ten (10) working days.3.4.5.3. All scheduled submittals are subject to review and acceptance by the BSOProject Manager. The detailed Construction Schedule shall be suitable, in thejudgment <strong>of</strong> the BSO Project Manager, to allow monitoring and evaluation <strong>of</strong>progress in per<strong>for</strong>mance <strong>of</strong> work. The cost-loaded Construction Schedule willbe used as the basis <strong>for</strong> progress payments.3.4.5.4. If, according to the current updated Construction Schedule, Contractor isFifteen (15) calendar days or more behind the Contract Completion date orany interim milestone completion date, Contractor shall submit a revisedschedule showing a workable plan to complete the Project on time. BSO maywithhold progress payments until the revised schedule, acceptable to the BSO


TECHNICAL PROVISIONS PAGE 19Project Manager, is submitted by CONTRACTOR.3.4.5.5. Contractor shall not be authorized to begin mobilization at the Project siteuntil the Construction Schedule is approved by BSO.3.4.5.6. Shop Drawings: Provide newly-prepared in<strong>for</strong>mation, on reproductive sheets,with graphic in<strong>for</strong>mation at accurate scale (except as otherwise indicated),with name <strong>of</strong> preparer indicated (including firm name). Show dimensions andnote which are based on field measurement. Identify materials and productsin the work shown. Indicate compliance with standards, and specialcoordination requirements. Do not allow construction and shop drawingcopies without appropriate final "Action" markings by BSO to be used inconnection with the work.3.4.5.7. Submit five (5) blue-line or black-line prints; three (3) will be returned.3.4.5.8.. Specifications and Product Data: Collect required data into one submittal <strong>for</strong>each unit <strong>of</strong> work and mark each copy to show which choices and options areapplicable to project. Include manufacturer's standard printedrecommendations <strong>for</strong> application and use, compliance with standards,application <strong>of</strong> labels and seals, notation <strong>of</strong> field measurements that have beenchecked, and special coordination requirements. Maintain at least one set <strong>of</strong>product data (<strong>for</strong> each submittal) at project site, available <strong>for</strong> reference byBSO's Project Manager and others.3.4.5.9. Submittals: Do not submit product data, or allow its use on the project, untilcompliance with requirements <strong>of</strong> contract documents has been confirmed.Submittal is <strong>for</strong> in<strong>for</strong>mation and record, unless otherwise indicated. Initialsubmittal is final submittal unless returned promptly by BSO and marked withan "Action" which indicates an observed non-compliance. Submit 5 copies.3.4.5.10. Samples: Provide units identical with final condition <strong>of</strong> proposed materials orproducts <strong>for</strong> the work. Include "range" samples (not less than units) whereunavoidable variations must be expected, and describe or identify variationsbetween units <strong>of</strong> each set. Provide full set <strong>of</strong> optional samples where BSOselection is required. Prepare samples to match BSO's sample where soindicated. Include in<strong>for</strong>mation with each sample to show generic description,source or product name and manufacturer, limitations, and compliance withstandards. Samples are submitted <strong>for</strong> review and confirmation <strong>of</strong> color,pattern, texture and "kind" by BSO. BSO will test samples (except asotherwise indicated or <strong>request</strong>ed) <strong>for</strong> compliance with other requirements.


TECHNICAL PROVISIONS PAGE 203.4.5.11. Submittal: At Contractor's option, provide preliminary submittal <strong>of</strong> single set<strong>of</strong> samples <strong>for</strong> BSO's review and "Action". Otherwise, initial submittal isfinal submittal unless returned with "Action" which requires re-submittal.3.4.5.12. Submit one (1) set <strong>of</strong> samples in final submittal.3.4.5.13. If the first article <strong>of</strong> a submittal is disapproved, the Contractor, upon BSO’s<strong>request</strong>, shall submit an additional first article <strong>for</strong> testing.3.4.5.14. If the Contractor fails to deliver any first article on time, or the ProjectManager disapproves any first article, the Contractor shall be deemed to havefailed to make delivery within the meaning <strong>of</strong> the Default clause <strong>of</strong> theAgreement.3.4.5.15. The Contractor shall produce both the first article and the production quantity<strong>of</strong> the material at the same facility and shall submit a certification to this effectwith each first article submitted <strong>for</strong> approval.3.4.5.16. Inspection and Test Reports: Classify each as either "shop drawing" or"product data", depending upon whether report is uniquely prepared <strong>for</strong>project or a standard publication <strong>of</strong> workmanship control testing at point <strong>of</strong>production, and process accordingly.3.4.5.17. Warranties: Refer to individual sections <strong>for</strong> specific general requirements onwarranties, product/workmanship bonds, and maintenance agreements. Inaddition to copies desired <strong>for</strong> Contractor's use, furnish 2 executed originals.3.4.5.18. Closeout Submittals: Refer to Section 3.6, Project Closeout.3.4.6. ACTION ON SUBMITTALS3.4.6.1. BSO's Action: Where action and return is required or <strong>request</strong>ed, BSO willreview each submittal, mark with "Action", and where possible return withinone (1) week <strong>of</strong> receipt. Where submittal must be held <strong>for</strong> coordination,Contractor will be so advised without delay.3.4.6.2. Action Stamp: BSO's action stamp, <strong>for</strong> use on submittals to be returned toContractor, is self-explanatory as marked.END OF SECTION 3.4


TECHNICAL PROVISIONS PAGE 21SECTION 3.5TEMPORARY CONSTRUCTION FACILITIES AND CONTROLSPART I - GENERAL3.5.1. DESCRIPTION OF REQUIREMENTS3.5.1.1. Nothing in this Section is intended to limit types and amounts <strong>of</strong>temporary work required, and no omission from this Section will berecognized as an indication by the BSO Project Manager that suchtemporary activity is not required <strong>for</strong> successful completion <strong>of</strong> the workand compliance with requirements <strong>of</strong> contract documents. Provisions <strong>of</strong>this Section are applicable to, and may include:3.5.1.1.1. Electricity, Lighting, Plumbing;3.5.1.1.2. Heat, Ventilation;3.5.1.1.3. Telephone Service;3.5.1.1.4. Water;3.5.1.1.5. Construction Aids;3.5.1.1.6. Enclosures;3.5.1.1.7. Barriers;3.5.1.1.8. Cleaning During Construction;3.5.1.1.9. Project Signs;3.5.1.1.10. Field <strong>Office</strong>s and Sheds;3.5.1.1.11. Sanitary Facilities;3.5.1.1.12. Security.3.5.1.2. Contractor shall install, operate, maintain and protect temporary facilitiesin a manner and at locations, which will be safe, non-hazardous, sanitaryand protective <strong>of</strong> persons and property, and free <strong>of</strong> deleterious effects.Contractor shall provide ramps, stairs, ladders and similar temporary safeaccess elements as reasonably required to per<strong>for</strong>m the work and facilitateits inspection during installation and shall comply with reasonable<strong>request</strong>s <strong>of</strong> governing authorities per<strong>for</strong>ming inspections.3.5.1.3. Contractor shall designate a qualified person who shall be responsible <strong>for</strong>coordinating compliance with safety procedures and OSHA requirements.The qualifications <strong>of</strong> the safety coordinator shall be submitted to BSO <strong>for</strong>approval. The safety coordinator shall be at the site at all times during


TECHNICAL PROVISIONS PAGE 22construction activity. Contractor shall hold weekly safety meetings withall personnel at the Project site. All persons in the construction area shallbe required to wear safety equipment as follows: hard hats, safety vests,and steel-toed boots at all times, and eye and ear protection as required.3.5.1.4. Contractor shall terminate use and remove temporary facilities at earliestreasonable time, when no longer needed or when replaceable byauthorized use <strong>of</strong> permanent facilities. Contractor shall remove temporarymaterials, equipment, equipment services, and construction prior toBeneficial Occupancy inspection.3.5.1.5. CLEANING DURING CONSTRUCTION3.5.1.5.1. Daily control accumulation <strong>of</strong> waste materials and rubbish;periodically dispose <strong>of</strong> <strong>of</strong>f-site.3.5.1.5.2. Clean areas prior to start <strong>of</strong> finish work. Maintain areas free <strong>of</strong>dust and other contaminants during finishing operations.3.5.1.6. FIRE EXTINGUISHERS3.5.1.6.1. Contractor shall provide types, sizes, numbers and locations <strong>of</strong>fire extinguishers as would be reasonably effective inextinguishing fires during early stages by personnel at projectsite. Type A extinguishers shall be provided at locations <strong>of</strong>low potential <strong>for</strong> either electrical or grease-oil flammableliquids fires; Type ABC dry chemical extinguisher shall beprovided at other locations; comply with recommendations <strong>of</strong>NFPA No. 10. Local fire department call number shall beposted on each telephone instrument at project site.3.5.1.7. ENVIRONMENTAL PROTECTION PROCEDURES3.5.1.7.1. Contractor shall provide facilities, establish procedures, andconduct construction activities in a manner that will ensurecompliance with regulations controlling construction activitiesat project site.3.5.1.7.2. Contractor shall designate one person, its ConstructionSuperintendent or other, to en<strong>for</strong>ce strict discipline on activitiesrelated to generation <strong>of</strong> wastes, pollution or air/water/soil,generation <strong>of</strong> noise, and similar harmful or deleterious effects


TECHNICAL PROVISIONS PAGE 233.5.2. TEMPORARY UTILITY SERVICESwhich might violate regulations or reasonably irritate personsat or in vicinity <strong>of</strong> project site. Qualifications <strong>of</strong> theEnvironmental Protection Coordinator shall be presented toBSO <strong>for</strong> approval.3.5.2.1. The types <strong>of</strong> services required are listed in this Section, but shall not belimited by this Section. Connect to existing franchised utilities <strong>for</strong> requiredservices, and comply with service companies’ recommendations on materialsand methods or engage service companies to install services. Locate andrelocate services as necessary to minimize interference with constructionoperations.3.5.2.2.. Connect to existing service without charge to BSO.3.5.2.3. Electrical Power: Provide weatherpro<strong>of</strong>, grounded power distribution systemsufficient to accommodate construction operations requiring power, use <strong>of</strong>tools, lighting, and start-up testing <strong>of</strong> permanent electric-powered equipmentprior to its permanent connection to electrical system. Provide overloadprotection.3.5.2.3.1. Provide branch wiring and distribution boxes located to allowservice and lighting. Provide service with ground-fault circuitinterrupter feature, activated from each circuit <strong>of</strong> 20-amp or lessrating.3.5.2.3.2. Lighting: Provide sufficient temporary lighting to ensure properworkmanship everywhere by combined use <strong>of</strong> daylight, generallighting, and portable plug-in task lighting. Provide generallighting with local switching which will enable energyconservation during periods <strong>of</strong> varying activity (i.e., work-inprogress,security check, lock-up, etc.)3.5.2.4. Water: Connect to existing facilities without charge to BSO’s existing system.3.5.2.4.1. Provide dispenser-type drinking water units, supplied with bottledwater, adequate in number and locations <strong>for</strong> personnel at projectsite. Furnish paper cups and waste receptacles.3.5.2.5. Heat, Ventilation: Provide as required to maintain specified conditions <strong>for</strong>construction operations, to protect materials and finishes from damage due to


TECHNICAL PROVISIONS PAGE 24temperature or humidity. Provide ventilation <strong>of</strong> enclosed areas to curematerials, disperse humidity, and to prevent accumulations <strong>of</strong> dust, fumes,vapors, or gases.3.5.2.6. Provide telephone service as required <strong>for</strong> the field <strong>of</strong>fices.END OF SECTION 3.5


TECHNICAL PROVISIONS PAGE 25SECTION 3.6PROJECT CLOSEOUTPART I - GENERAL3.6.1. DESCRIPTION OF REQUIREMENTS3.6.1.1. Definitions: Closeout is hereby defined to include general requirements nearend <strong>of</strong> Contract Time, in preparation <strong>for</strong> final acceptance, final payment,normal termination <strong>of</strong> contract, acceptance by the BSO Project Manager andsimilar actions evidencing completion <strong>of</strong> the work.3.6.1.2. PREREQUISITES TO BENEFICIAL OCCUPANCY3.6.1.2.1. Prior to <strong>request</strong>ing BSO Project Manager's inspection <strong>for</strong>certification <strong>of</strong> beneficial occupancy, Contractor shall complete thefollowing and list known exceptions in <strong>request</strong>:3.6.1.2.1.1. In progress payment <strong>request</strong> coincident with or firstfollowing date claimed, show either 100%completion <strong>for</strong> portion <strong>of</strong> work claimed as completeor list incomplete items, value <strong>of</strong> incompleteness,and reasons <strong>for</strong> being incomplete.3.6.1.2.1.2. Include supporting documentation <strong>for</strong> completion asindicated in the Contract Documents.3.6.1.2.1.3. Submit statement showing accounting <strong>of</strong> changes tothe total price.3.6.1.2.1.4. Submit specific warranties,workmanship/maintenance bonds, maintenanceagreements, final certifications and similardocuments.3.6.1.2.1.5. Obtain and submit releases enabling BSO's full andunrestricted use <strong>of</strong> the site and access to servicesand utilities, including (where required) occupancypermits, operating certificates, and similar releases.3.6.1.2.1.6. Deliver tools, spare parts, extra stocks <strong>of</strong> materials,


TECHNICAL PROVISIONS PAGE 26and similar physical items to BSO.3.6.1.2.1.7. Make final changeover <strong>of</strong> locks and transmit keys toBSO, and advise BSO’s personnel <strong>of</strong> changeover insecurity provisions (if applicable).3.6.1.2.1.8. Complete start-up testing <strong>of</strong> systems andinstructions <strong>of</strong> BSO’s operating/maintenancepersonnel.3.6.1.2.1.9. Complete final clean-up requirements, includingtouch-up repair and restoration <strong>of</strong> marred exposedsurfaces and finishes.3.6.1.2.1.10. Except as otherwise indicated or <strong>request</strong>ed byBSO’s Project Manager, remove temporaryprotection devices and facilities which wereinstalled during course <strong>of</strong> the work to protectpreviously completed work during remainder <strong>of</strong>construction period.3.6.1.2.2. Upon receipt <strong>of</strong> Contractor’s <strong>request</strong>, Project Manager will eitherproceed with inspection or advise Contractor <strong>of</strong> prerequisites notfulfilled. Following initial inspection, Project Manager will eitherprepare certificate <strong>of</strong> substantial completion, or advise Contractor<strong>of</strong> work which must be per<strong>for</strong>med prior to issuance <strong>of</strong> certificate;and repeat inspection when <strong>request</strong>ed and assured that work hasbeen substantially completed. Results <strong>of</strong> completed inspection will<strong>for</strong>m initial punch list <strong>for</strong> final acceptance.3.6.1.3. PREREQUISITES TO FINAL ACCEPTANCE3.6.1.3.1 Prior to <strong>request</strong>ing Project Manager’s final inspection <strong>for</strong>certification <strong>of</strong> final acceptance and final payment as required byContract Documents, complete the following and list knownexceptions, if any, in <strong>request</strong>:3.6.1.3.1.1. Submit final payment <strong>request</strong> with final releasesand supporting documentation not previouslysubmitted and accepted. Include certificates <strong>of</strong>insurance <strong>for</strong> products and completed operationswhere required.


TECHNICAL PROVISIONS PAGE 273.6.1.3.1.2. Submit updated final statement, accounting <strong>for</strong>additional final changes to Total Price.3.6.1.3.1.3. Submit certified copy <strong>of</strong> BSO Project Manager'sfinal punch-list <strong>of</strong> itemized work to be completed orcorrected, stating that each item has been completedor otherwise resolved <strong>for</strong> acceptance, endorsed anddated by BSO Project Manager;3.6.1.3.1.4. Submit final meter readings <strong>for</strong> utilities, measuredrecord <strong>of</strong> stored fuel, and similar data as <strong>of</strong> time <strong>of</strong>beneficial occupancy or when BSO took possession<strong>of</strong> and responsibility <strong>for</strong> corresponding elements <strong>of</strong>the work (if applicable).3.6.1.3.1.5. Provide final construction plans set, as-builtconstruction and shop drawings and all recorddocuments in accordance with these TechnicalProvisions and other Contract Documents.3.6.1.3.1.6. Submit consent <strong>of</strong> surety.3.6.1.3.2. Final Cleaning3.6.1.3.2.1. General. Provide final cleaning <strong>of</strong> the work,consisting <strong>of</strong> cleaning each surface or unit <strong>of</strong> workto normal "clean" condition expected <strong>for</strong> afirst-class cleaning and maintenance program.Comply with manufacturer's instructions <strong>for</strong>cleaning operations.3.6.1.3.2.2. Remove labels which are not required as permanentlabels.3.6.1.3.2.3. Clean transparent materials, including window/doorglass, to a polished condition, removing substancesthat are noticeable as vision-obscuring materials.Replace broken glass and damaged transparentmaterials.3.6.1.3.2.4. Clean exposed exterior and interior hard-surfaced


TECHNICAL PROVISIONS PAGE 28finishes, to a dirt-free condition, free <strong>of</strong> dust, stains,films and similar noticeable distracting substances.Restore reflective surfaces to original reflectivecondition.3.6.1.3.2.5. Remove debris and surface dust from limited-accessspaces including ro<strong>of</strong>s, plenums, shafts, and similarspaces.3.6.1.3.2.6. Clean light fixtures and lamps so as to function withfull efficiency.3.6.1.3.2.7. Clean project site <strong>of</strong> litter and <strong>for</strong>eign substances.Sweep areas to a broom-clean condition; removestains, petrochemical spills and other <strong>for</strong>eigndeposits.3.6.1.3.2.8. Comply with safety standards and governingregulations <strong>for</strong> cleaning operations. Do not burnwaste materials at site or bury debris or excessmaterials on BSO's property, or discharge volatileor other harmful or dangerous materials intodrainage systems; remove waste materials from siteand dispose <strong>of</strong> in a lawful manner.3.6.1.3.3. Upon receipt <strong>of</strong> Contractor’s <strong>request</strong> notice that work has beencompleted, including punch-list items resulting from earlierinspections, and except <strong>for</strong> incomplete items delayed because <strong>of</strong>acceptable circumstances, Project Manager will re-inspect work.Upon completion <strong>of</strong> re-inspection, Project Manager will eitherprepare certificate <strong>of</strong> final acceptance or advise Contractor <strong>of</strong> worknot completed or obligations not fulfilled as required <strong>for</strong> finalacceptance. If necessary, procedure will be repeated.3.6.1.4. RECORD DOCUMENT SUBMITTALS3.6.1.4.1. Specific requirements <strong>for</strong> record documents are indicated inindividual sections <strong>of</strong> these specifications and in the Agreement.Contractor shall not use record documents <strong>for</strong> constructionpurposes. Record documents shall be protected from deteriorationand loss in a secure, fire-resistive location. BSO’s ProjectManager shall have access to record documents <strong>for</strong> reference


TECHNICAL PROVISIONS PAGE 29during normal working hours and such documents shall bepresented to BSO at Project Closeout.3.6.1.4.2. Record Drawings: During the entire construction operation, theContractor shall maintain records <strong>of</strong> all deviations from theDrawings and Specifications and shall utilize such records toprepare "record" drawings showing correctly and accurately thework as it was actually constructed. These drawings shall con<strong>for</strong>mto recognized standards <strong>of</strong> drafting and shall be neat and legible.Final acceptance <strong>of</strong> the project will be withheld until delivery <strong>of</strong>the set <strong>of</strong> Record Drawings is made to BSO. These drawings shallbe kept current throughout the project.3.6.1.4.3. Contractor shall maintain a set <strong>of</strong> shop drawings in clean,undamaged condition, with mark-up <strong>of</strong> actual installations thatvary substantially from the work as originally shown. Markwhichever drawing is most capable <strong>of</strong> showing "field" conditionfully and accurately; however, where shop drawings are used <strong>for</strong>mark-up; record a cross-reference at corresponding location onworking drawings. Use marked-up drawings to produce FinalConstruction Plans Set.3.6.1.4.4. Colored erasable pencil shall be used <strong>for</strong> marking drawings and,where feasible, colors shall be used to distinguish betweenvariations in separate categories <strong>of</strong> work. Contractor shall mark upnew in<strong>for</strong>mation that is recognized to be <strong>of</strong> importance to BSO, butwas <strong>for</strong> some reason not shown on original shop drawings, givingparticular attention to concealed work, which would be difficult tomeasure and record at a later date.3.6.1.4.5. Contractor shall note related Change Order numbers whereapplicable. Organize record drawing sheets into manageable sets,bind with durable paper cover sheets, and print suitable titles, datesand other identification on cover <strong>of</strong> each set.3.6.1.4.6. Record Specifications: Contractor shall maintain one copy <strong>of</strong>Technical Specifications, including addenda, change orders andsimilar modifications issued in printed <strong>for</strong>m during construction,and mark-up variations (<strong>of</strong> substance) in actual work incomparison with text <strong>of</strong> specifications and modifications as issued.Give particular attention to substitutions, selection <strong>of</strong> options, andsimilar in<strong>for</strong>mation on work where it is concealed or cannot


TECHNICAL PROVISIONS PAGE 303.6.1.5. Maintenance Manuals:otherwise be readily discerned at a later date by direct observation.Note related record drawing in<strong>for</strong>mation and product data, whereapplicable. Incorporate mark-ups and revisions into a finalTechnical Specifications set and submit to BSO Project Manager<strong>for</strong> BSO's records.3.6.1.5.1. Organize maintenance and operating manual in<strong>for</strong>mation intosuitable sets <strong>of</strong> manageable size, and bind into individual bindersproperly identified and indexed (thumb-tabbed). Includeemergency instructions, spare parts listings, warranties, wiringdiagrams, recommended turn-around cycles, inspectionprocedures, shop drawings, product data and similar applicablein<strong>for</strong>mation. Bind each manual <strong>of</strong> each set in a heavy-duty, 3-ringvinyl-covered binder, and include pocket folders <strong>for</strong> folded sheetin<strong>for</strong>mation. Mark identification on both front and spine <strong>of</strong> eachbinder.3.6.1.5.2. Arrange <strong>for</strong> each installer <strong>of</strong> work requiring continuingmaintenance or operation to meet with BSO personnel at theproject site, to provide basic instructions needed <strong>for</strong> properoperation and maintenance <strong>of</strong> entire work. Include instruction bymanufacturer’s representatives where installers are not expert inthe required procedures. Review maintenance manuals, recorddocumentation, tools, spare parts and materials, lubricants, fuels,identification system, control sequences, hazards, cleaning andsimilar procedures and facilities. For operational equipment,demonstrate start-up, shutdown, emergency operations, noise andvibration adjustments, safety, economy/efficiency adjustments, andsimilar operations. Review maintenance and operations in relationwith applicable warranties, agreements to maintain, bonds, andsimilar continuing commitments.END OF SECTION 3.6


TECHNICAL PROVISIONS PAGE 31SECTION 3.7WARRANTIES AND BONDSPART I - GENERAL3.7.1. SUMMARY3.7.1.1. This Section specifies general administrative and procedural requirements <strong>for</strong>warranties and bonds required by the Agreement, including manufacturer’sstandard warranties on products and special warranties.3.7.1.2. Refer to the Agreement <strong>for</strong> terms <strong>of</strong> the Contractor’s special warranty <strong>of</strong>workmanship and materials.3.7.1.3. General closeout requirements are included in Section 3.6, Project Closeout.3.7.1.4. Disclaimers and Limitations: Manufacturer’s disclaimers and limitations onproduct warranties do not relieve the Contractor or the warranty on the workthat incorporates the products, nor does it relieve suppliers, manufacturers,and subcontractors required to countersign special warranties with theContractor.3.7.1.5. DEFINITIONS3.7.1.5.1. Standard Product Warranties are preprinted written warrantiespublished by individual manufacturers <strong>for</strong> particular products andare specifically endorsed by the manufacturer to BSO.3.7.1.5.2. Special Warranties are written warranties required or incorporatedin the Contract Documents, either to extend time limits providedby standard warranties or to provide greater rights <strong>for</strong> BSO.3.7.1.6. WARRANTY REQUIREMENTS3.7.1.6.1. Related Damages and Losses: When correcting warranted workthat has failed, remove and replace other work that has beendamaged as a result <strong>of</strong> such failure or that must be removed andreplaced to provide access <strong>for</strong> correction <strong>of</strong> warranted work.3.7.1.6.2. Reinstatement <strong>of</strong> Warranty: When work covered by a warranty


TECHNICAL PROVISIONS PAGE 32has failed and been corrected by replacement or rebuilding,reinstate the warranty be written endorsement. The reinstatedwarranty shall be equal to the original warranty.3.7.1.6.3. Replacement Cost: Upon determination that work covered by awarranty has failed, replace or rebuild the work to an acceptablecondition complying with requirements <strong>of</strong> the ContractDocuments. Contractor is responsible <strong>for</strong> the cost <strong>of</strong> replacing orrebuilding defective work regardless <strong>of</strong> whether BSO has benefitedfrom use <strong>of</strong> the work through a portion <strong>of</strong> its anticipated usefulservice life.3.7.1.6.4. BSO’s Recourse: Written warranties made to BSO are in additionto implied warranties and shall not limit the duties, obligations,rights and remedies otherwise available under the law, nor shallwarranty periods be interpreted as limitations on time in whichBSO can en<strong>for</strong>ce such other duties, obligations, rights or remedies.3.7.1.6.5. Rejection <strong>of</strong> Warranties: BSO reserves the right to rejectwarranties and to limit selections to products with warranties thatdo not conflict with the Contract Documents.3.7.1.6.6. BSO reserves the right to refuse to accept work <strong>for</strong> the Projectwhere a special warranty, certification, or similar commitment isrequired on such work or part <strong>of</strong> the work, until evidence ispresented that entities required to countersign such commitmentshave done so.3.7.1.7. SUBMITTALS3.7.1.7.1. Submit written warranties to BSO prior to the date certified <strong>for</strong>Beneficial Occupancy. If BSO’s Certification <strong>of</strong> BeneficialOccupancy designates a commencement date <strong>for</strong> warranties otherthan the date <strong>of</strong> Beneficial Occupancy <strong>for</strong> the work or a designatedportion <strong>of</strong> the work, submit written warranties upon <strong>request</strong> <strong>of</strong>BSO.3.7.1.7.2. When a designated portion <strong>of</strong> the work is completed and occupiedor used by BSO by separate agreement with the Contractor duringthe construction period, submit properly executed warranties toBSO within fifteen days <strong>of</strong> completion <strong>of</strong> that designated portion<strong>of</strong> the work.


TECHNICAL PROVISIONS PAGE 333.7.1.7.3. When a special warranty is required to be executed by theContractor, or the Contractor together with a subcontractor,supplier or manufacturer, prepare a written document that containsappropriate terms and identification, ready <strong>for</strong> execution by therequired parties. Submit a draft to BSO <strong>for</strong> approval prior to finalexecution.3.7.1.7.4. Form <strong>of</strong> Submittal: At Final Completion, compile two copies <strong>of</strong>each required warranty and bond properly executed by theContractor, or by the Contractor and subcontractor, supplier, ormanufacturer. Organize the warranty documents into an orderlysequence based on the table <strong>of</strong> contents <strong>of</strong> Project manuals.3.7.1.7.5. Bind warranties and bonds in heavy-duty, commercial quality,durable 3-ring vinyl covered loose-leaf binders, thickness asnecessary to accommodate contents, and sized to receive 8 1/2" by11" paper.3.7.1.7.6. Provide heavy paper dividers with celluloid covered tabs <strong>for</strong> eachseparate warranty. Mark the tab to identify the product orinstallation. Provide a typed description <strong>of</strong> the product orinstallation, including the name <strong>of</strong> the product, and the name,address and telephone number <strong>of</strong> the installer.3.7.1.7.7. Identify each binder on the front and the spine with the typed orprinted title WARRANTIES AND BONDS, the Project title orname, and the name <strong>of</strong> the Contractor.3.7.1.7.8. When operating and maintenance manuals are required <strong>for</strong>warranted construction, provide additional copies <strong>of</strong> each requiredwarranty, as necessary, <strong>for</strong> inclusion in each required manual.END OF SECTION 3.7


SCOPE OF SERVICES/REQUIREMENTSATTACHMENT “A”Page 1A <strong>request</strong> <strong>for</strong> Letter <strong>of</strong> Interest is being issued <strong>for</strong> the purpose <strong>of</strong> selecting a qualified firm toprovide a Sewerage Grinding System <strong>for</strong> the <strong>Broward</strong> Sheriff’s <strong>Office</strong>.SECTION I: SCOPE OF SERVICES:1.1 The <strong>Broward</strong> Sheriff’s <strong>Office</strong> has determined that a sewerage grinding system isnecessary to facilitate the free flow <strong>of</strong> effluent from the BSO Kitchen-WarehouseFacility into the existing lift station. To accomplish this task, the contractor shallfurnish plans and specifications, labor, material and equipment necessary to install asewerage grinding system able to pulverize all waste products discharging from theKitchen Warehouse Building. The requirements <strong>of</strong> the grinding system include agrinder that is removable to allow the unclogging <strong>of</strong> grease or other sediment thatmay get trapped in the grinder or the line preceding the grinder. The grinder is to belocated in a manhole so as to permit access and cleaning whenever necessary.Contractor shall employ the services <strong>of</strong> a Pr<strong>of</strong>essional Florida Registered Engineerto evaluate the existing waste water infrastructure, evaluate the type and amount <strong>of</strong>discharge particulates and design a system that will pulverize all discharged productsto a size acceptable to the City <strong>of</strong> Pompano Beach Public Works Department. TheEngineer shall evaluate the site <strong>for</strong> the best and most cost effective location <strong>of</strong> thegrinder basin; take into account the existing gravity flow system <strong>of</strong> effluent; bestlocation <strong>for</strong> the availability <strong>of</strong> electrical service; best location <strong>for</strong> control panel;monitoring <strong>of</strong> system from the Kitchen Facility Control Center; consider costs <strong>of</strong>excavation, backfilling landscaping and irrigation repairs made necessary <strong>for</strong> conduit,piping and basin installation; and the protection <strong>of</strong> or relocation <strong>of</strong> existing utilities.The Engineer shall provide drawings, specifications and other documents necessary<strong>for</strong> obtaining all permits and/or applications required by Authorities havingjurisdiction. Engineer shall provide onsite inspection <strong>of</strong> construction to verifycompliance with drawings and specifications. Engineer shall coordinate thespecifications <strong>of</strong> major items <strong>of</strong> equipment with the supervisor <strong>of</strong> the <strong>Broward</strong> Sheriff<strong>Office</strong> Maintenance Division, as availability <strong>of</strong> spare parts and service are majorfactors in equipment selection. Engineer shall provide “As-built” drawings detailingall pertinent construction changes and updated partial survey detailing all “As Built”piping layouts; piping elevations; and the basin location and elevations. Engineershall assist Contractor in preparing closeout documents, including but not limited tothree (3) 3 ring binder copies <strong>of</strong> all drawings, shop drawings, permits, applications,warranties and guarantees. Provide index to each section complete with tabs <strong>for</strong> eachfile folder. Contractor shall furnish all documents on cd-rom disc. Drawings shall bein Autodesk AutoCAD .dwg <strong>for</strong>mat with all fonts and plot style tables; xref’s shall bebound to the drawings. All other documents shall be scanned in .pdf <strong>for</strong>mat andorganized in folders similar to the 3 ring binders.


ATTACHMENT “A” Page 2Contractor shall furnish all labor, materials and equipment necessary to install asewerage grinding system as designed by the Pr<strong>of</strong>essional Engineer. Contractor shallcoordinate all work schedules with the <strong>Broward</strong> Sheriff’s <strong>Office</strong> Project Manager orhis designee. The road between the Kitchen Warehouse and the Rein Facility may beclosed only during working hours. All other roads must remain accessible at alltimes, unless BSO is notified 24 hours prior to the closing. The contractor shallremove debris from the site on a daily basis; wind borne debris will not be tolerated.Contractor shall coordinate with the <strong>Broward</strong> Sheriff <strong>Office</strong> <strong>for</strong> locations <strong>of</strong> storageareas <strong>for</strong> materials and equipment. At completion <strong>of</strong> work, contractor shall refurbishall damaged landscape materials, irrigation systems, roadways, sidewalks, curbs andgutters to like new condition..1.2 Provide remote Alarm Notification System to the Control Center <strong>of</strong> the KitchenFacility, in location as selected by BSO. Provide blinking light alarm notificationlamp mounted on the top <strong>of</strong> the sewer grinder control panel. Provide lock on controlpanel.1.3 Demolition: Contractor shall be responsible <strong>for</strong> removing and disposing <strong>of</strong> alldemolished materials.1.4 General Notes: Proposal shall include all excavation <strong>for</strong> trenches, patching <strong>of</strong> asphaltpavement, repair <strong>of</strong> irrigation piping, replacement and installation <strong>of</strong> new sod, cleanup and removal <strong>of</strong> all debris. Vendor shall be responsible <strong>for</strong> providing electricalpower to all devices requiring electricity.1.5 Warranty: System shall have minimum one year warranty from the contractor andstandard manufacturer’s warranties/guarantees <strong>for</strong> all equipment. Provide separatequotation <strong>for</strong> one (1), two (2) year labor and material maintenance agreement withthree (3), one (1) year renewal periods. Maintenance agreement shall specifymaximum <strong>of</strong> 24 hour response time to each event.SECTION II: CREDENTIAL/CRITERIA REQUIREMENTS:2.1 Eligibility: To be eligible to qualify as a proposer, the following minimum requirementsmust be met.2.1.1 The firm must be established as a legal entity and authorized to do business in theState <strong>of</strong> Florida.2.1.2 The firm must be licensed and/or registered in the State <strong>of</strong> Florida in all requireddisciplines.


ATTACHMENT “A” Page 32.1.3 The firm should clearly indicate its available expertise at the local <strong>of</strong>fice level. Inaddition, local <strong>of</strong>fice staffing should be sufficient to respond on relatively short noticeto <strong>request</strong>s <strong>for</strong> additional services during the course <strong>of</strong> the contract, if required.2.1.4 Consultant shall possess knowledge and ability to evaluate existing equipment andinfrastructure.2.2 References: Three (3) references clearly indicating experience based on the scope andrequirements <strong>of</strong> this RLI should be included with the proposal. References should demonstratecredential/criteria requirements listed.SECTION III: STEP TWO OF THE RLI PROCESS3.1. Cost Proposal: In addition to evaluation <strong>of</strong> your responses to the above, BSO desires toreceive a proposal <strong>for</strong> compensation. This cost proposal shall include a total fixed dollaramount <strong>for</strong> all materials, labor and services required to complete this project, as outlinedin the RLI document.NOTE: COST PROPOSAL SHALL BE PROVIDED IN A SEPARATE SEALEDENVELOPE CLEARLY IDENTIFIED AS “COST PROPOSAL” AND AFFIXED TOTHE ORIGINAL RLI DOCUMENT.* * * END OF ATTACHMENT “A” * * *


ATTACHMENT “B”CERTIFICATE OF INSURANCEREQUIREMENTS FOR RLI # 849012Insurance: (The Proposer is referred to as “Contractor” throughout this Attachment).PLEASE NOTE: Additional Insurance Requirements may be required by BSO’s RiskManagement and if so will be incorporated into the terms and conditions <strong>of</strong> the subsequentagreement with the successful proposer. Failure to submit the required insurance in themanner prescribed with the executed agreement or if not submitted with the agreement,within three (3) calendar days <strong>of</strong> <strong>request</strong> by BSO may result in your firm being declared indefault, and the contract will be rescinded. Under such circumstances, the proposer maybe prohibited from submitting future proposals/bids or other solicitations to BSO <strong>for</strong> aperiod <strong>of</strong> three (3) years. During contract period, failure to keep said insurance in full<strong>for</strong>ce and effect shall be grounds <strong>for</strong> immediate termination.1. Throughout the term <strong>of</strong> this Agreement and <strong>for</strong> all applicable statutes <strong>of</strong> limitationsperiods, Contractor shall maintain in full <strong>for</strong>ce and effect the insurance coverages set<strong>for</strong>th in this Article.2. All insurance policies shall be issued by companies that (a) are authorized to do businessin the State <strong>of</strong> Florida, (b) have agents upon whom service <strong>of</strong> process may be made in<strong>Broward</strong> County, Florida, and (c) have a Best’s rating <strong>of</strong> A-VI or better.3. All insurance policies shall name and endorse the following as additional insureds: the<strong>Broward</strong> County Sheriff’s <strong>Office</strong>, BSO, the Sheriff, <strong>Broward</strong> County, the Board <strong>of</strong>Commissioners <strong>of</strong> <strong>Broward</strong> County and their <strong>of</strong>ficers, agents, employees and commissionmembers with a CG026 Additional Insured – Designated Person or Organizationendorsement, or similar endorsement to the liability policies.4. All insurance policies shall be on an occurrence/aggregate basis and shall be endorsed toprovide that (a) Contractor’s insurance is primary to any other insurance available to theadditional insureds with respect to claims covered under the policy and (b) Contractor’sinsurance applies separately to each insured against whom claims are made or suit isbrought and that the inclusion <strong>of</strong> more than one insured shall not operate to increase theinsurer’s limit <strong>of</strong> liability.a. Contractor shall carry the following minimum types <strong>of</strong> insurance and submitinsurance in<strong>for</strong>mation with the proposal including aggregate limits:1. Workers’ Compensation. Contractor shall carry Worker’s Compensationinsurance with the statutory limits, which shall include Employers’Liability insurance with a limit <strong>of</strong> not less than $1,000,000.00 <strong>for</strong> eachaccident, $1,000,000.00 <strong>for</strong> each disease, and $1,000,000.00 <strong>for</strong> aggregatedisease. Policy(ies) must be endorsed with waiver <strong>of</strong> subrogation againstBSO and <strong>Broward</strong> County.


ATTACHMENT “B”, Insurance Requirements, Page 22. Commercial General Liability Insurance. Contractor shall carryCommercial General Liability Insurance with limits <strong>of</strong> not less than TwoMillion ($2,000,000.00) dollars per occurrence combined single limit <strong>for</strong>Bodily Injury and Property Damage. The insurance policy must includecoverage that is not more restrictive than the latest edition <strong>of</strong> theCommercial General Liability Policy, without restrictive endorsements, asfiled by the Insurance Services <strong>Office</strong>s, and the policy must includecoverages <strong>for</strong> premises and/or operations, independent contractors,products and/or completed operations <strong>for</strong> contracts, contractual liability,broad <strong>for</strong>m contractual coverage, broad <strong>for</strong>m property damage, products,completed operations, personal injury and cross liability. Personal injurycoverage shall include coverage that has the Employee and ContractualExclusions removed.3. Pr<strong>of</strong>essional Liability (Errors and Omissions) Insurance. Contractor shallcarry Pr<strong>of</strong>essional Liability coverage <strong>for</strong> it and its employees that has a peroccurrence limit <strong>of</strong> not less than Two Million dollars ($2,000,000.00). Ifthe Contractor has coverage in greater amounts or if the nature <strong>of</strong> theagreement requires additional insurance, then the limits will be increased.4. Business Automobile Liability Insurance. Contractor shall carry BusinessAutomobile Liability insurance with minimum limits <strong>of</strong> One Million($1,000,000) Dollars per occurrence, combined single limit Bodily InjuryLiability and Property Damage. The policy must be no more restrictivethan the latest edition <strong>of</strong> the Business Automobile Liability policy withoutrestrictive endorsements, as filed by the Insurance Services <strong>Office</strong>, andmust include owned vehicles and hired and non-owned vehicles.5. Builder’s Risk. All Risk Builder’s Risk Insurance with minimum limits <strong>of</strong>Three Million Dollars ($3,000,000.00) per occurrence covering allmaterials as stock or installed with a deductible <strong>of</strong> not more than FiveThousand Dollars ($5,000.00) per claim. Coverage must be af<strong>for</strong>ded on a<strong>for</strong>m no more restrictive than the latest edition <strong>of</strong> the All Risk BuildersRisk Policy, without restrictive endorsements, as filed by the InsuranceServices <strong>Office</strong>.6. Umbrella or Excess Liability Insurance. Contractor may satisfy theminimum liability limits required above under an Umbrella or ExcessLiability policy. There is no minimum Per Occurrence limit <strong>of</strong> liabilityunder the Umbrella or Excess Liability; however the Annual Aggregatelimit shall not be less than the highest “Each Occurrence” limit <strong>for</strong> any <strong>of</strong>the policies noted above. Contractor agrees to name and endorse the<strong>Broward</strong> County Sheriff’s <strong>Office</strong>, BSO, the Sheriff, <strong>Broward</strong> County, theBoard <strong>of</strong> Commissioners <strong>of</strong> <strong>Broward</strong> County and their <strong>of</strong>ficers, agents,employees and commission members as additional insureds.


ATTACHMENT “B”, Insurance Requirements, Page 35. Contractor shall provide Sheriff’s Director <strong>of</strong> Risk Management and Sheriff’sContract Manager with a copy <strong>of</strong> the Certificate <strong>of</strong> Insurance and endorsementsevidencing the types <strong>of</strong> insurance and coverages required by this Article prior toaward <strong>of</strong> the contract, and, at any time thereafter, upon <strong>request</strong> by the Sheriff.6. Contractor’s insurance policies shall be endorsed to provide Sheriff with at leastsixty (60) days prior written notice <strong>of</strong> cancellation, non-renewal, restrictions, orreduction in coverages or limits. Notice shall be sent to:<strong>Broward</strong> Sheriff’s <strong>Office</strong>Attn.: Contract Manager2601 West <strong>Broward</strong> BoulevardFort Lauderdale, Florida 33312AND<strong>Broward</strong> Sheriff’s <strong>Office</strong>Attn: Director <strong>of</strong> Risk Management2601 West <strong>Broward</strong> BoulevardFort Lauderdale, Florida 333127. If Contractor’s insurance policy is a claims made policy, then Contractor shallmaintain such insurance coverage <strong>for</strong> a period <strong>of</strong> five years after the expiration ortermination <strong>of</strong> the Agreement or any extensions or renewals <strong>of</strong> the Agreement.Applicable coverages may be met by keeping the policies in <strong>for</strong>ce, or by obtainingan extension <strong>of</strong> coverage commonly known as a reporting endorsement or tailcoverage.8. If any <strong>of</strong> Contractor’s insurance policies includes a general aggregate limit andprovides that claims investigation or legal defense costs are included in thegeneral aggregate limit, the general aggregate limit that is required shall be nomore than five (5) times the occurrence limits specified above in this Article.9. The provisions <strong>of</strong> this Article shall survive the expiration or termination <strong>of</strong> thisAgreement.10. Payment. If any <strong>of</strong> the insurance policies required under this Article above lapseduring the term <strong>of</strong> this Agreement or any extension or renewal <strong>of</strong> the same,Contractor shall not receive payment from the Sheriff until such time that theSheriff has received satisfactory evidence <strong>of</strong> reinstated coverage <strong>of</strong> the types andcoverages specified in this Article that is effective as <strong>of</strong> the lapse date. TheSheriff, in his sole discretion, may terminate the Agreement immediately and n<strong>of</strong>urther payments shall be due to Contractor.* * * E N D O F A T T A C H M E N T "B" * * *


ATTACHMENT “C”CONFIDENTIALITY AGREEMENTWHEREAS, Al Lamberti, Sheriff <strong>of</strong> <strong>Broward</strong> County ("SHERIFF") has entered into an Agreement with________________________________, an independent contractor, ("CONTRACTOR")(Company Name)wherein CONTRACTOR will be per<strong>for</strong>ming certain work and services <strong>for</strong> SHERIFF, more specifically described inthe solicitation document.WHEREAS, CONTRACTOR has assigned ____________________________ to per<strong>for</strong>m such work onbehalf <strong>of</strong> CONTRACTOR;(Individual’s Name)WHEREAS, when per<strong>for</strong>ming such work and providing such services _________________________(Individual’s Name)may become aware <strong>of</strong> confidential in<strong>for</strong>mation related to the business <strong>of</strong> the SHERIFF including, but not limited to,undercover vehicle in<strong>for</strong>mation, criminal intelligence in<strong>for</strong>mation, and criminal investigative in<strong>for</strong>mation, andNOW THEREFORE, in consideration <strong>of</strong> SHERIFF's using CONTRACTOR to per<strong>for</strong>m services and <strong>for</strong>other good and valuable consideration _____________________________ agrees as follows:(Individual’s Name)I. Acknowledgment <strong>of</strong> Confidentiality. ______________________________ hereby acknowledges that(Individual’s Name)( he / she ) may be exposed to confidential in<strong>for</strong>mation including, without limitation, criminal(Circle one <strong>of</strong> the above)intelligence in<strong>for</strong>mation,criminal investigative in<strong>for</strong>mation, blueprints, designs and plans (whether in hard copy or electronic <strong>for</strong>mat) andother in<strong>for</strong>mation that is confidential or exempt from disclosure pursuant to federal, state or local laws, rules, codes,or regulations and other in<strong>for</strong>mation designated as confidential ("Confidential In<strong>for</strong>mation"). ConfidentialIn<strong>for</strong>mation does not include (i) in<strong>for</strong>mation already known or independently developed by___________________________ and/or ____________________________;(Individual’s Name)(Company Name)(ii) in<strong>for</strong>mation in the public domain through no wrongful act <strong>of</strong> _____________________________and/or(Company Name)__________________________, or (iii) in<strong>for</strong>mation received by ____________________________ and/or(Individual’s Name)(Company Name)______________________from a third party who was free to disclose it.(Individual’s Name)II. Covenant Not to Disclose. With respect to the Confidential In<strong>for</strong>mation, ________________________(Individual’s Name)hereby agrees that during the term <strong>of</strong> rendering services or per<strong>for</strong>ming work and at all times thereafter_________________________ shall not use, commercialize or disclose such Confidential In<strong>for</strong>mation to any(Individual’s Name)person or entity, except to such other parties as SHERIFF may approve in writing and under such conditions asSHERIFF may impose.IN WITNESS WHEREOF, ____________________ executes this Confidentiality Agreement on the date set <strong>for</strong>thbelow.(Individual’s Name)(CONTRACTOR) EMPLOYEE/SUBCONTRACTOREmployee Signature (Individual’s Name)DateWitnessDate*** END OF ATTACHMENT “C” ***


ATTACHMENT “D”DRUG FREE WORKPLACE CERTIFICATION BY VENDORThe 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 <strong>of</strong> a controlled substance is prohibited in thevendor's workplace, and specifying the actions that will be taken against employees <strong>for</strong>violations <strong>of</strong> such prohibition;(2) Establishing a continuing drug-free awareness program to in<strong>for</strong>m its employees about:(i)(ii)(iii)(iv)The dangers <strong>of</strong> drug abuse in the workplace;The vendor's policy <strong>of</strong> maintaining a drug-free workplace;Any available drug counseling, rehabilitation, and employee assistance programs;andThe penalties that may be imposed upon employees <strong>for</strong> drug abuse violationsoccurring in the workplace;(3) Giving all employees engaged in per<strong>for</strong>mance <strong>of</strong> the contract a copy <strong>of</strong> the statementrequired by subparagraph (1);(4) Notifying all employees, in writing, <strong>of</strong> the statement required by subparagraph (1), that asa condition <strong>of</strong> employment on a covered contract, the employee shall:(i)(ii)Abide by the terms <strong>of</strong> the statement; andNotify the employer in writing <strong>of</strong> the employee's conviction under a criminal drugstatute <strong>for</strong> a violation occurring in the workplace no later than 5 calendar daysafter such conviction;(5) Notifying <strong>Broward</strong> <strong>Sheriff's</strong> <strong>Office</strong> in writing within 10 calendar days after receivingnotice under subdivision (4) (ii) above, from an employee or otherwise receiving actualnotice <strong>of</strong> such conviction. The notice shall include name and the position title <strong>of</strong> theemployee;(6) Within 30 calendar days after receiving notice under subparagraph (4) <strong>of</strong> a conviction,taking one or more <strong>of</strong> the following actions with respect to an employee who is convicted<strong>of</strong> a drug abuse violation occurring in the workplace:


ATTACHMENT “D”, DRUG FREE WORKPLACE CERTIFICATE, Page 2(i)(ii)Taking appropriate personnel action against such employee, up to and includingtermination; and/orRequiring such employee to satisfactorily participate in and complete a drugabuse assistance or rehabilitation program approved <strong>for</strong> such purposes by afederal, state, or local health, law en<strong>for</strong>cement, or other appropriate agency; and(7) Making a good faith ef<strong>for</strong>t to maintain a drug-free workplace program throughimplementation <strong>of</strong> subparagraphs (1) through (6)._______________________________(Vendor Signature)______________________________(Print Name)________________________________(Company Name)________________________________(Address)State <strong>of</strong> ________________________County <strong>of</strong> _______________________The <strong>for</strong>egoing instrument was acknowledged be<strong>for</strong>e me this __________day <strong>of</strong> __________, _______, by _______________________________________as _________________________________________________________(title)<strong>of</strong> _________________________________ known to me to be the persondescribed herein, or who produced ___________________ asidentification, and who did/did not take an oath.NOTARY PUBLIC:_____________________________(Signature)_____________________________(Print Name)My commission expires: __________________________


ATTACHMENT “E”Sewerage Grinding SystemRLI # 849012SECTION ONE:1.1 PROPOSER ACKNOWLEDGEMENT:Proposer by signing below confirms that he/she has read and understands and will complywith the terms, conditions and specifications/scope <strong>of</strong> this Request <strong>for</strong> Letter <strong>of</strong> Interestand any addenda, if issued.____________________________________Legal Company Name____________________________________Company Street Address____________________________________City, State, Zip Code____________________________________Telephone Number______________________________Signature <strong>of</strong> <strong>Office</strong>r <strong>of</strong> CompanySubmitting Proposal______________________________Typed Name <strong>of</strong> <strong>Office</strong>r <strong>of</strong> CompanySubmitting Proposal______________________________E-Mail Address______________________________Federal ID Number____________________________________FAX Number1.2 ADDENDA:Proposer to indicate Addenda below (if issued):Addenda #1.3 CONFLICT OF INTERESTFor purposes <strong>of</strong> determining any possible conflict <strong>of</strong> <strong>interest</strong>, all Proposers must disclose if anyBSO employee or his family is also an owner, corporate <strong>of</strong>ficer, or employee <strong>of</strong> their business.Indicate either "yes" (A BSO employee is also associated with your business), or "no". If yes,give person(s) name(s) and position(s) with your business.YesName(s) and Position(s)No ___


RLI # 849012, ATTACHMENT “E” Page 2SECTION ONE (CONT)1.4 COMPANY PROFILE:Legal Name <strong>of</strong> Company ________________________________________________________Contact Person: ____________________________ Contact Phone # (_____)_______________Title <strong>of</strong> Contact Person: ______________________ Contact Cellular # (_____)______________Contact E-Mail: ____________________________ Contact Fax # (_____)_________________1.5 INSURANCE: Certificate <strong>of</strong> Insurance or other documentation including aggregatelimits should be included with the proposal. (See Attachment “B”). If current insurance doesnot meet the standards, please explain.____________________________________________________________________________________________________________________________________________________________1.6 LITIGATION/JUDGEMENTS/SETTLEMENTS/DEBARMENTS/SUSPENSIONS:Submit in<strong>for</strong>mation on any pending litigation and any judgments and settlements <strong>of</strong> court casesrelative to providing the work as outlined in this RLI that have occurred within the last threeyears. Also indicate if your firm has been debarred or suspended from doing business with anygovernment agency and/or pr<strong>of</strong>essional board.____________________________________________________________________________________________________________________________________________________________1.7 COMMUNITY BETTERMENT PROGRAM:____________________________________________________________________________________________________________________________________________________________


RLI # 849012, ATTACHMENT “E” Page 3SECTION TWO: In order to maintain comparability and enhance the review process, it isrequired that proposals be organized in the manner below and that Proposers specifically addresseach <strong>of</strong> the areas that are outlined below:A. Personnel: Include names and titles <strong>of</strong> persons who will be assigned to work directly onthis project. Also include an organization chart or staffing table to show relationships.____________________________________________________________________________________________________________________________________B. Qualifications <strong>of</strong> Firm: Describe why your firm would be the best firm to develop a plan<strong>for</strong> BSO.____________________________________________________________________________________________________________________________________C. Pr<strong>of</strong>iciencies in the following fields: References should clearly demonstrate yourpr<strong>of</strong>iciencies in the following fields. List three examples <strong>of</strong> similar work.PROJECT NAMEAGENCY NAME$ Amt <strong>of</strong> ProjectAGENCY/CONTACTPERSON’S NAME/PHONE #DATECOMPLETEDSECTION THREE:Any other <strong>request</strong>ed in<strong>for</strong>mation not listed above.____________________________________________________________________________________________________________________________________________________________* * * END OF ATTACHMENT “E” * * *


ATTACHMENT “F”PROPOSAL PRICING FORMS(Submit in a separate sealed envelope affixed to the Original Proposal Binder)The undersigned Proposer does declare that no persons other than the Proposer herein named has any<strong>interest</strong> in this proposal or in the contract to be taken, and that it is made without any connection withany other person or persons making proposal <strong>for</strong> the same article, and is in all respects fair andwithout collusion or fraud.The undersigned further declares that the specifications have been carefully examined and theProposer is thoroughly familiar with its provisions. The undersigned certifies that any exceptions tothe proposal specifications are noted in the exceptions section. All specifications not noted thereonare as <strong>request</strong>ed. The undersigned also understands that any exceptions presented after the award,may be cause <strong>for</strong> cancellation <strong>of</strong> award.The undersigned understands that this Proposal must be signed in ink and that an unsigned Proposalwill be considered incomplete and subject to rejection by BSO.Subject to deviations stated below, the undersigned, by the signature evidenced, represents that theProposer accepts the terms, conditions, mandates, and other provisions <strong>of</strong> the <strong>for</strong>egoing Terms andConditions (Section One), the Submittal Format (Section Two), Technical Provisions (Section Three)and the Attachments to the RLI, Said documents being the strict basis upon which the said proposermakes this proposal.The undersigned further declares and proposes to furnish the s<strong>of</strong>tware and services called <strong>for</strong> withinthe specified time in this proposal, except as noted in the exception section <strong>for</strong> the following price, towit:________________________________________________________ ___________Legal Company Name Authorized Signature DateIN BSO’S SOLE DISCRETION, EXCEPTIONS TO PROPOSAL: NOTES – ANYREPRESENTATION (BELOW) OR EXCEPTION(S) MAY CAUSE THIS PROPOSAL TO BEREJECTED BY BSO.The following represents every deviation (clearly itemized by number with a written explanationincluding the scope <strong>of</strong> the exception, the ramifications <strong>of</strong> the exception <strong>for</strong> BSO, and the description<strong>of</strong> the advantage or disadvantage to BSO as a result <strong>of</strong> the exception) to the <strong>for</strong>egoing RLI documentand attachments upon which this Proposal is based, to wit:____________________________________________________________________________________________________________________________________________________Price Proposal is to include all the provisions <strong>of</strong> this RLI.Pricing is to be listed separately in a sealed envelope and affixed to your original proposalbinder.* * * END OF ATTACHMENT “F” * * *


ATTACHMENT “G”STATEMENT OF "NO BID" FORMCOMPANY NAME:AUTHORIZED SIGNATURE:RLI #849012 - Sewerage Grinding System <strong>for</strong> the <strong>Broward</strong> Sheriff’s <strong>Office</strong>WE HAVE ELECTED NOT TO SUBMIT A REQUEST FOR LETTER OF INTEREST DUETO THE FOLLOWING REASON(S):INSUFFICIENT TIME TO RESPOND.DO NOT OFFER THIS PRODUCT/SERVICE.UNABLE TO MEET SPECIFICATIONS.UNABLE TO MEET SERVICE REQUIREMENTS.WORKLOAD DOES NOT ALLOW US TO BID.SPECIFICATIONS UNCLEAR OR TOO RESTRICTIVE.OTHER (PLEASE SPECIFY):PLEASE RETURN TO:BROWARD SHERIFF'S OFFICEPURCHASING DIVISIONP.O. BOX 9507FORT LAUDERDALE, FL 33310

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!