Landscaping Management Services

expired opportunity(Expired)
From: Okaloosa(County)
ITB WS 20-21

Basic Details

started - 19 Jan, 2021 (about 3 years ago)

Start Date

19 Jan, 2021 (about 3 years ago)
due - 24 Feb, 2021 (about 3 years ago)

Due Date

24 Feb, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
ITB WS 20-21

Identifier

ITB WS 20-21
Okaloosa County

Customer / Agency

Okaloosa County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

INVITATION TO BID (ITB) & RESPONDENT’S ACKNOWLEDGEMENT ITB TITLE: ITB NUMBER: Landscaping Management Services ITB WS 20-21 ISSUE DATE: January 19, 2021 LAST DAY FOR QUESTIONS: February 1, 2021 3:00 P.M. cst ITB OPENING DATE & TIME: February 10, 2021 3:00 P.M. cst NOTE: BIDS RECEIVED AFTER THE BID OPENING DATE & TIME WILL NOT BE CONSIDERED. Okaloosa County, Florida solicits your company to submit a bid on the above referenced goods or services. All terms, specifications and conditions set forth in this ITB are incorporated into your response. A bid will not be accepted unless all conditions have been met. All bids must have an authorized signature in the space provided below. All envelopes containing sealed bids must reference the “ITB Title”, “ITB Number” and the “ITB Opening Date & Time”. Okaloosa County is not responsible for lost or late delivery of bids by the U.S. Postal Service or other delivery services used by the respondent. Neither faxed nor electronically
submitted bids will be accepted. Bids may not be withdrawn for a period of sixty (60) days after the bid opening unless otherwise specified. RESPONDENT ACKNOWLEDGEMENT FORM BELOW MUST BE COMPLETED, SIGNED, AND RETURNED AS PART OF YOUR BID. BIDS WILL NOT BE ACCEPTED WITHOUT THIS FORM, SIGNED BY AN AUTHORIZED AGENT OF THE RESPONDENT. COMPANY NAME MAILING ADDRESS CITY, STATE, ZIP FEDERAL EMPLOYER’S IDENTIFICATION NUMBER (FEIN): TELEPHONE NUMBER: EXT: FAX: EMAIL: I CERTIFY THAT THIS BID IS MADE WITHOUT PRIOR UNDERSTANDING, AGREEMENT, OR CONNECTION WITH ANY OTHER RESPONDENT SUBMITTING A BID FOR THE SAME MATERIALS, SUPPLIES, EQUIPMENT OR SERVICES, AND IS IN ALL RESPECTS FAIR AND WITHOUT COLLUSION OR FRAUD. I AGREE TO ABIDE BY ALL TERMS AND CONDITIONS OF THIS BID AND CERTIFY THAT I AM AUTHORIZED TO SIGN THIS BID FOR THE RESPONDENT. AUTHORIZED SIGNATURE: TYPED OR PRINTED NAME TITLE: DATE Rev: September 22, 2015 NOTICE TO RESPONDENTS ITB WS 20-21 Notice is hereby given that the Board of County Commissioners of Okaloosa County, FL, will accept sealed bids until 3:00 p.m. (CST) February 10, 2021, for the Landscape Management Services. Interested respondents desiring consideration shall provide one (1) original and two (2) copies (total of 3) of their Invitation to Bids (ITB) response with the respondent’s areas of expertise identified. Submissions shall be portrait orientation, unbound, and 8 ½” x 11” where practical. All originals must have original signatures in blue ink. Bid documents are available for download by accessing the following sites: http://www.myokaloosa.com/purchasing/hom https://www.bidnetdirect.com/florida https://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=2442519 At 3:00 p.m. CST February 10, 2021 all bids will be submitted will be opened and read aloud. All bids must be in sealed envelopes reflecting on the outside thereof the Respondent’s name and “Landscape Management Services”. The County will consider all bids properly submitted at its scheduled bid opening in the Okaloosa County Purchasing Department located at 5479A Old Bethel Rd., Crestview, FL 32536. If delivering on the bid opening day, delivery must be in person to 5479A Old Bethel Rd, Crestview, FL 32536. The County reserves the right to award the bid to the lowest responsive respondent and to waive any irregularity or technicality in bids received. Okaloosa County shall be the sole judge of the bid and the resulting Agreement that is in its best interest and its decision shall be final. Any Respondent failing to mark outside of the envelope as set forth herein may not be entitled to have their bid considered. All bids should be addressed as follows: Landscape Management Services ITB WS 20-21 Okaloosa County Purchasing Department 5479A Old Bethel Rd. Crestview FL 32536 Jeffrey Hyde Date Purchasing Manager OKALOOSA COUNTY BOARD OF COUNTY COMMISSIONERS CAROLYN N. KETCHEL, CHAIRMAN http://www.myokaloosa.com/purchasing/hom https://www.bidnetdirect.com/florida https://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=2442519 BID REQUIREMENTS ITB WS 20-21 LANDSCAPE MANAGEMENT SERVICES BID REQUIREMENTS The successful respondent shall perform its landscape management services upon the premises owned by the County and described below in table referenced as ‘Landscape Management Services Locations’. The turf and planting areas in and surrounding the premises shown in the Landscape Management Services Locations table are to be maintained under the following terms: Trees. Tree surgery, major tree pruning, spraying of trees for insects or disease and tree removal will be done at the expense of the County. Such work will not be undertaken without the approval of the County. Pruning of trees, except Palms, will only be done to a height reachable from the ground. Pruning shall also include cutting back of old growth vegetation. Trimming of small trees, hedges/bushes to be completed twice annually. Palms will be pruned once a year in the winter months to remove dead fronds. Landscape trees shall be fertilized two times per year with slow release fertilizer. The fertilization of pine trees and original site trees is excluded from this contract. If fertilization is required, it shall be on a negotiated basis. Special attention will be given to shrubs and trees that pose a potential for damage to siding, trim and rooflines due to proximity or overcrowding. Pruning shall provide safe clearance from the buildings and access to utility meters. This pruning and shaping activity shall include an evaluation of need for staking and buying of plants and trees to promote best possible growth habit. Irrigation Damage. Any damage done by Contractor’s maintenance operations will be repaired at no cost to the County. Major system repairs shall be done with County concurrence and approval. Storm Damage. The Contractor shall not be responsible for cleaning after or removing the debris or results of damage caused by major flooding and hurricanes or other “Acts of God” as part of this contract. Normal Litter. The Contractor shall pick up all bottles, cans, fallen Palm fronds and bits of paper and other debris from the premises on a weekly basis and will be responsible for meeting all applicable disposal requirements. Mowing. Turf will be mowed on a scheduled basis, with mowing intervals not exceeding thirty (30) calendar days unless otherwise specified in the schedule of activities. Clippings shall be either vacuumed or blown off walks, roadways and curbs. All turf is to be mowed at intervals as required by growth rate to maintain a manicured appearance. At no time shall weeds be allowed to mature to seed. Fences shall be kept clear of vines and other growth. Edging. The Contractor shall edge walks, patios and parking areas, etc., by mechanical means once per month during the growing season. Streets and roadways shall be mechanically edged quarterly to maintain a clean, neat appearance. All debris shall be swept, vacuumed or blown off walkways, curbs and other hard surfaces. Erosion Control. The Contractor shall take all measures necessary to control erosion caused by rainfall or other natural conditions and notify the County of such areas. Rubbish Disposal. Disposal of debris removed from the site, such as grass clippings, pruning clippings, trash, etc., will be done in the most economical way; costs of which are to be specifically included in this agreement. Contactor will dispose of all debris in accordance with Federal, State and County laws. Contractor is encouraged to shred clean debris, generated on site, for mulch to be utilized on site, to reduce disposal costs. Extra Services Extra Services shall be provided at an hourly rate. Hours for extra services shall be determined prior to work starting. Extra Services shall include such services such as laying sod, remedial landscape replacement of dead plants and the planting of annuals, etc. Mulch. The Contractor shall mulch areas as requested by the County each year with pine straw mulch or bark. This shall be performed once in the spring and once in the autumn unless noted otherwise on the schedule. If mulching is required by the County, fee shall be in accordance with “Extra Services”. Turf Over Seeding. The Contractor shall over seed all turf areas in October with perennial rye, at not less than four (4) pounds per 1,000 square feet to keep a neat green appearance throughout the year. Included is an application of fertilizer to maintain a good growing condition for the rye. Fee shall be in accordance with “Extra Services”. Invoice Requirements: Invoicing must include: 1) Name and address of Contractor 2) Invoice date 3) Invoice # 4) Contract # and location 5) Name and address of official to whom payment is to be sent 6) Federal Identification # LANDSCAPE MANAGEMENT SERVICES WATER & SEWER LOCATIONS NAME FREQUENCY WEST COUNTY AREA LIFT STATION 1 AUSTIN AVENUE JAN - DEC, 1/MONTH 2 BROOKWOOD JAN - DEC, 1/MONTH 3 CHATEAU JAN - DEC, 1/MONTH 4 CHATEAU 1 JAN - DEC, 1/MONTH 5 COMMERCE JAN - DEC, 1/MONTH 6 EMERALD POINT JAN - DEC, 1/MONTH 7 GRAHAM DRIVE JAN - DEC, 1/MONTH 8 GREEN DRIVE, EGLIN JAN - DEC, 1/MONTH 9 LAMAR WEST JAN - DEC, 1/MONTH 10 MARINERS COVE JAN - DEC, 1/MONTH 11 NEPTUNE DRIVE JAN - DEC, 1/MONTH 12 PARRISH POINT ROAD JAN - DEC, 1/MONTH 13 PARRISH BAY DRIVE JAN - DEC, 1/MONTH 14 PETITE CHATEAU JAN - DEC, 1/MONTH 15 QUAIL HOLLOW JAN - DEC, 1/MONTH 16 ROSEWOOD DRIVE JAN - DEC, 1/MONTH 17 SOUTH 98 E BAY OAKS JAN - DEC, 1/MONTH 18 SANDY POINT JAN - DEC, 1/MONTH 19 SEAVIEW JAN - DEC, 1/MONTH 20 TARPON DRIVE JAN - DEC, 1/MONTH 21 SEQUOIA JAN - DEC, 1/MONTH 22 TIMBERLAKE DRIVE JAN - DEC, 1/MONTH 23 EVERGREEN JAN - DEC, 1/MONTH 24 WYNNHAVEN ROAD JAN - DEC, 1/MONTH GARNIERS AREA LIFT STATIONS BEACH 25 BEACH JAN - DEC, 1/MONTH 26 CREDIT UNION JAN - DEC, 1/MONTH CLIFFORD 27 BEAL STREET JAN - DEC, 1/MONTH 28 CIRCLE DRIVE JAN - DEC, 1/MONTH 29 CLIFFORD JAN - DEC, 1/MONTH 30 CLOVERDALE JAN - DEC, 1/MONTH 31 CROSSWINDS LANDING JAN - DEC, 1/MONTH 32 DENTON JAN - DEC, 1/MONTH 33 ECHO CIRCLE JAN - DEC, 1/MONTH 34 EMERALD VILLAGE JAN - DEC, 1/MONTH 35 F M JAN - DEC, 1/MONTH 36 GAP CREEK JAN - DEC, 1/MONTH 37 GREEN ACRES #1 JAN - DEC, 1/MONTH 40 45 50 55 60 65 70 75 38 GREEN ACRES #2 JAN - DEC, 1/MONTH 39 HIGHGROVE COURT JAN - DEC, 1/MONTH JONQUIL JAN - DEC, 1/MONTH 41 LANDVIEW JAN - DEC, 1/MONTH 42 LOVEJOY JAN - DEC, 1/MONTH 43 NORTHRIDGE CREEK JAN - DEC, 1/MONTH 44 OAKMONTE JAN - DEC, 1/MONTH ODDFELLOW JAN - DEC, 1/MONTH 46 OVERBROOK JAN - DEC, 1/MONTH 47 PARKVIEW JAN - DEC, 1/MONTH 48 PINE ALLEY JAN - DEC, 1/MONTH 49 PINE MEADOWS JAN - DEC, 1/MONTH SUMMERHILLS JAN - DEC, 1/MONTH 51 TANGLEWOOD JAN - DEC, 1/MONTH 52 TIMBERLAND JAN - DEC, 1/MONTH 53 VICKIE LEIGH ROAD JAN - DEC, 1/MONTH 54 VIRGINIA JAN - DEC, 1/MONTH WEST SUNSET JAN - DEC, 1/MONTH 56 WILLOWBEND JAN - DEC, 1/MONTH 57 MAJESTIC OAKS JAN - DEC, 1/MONTH EGLIN 58 CARL BRANDT JAN - DEC, 1/MONTH 59 COLLEGE JAN - DEC, 1/MONTH EGLIN PARKWAY JAN - DEC, 1/MONTH 61 HILL CREST JAN - DEC, 1/MONTH 62 LAKE LORRAINE JAN - DEC, 1/MONTH 63 POQUITO JAN - DEC, 1/MONTH 64 SHALIMAR JAN - DEC, 1/MONTH SHERWOOD JAN - DEC, 1/MONTH 66 SNUG HARBOR JAN - DEC, 1/MONTH 67 WIMBLEDON WAY JAN - DEC, 1/MONTH HARRIS 68 EASTVIEW JAN - DEC, 1/MONTH 69 HARRELSON JAN - DEC, 1/MONTH HARRIS STREET JAN - DEC, 1/MONTH 71 MOONEY ROAD JAN - DEC, 1/MONTH 72 STAR DRIVE JAN - DEC, 1/MONTH 73 WHISPERWOOD JAN - DEC, 1/MONTH NEWCASTLE 74 MARLOWE JAN - DEC, 1/MONTH NEWCASTLE JAN - DEC, 1/MONTH MEIGS 76 COUNTRY CLUB JAN - DEC, 1/MONTH 77 DAVIS JAN - DEC, 1/MONTH 80 85 90 95 100 105 110 78 LAKE POINTE JAN - DEC, 1/MONTH 79 LINKS JAN - DEC, 1/MONTH MEIGS DRIVE JAN - DEC, 1/MONTH 81 SHALIMAR POINTE JAN - DEC, 1/MONTH POCAHONTAS 82 LARATTE CRESCENT JAN - DEC, 1/MONTH 83 POCAHONTAS JAN - DEC, 1/MONTH WOODHAM 84 DOVE ROAD#2 JAN - DEC, 1/MONTH MONAHAN JAN - DEC, 1/MONTH 86 WOODHAM JAN - DEC, 1/MONTH ISLAND AREA LIFT STATIONS 87 ISLAND 1 JAN - DEC, 1/MONTH 88 ISLAND 3 JAN - DEC, 1/MONTH 89 ISLAND 4 JAN - DEC, 1/MONTH MAIN ISLAND JAN - DEC, 1/MONTH EGLIN AIR FORCE BASE 90 EGLIN MAIN PUMP STATION JAN - DEC, 1/MONTH 91 7TH SPECIAL FORCES PUMP STATION JAN - DEC, 1/MONTH GARNIERS WATER WELLS 92 LONGWOOD JAN - DEC, 1/MONTH 93 NEWCASTLE JAN - DEC, 1/MONTH 94 GREEN STREET JAN - DEC, 1/MONTH SHALIMAR JAN - DEC, 1/MONTH 96 HAWKINS JAN - DEC, 1/MONTH 97 COURTHOUSE ANNEX JAN - DEC, 1/MONTH 98 GREEN ACRES JAN - DEC, 1/MONTH 99 NORTHGATE JAN - DEC, 1/MONTH LOWERY JAN - DEC, 1/MONTH 101 FORREST AVENUE JAN - DEC, 1/MONTH OKALOOSA ISLAND WELLS 102 ISLAND PUMP STATION JAN - DEC, 1/MONTH GARNIERS AREA TANKS 103 NORTH BEAL JAN - DEC, 1/MONTH 104 PAYGROUND JAN - DEC, 1/MONTH LONGWOOD JAN - DEC, 1/MONTH 106 SOUTH AVENUE JAN - DEC, 1/MONTH 107 2 MILLION GALLON GROUND STO JAN - DEC, 1/MONTH 108 NORTHGATE JAN - DEC, 1/MONTH 109 ANNEX JAN - DEC, 1/MONTH SEASHORE VILLAGE SKYLARK DRIVE JAN - DEC, 1/MONTH 111 WOODLAND AVENUE JAN - DEC, 1/MONTH 112 PASCHEL STREET #3 JAN - DEC, 1/MONTH 113 SEASHORE #4 JAN - DEC, 1/MONTH SEASHORE VILLAGE TANK 114 PASCHEL STREET #3 JAN - DEC, 1/MONTH OKALOOSA ISLAND TANKS 115 ISLAND EAST JAN - DEC, 1/MONTH 116 ISLAND MAIN JAN - DEC, 1/MONTH 117 EL MATADOR JAN - DEC, 1/MONTH 118 WATER TOWER - ODDFELLOW JAN - DEC, 1/MONTH TREATMENT PLANTS 119 RUSSEL F STEPHENSON JAN - APR, 1/MONTH MAY - SEP, 2/MONTH OCT - DEC, 1/MONTH 120 ISLAND TREATMENT JAN - APR, 1/MONTH MAY - SEP, 2/MONTH OCT - DEC, 1/MONTH 121 ARBENNIE RECLAMATION PLANT JAN - DEC, 2/MONTH Flower bed maintenance SPRING AND FALL Clean fence line 1 TIME QUARTERLY 122 CRESTVIEW PLANT JAN - APR, 1/MONTH MAY - SEP, 2/MONTH OCT - DEC, 1/MONTH SUBSTATION 123 GARNIERS SUBSTATION (repump) JAN - APR, 1/MONTH MAY - SEP, 2/MONTH OCT - DEC, 1/MONTH CRESTVIEW AREA WATER TANKS 124 AIRPORT ROAD JAN - DEC, 1/MONTH 125 COUNTRYVIEW JAN - DEC, 1/MONTH 126 JOHN GIVENS ROAD JAN - DEC, 1/MONTH 127 OKALOOSA LANE JAN - DEC, 1/MONTH 128 LIVE OAK ROAD JAN - DEC, 1/MONTH 129 BLUEBERRY JAN - DEC, 1/MONTH 130 DEL CERRO JAN-DEC, 1/MONTH CRESTVIEW PUMP SITES 131 OKALOOSA LANE JAN - DEC, 1/MONTH 132 PARTRIDGE HILLS JAN - DEC, 1/MONTH 133 SHOAL RIVER LANDING JAN - DEC, 1/MONTH 134 PATRIOT RIDGE JAN - DEC, 1/MONTH 135 BROWN PLACE JAN - DEC, 1/MONTH 136 CIP Pump Station JAN – DEC, 1/MONTH CRESTVIEW WATER WELLS 137 ANTIOCH JAN - DEC, 1/MONTH 138 LIVE OAK ROAD JAN - DEC, 1/MONTH 139 INDUSTRIAL PARK JAN - DEC, 1/MONTH 140 KENNEDY LAKES JAN - DEC, 1/MONTH 145 150 155 160 165 170 BLUEWATER AREA LIFT STATIONS 141 BERRINGER RD JAN - DEC, 1/MONTH 142 CANTERBURY COVE JAN - DEC, 1/MONTH 143 CAPRI COVE EAST JAN - DEC, 1/MONTH 144 CARIBBEAN VILLAGE EAST KITT JAN - DEC, 1/MONTH CARIBBEAN WAY WEST-ANTIQUA JAN - DEC, 1/MONTH 146 CLUB HOUSE JAN - DEC, 1/MONTH 147 EVANS ROAD JAN - DEC, 1/MONTH 148 IDA COON CIRCLE JAN - DEC, 1/MONTH 149 LAKEVIEW - LAKESIDE/BAY DR JAN - DEC, 1/MONTH LANCASTER JAN - DEC, 1/MONTH 151 LAURA LANE - N LAKESHORE DR JAN - DEC, 1/MONTH 152 MARINA COVE JAN - DEC, 1/MONTH 153 PARKWOOD 2 JAN - DEC, 1/MONTH 154 PARKWOOD 3 JAN - DEC, 1/MONTH PARKWOOD 4 JAN - DEC, 1/MONTH 156 RAINTREE JAN - DEC, 1/MONTH 157 RANGE ROAD - BLPINE/M-LAKE JAN - DEC, 1/MONTH 158 ROCKY BAYOU - HILL HWY 20 JAN - DEC, 1/MONTH 159 ROYAL OAK JAN - DEC, 1/MONTH SANDALWOOD JAN - DEC, 1/MONTH 161 SOUTHWIND JAN - DEC, 1/MONTH 162 ST ANDREWS 1 JAN - DEC, 1/MONTH 163 ST ANDREWS 2 JAN - DEC, 1/MONTH 164 ST ANDREWS 3 JAN - DEC, 1/MONTH ST ANDREWS 4 - OAK LAKE JAN - DEC, 1/MONTH 166 WOODLANDS - RIDGEWOOD C JAN - DEC, 1/MONTH BLUEWATER BAY WATER WELLS 167 RAINTREE - FIRE DEPT JAN - DEC, 1/MONTH 168 HIGHWAY 20 - ROAD SIDE JAN - DEC, 1/MONTH 169 SOUTHWIND DRIVE - MUFFIELD JAN - DEC, 1/MONTH BLUEWATER BAY AREA TANKS BLUEWATER JAN - DEC, 1/MONTH 171 SEMINOLE JAN - DEC, 1/MONTH 172 NORTH LAKESHORE JAN - DEC, 1/MONTH The Destin-Fort Walton Beach Airport will have areas that will require lawn maintenance that are outlined below, a map has also been provided please reference ‘Attachment A’. If you would like a walk-through of the areas please contact the Purchasing Department: April - September (twice a month) October – March (once a month) Contractor will mow all areas outside of the airports “Restricted Area”. Entrance Road, Employee Lot and Credit Parking Lot: This includes all water retention ponds and the airports right-of- way adjacent to highway 85N, east side laydown area, holding pond east of the fuel farm and the cargo building parking lot. Grass Area in Front of the Airport to include the Taxi Cuing Area, F-15 Display, Huey Helicopter Area, the Baldwin Building, and the small strip of grass between the terminal building and the sidewalk. Long Term/Short Term Parking Lot Edging of curbs, sidewalks, and roadways will be performed at each mowing. Contractor will be responsible for any damages due to objects being thrown from the mowers, weed eater, and/or edger’s to vehicles in the fore mentioned parking lots, roadways. This also includes any damages to static displays and airport structures including irrigation systems, water wells, ground lighting. Palm Trees will be pruned twice per year. Lift equipment will be necessary to reach palms in excess of 20ft. Other trees and shrubs will be pruned and shaped as needed. All other services will be performed within the guidelines of the Bid Requirements April - September (twice a month) October – March (once a month) Entrance Road, Employee Lot and Credit Parking Lot: Grass Area in Front of the Airport to include the Taxi Cutting Area, F-15 Display, Huey Helicopter Area and the Baldwin Building Long Term/Short Term Parking Lot The Tourist Development Department will have areas that will require lawn maintenance that are outlined below. If you would like a walk-through of the areas please contact the Purchasing Department: April - September /twice a month) October - March /once a month) Destin-Fort Walton Beach Convention Center Entire facility footprint, including parking areas and building perimeter. Beasley Park Entire parking area. Welcome Center Entire footprint, including parking area and building perimeter. Sound Side 9th Beach Freeway Entranceway, western & northern green areas, 9 western parking spaces The following areas will need to be maintained weekly during peak season and bi-weekly during off season. April - September (weekly) October - March (bi-weekly) Marler Park Entire park footprint, including northern pond, parking areas, medians and roundabouts. Fenced play area to be mowed extra short. Beach Accesss ways 1-7 Entranceway, parking area, building perimeter. Welcome to Okaloosa Island Sign Medians located on the southwest and northwest corners of Hwy 98 & Santa Rosa Blvd, extending westward to foot of the bridge Shalimar Gateway Rights of way on northbound and southbound lanes of Hwy 85 in Shalimar; approx. 65,000 sqft Pruning/weeding of flowers/groundcover/shrubs/ornamental grasses shall occur with each mow. Deep pruning shall be performed once a year during the dormant months to maintain proper proportions, promote interior growth, and an aesthetically pleasing appearance (once plants begin to "shatter" or fall apart, approximately January). Removal of up to 50% of the height and foliage of plants shall take place. All ornamental grasses shall be pruned to an approximate 12 to 18-inch height removing previous year's growth and drying and declining foliage. SPECIAL BID CONDITIONS Definition. When used in this contract, the following words and terms have the meanings as indicated as follows: “Landscape Management” and “Landscape Management Service” shall mean the services performed by the Contractor as provided in this instrument. “The County” or “County” shall mean Okaloosa County. The following departments will utilize the contract: Water and Sewer Department-Jeff Littrell-Director Airport-Tracy Stage-Director Tourist Development Department-Jennifer Adams-Director Prohibition of Subcontracted Services. Contractor is to perform all services as required under this agreement without entering into subcontracted services with any third party without prior approval of authorized County official. Authorized official shall be the Purchasing Department or other County employee as designated. Landscape services shall be provided for the Destin-Fort Walton Beach Airport, Water and Sewer and Tourist Development Services. Terms The term for the contract shall begin on March 1, 2021 and continue for three (3) years with the option of two (2) one (1) year renewals with the mutually agreement of both parties. GENERAL SERVICES INSURANCE REQUIREMENTS REVISED: 01/2/2019 BONDING REQUIREMENTS A Bid Bond is required with the Respondent’s submittal for 5% of the Bid price. CONTRACTORS INSURANCE 1. The Contractor shall not commence any work in connection with this Agreement until he has obtained all required insurance and the certificate of insurance has been approved by the Okaloosa County Risk Manager or designee. 2. All insurance policies shall be with insurers authorized to do business in the State of Florida. Insuring company is required to have a minimum rating of A, Class X in the Best Key Rating Guide published by A.M. Best & Co. Inc. 3. All insurance shall include the interest of all entities named and their respective officials, employees & volunteers of each and all other interests as may be reasonably required by Okaloosa County. The coverage afforded the Additional Insured under this policy shall be primary insurance. If the Additional Insured have other insurance that is applicable to the loss, such other insurance shall be on an excess or contingent basis. The amount of the company’s liability under this policy shall not be reduced by the existence of such other insurance. 4. Where applicable the County shall be shown as an Additional Insured with a waiver of Subrogation on the Certificate of Insurance. 5. The County shall retain the right to reject all insurance policies that do not meet the requirement of this Agreement. Further, the County reserves the right to change these insurance requirements with 60-day prior written notice to the Contractor. 6. The County reserves the right at any time to require the Contractor to provide copies (redacted if necessary) of any insurance policies to document the insurance coverage specified in this Agreement. 7. Any subsidiaries used shall also be required to obtain and maintain the same insurance requirements as are being required herein of the Contractor. 8. Any exclusions or provisions in the insurance maintained by the Contractor that excludes coverage for work contemplated in this agreement shall be deemed unacceptable and shall be considered breach of contract. WORKERS’ COMPENSATION INSURANCE 1. The Contractor shall secure and maintain during the life of this Agreement Workers’ Compensation insurance for all of his employees employed for the project or any site connected with the work, including supervision, administration or management, of this project and in case any work is sublet, with the approval of the County, the Contractor shall require the Subcontractor similarly to provide Workers’ Compensation insurance for all employees employed at the site of the project, and such evidence of insurance shall be furnished to the County not less than ten (10) days prior to the commencement of any and all sub-contractual Agreements which have been approved by the County. 2. Contractor must be in compliance with all applicable State and Federal workers’ compensation laws, including the U.S. Longshore Harbor Workers’ Act or Jones Act, if applicable. 3. No class of employee, including the Contractor himself, shall be excluded from the Workers’ Compensation insurance coverage. The Workers’ Compensation insurance shall also include Employer’s Liability coverage. 4. Okaloosa County Board of County Commissioners shall be listed as an Additional Insured by policy endorsement on all policies applicable to this agreement except Worker’s Compensation. A waiver of subrogation is required on all policies BUSINESS AUTOMOBILE LIABILITY Coverage must be afforded for all Owned, Hired, Scheduled, and Non-Owned vehicles for Bodily Injury and Property Damage in an amount not less than $1,000,000 combined single limit each accident. If the contractor does not own vehicles, the contractor shall maintain coverage for Hired & Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Policy. Contractor must maintain this insurance coverage throughout the life of this Agreement. COMMERCIAL GENERAL LIABILITY INSURANCE 1. The Contractor shall carry Commercial General Liability insurance against all claims for Bodily Injury, Property Damage and Personal and Advertising Injury caused by the Contractor. 2. Commercial General Liability coverage shall include the following: 1.) Premises & Operations Liability 2.) Bodily Injury and Property Damage Liability 3.) Independent Contractors Liability 4.) Contractual Liability 5.) Products and Completed Operations Liability 3. Contractor shall agree to keep in continuous force Commercial General Liability coverage for the length of the contract. INSURANCE LIMITS OF LIABILITY The insurance required shall be written for not less than the following, or greater if required by law and shall include Employer’s liability with limits as prescribed in this contract: 1. Workers’ Compensation 1.) State 2.) Employer’s Liability 2. Business Automobile 3. Commercial General Liability 4. Personal and Advertising Injury NOTICE OF CLAIMS OR LITIGATION LIMIT Statutory $500,000 each accident $1,000,000 each accident (A combined single limit) $1,000,000 each occurrence for Bodily Injury & Property Damage $1,000,000 each occurrence Products and completed operations $1,000,000 each occurrence The Contractor agrees to report any incident or claim that results from performance of this Agreement. The County representative shall receive written notice in the form of a detailed written report describing the incident or claim within ten (10) days of the Contractor’s knowledge. In the event such incident or claim involves injury and/or property damage to a third party, verbal notification shall be given the same day the Contractor becomes aware of the incident or claim followed by a written detailed report within ten (10) days of verbal notification. INDEMNIFICATION & HOLD HARMLESS Contractor shall indemnify and hold harmless the County, its officers and employees from liabilities, damages, losses, and costs including but not limited to reasonable attorney fees, to the extent caused by the negligence, recklessness, or wrongful conduct of the Contractor and other persons employed or utilized by the Contractor in the performance of this contract. CERTIFICATE OF INSURANCE 1. Certificates of insurance indicating the job site and evidencing all required coverage must be submitted not less than 10 days prior to the commencement of any of the work. The certificate holder(s) shall be as follows: Okaloosa County, 5479A Old Bethel Road, Crestview, Florida, 32536. 2. The contractor shall provide a Certificate of Insurance to the County with a thirty (30) day prior written notice of cancellation; ten (10 days’ prior written notice if cancellation is for nonpayment of premium). 3. In the event that the insurer is unable to accommodate the cancellation notice requirement, it shall be the responsibility of the contractor to provide the proper notice. Such notification shall be in writing by registered mail, return receipt requested, and addressed to the Okaloosa County Purchasing Department at 5479-A Old Bethel Road, Crestview, FL 32536. 4. In the event the contract term goes beyond the expiration date of the insurance policy, the contractor shall provide the County with an updated Certificate of insurance no later than ten (10) days prior to the expiration of the insurance currently in effect. The County reserves the right to suspend the contract until this requirement is met. 5. The certificate shall indicate if coverage is provided under a claims-made or occurrence form. If any coverage is provided on a claims-made form, the certificate will show a retroactive date, which should be the same date of the initial contract or prior. 6. All certificates shall be subject to Okaloosa County’s approval of adequacy of protection. 7. All deductibles or SIRs, whether approved by Okaloosa County or not, shall be the Contractor’s full responsibility. 8. In no way will the entities listed as Additional Insured be responsible for, pay for, be damaged by, or limited to coverage required by this schedule due to the existence of a deductible or SIR. GENERAL TERMS Any type of insurance or increase of limits of liability not described above which, the Contractor required for its own protection or on account of statute shall be its own responsibility and at its own expense. Any exclusions or provisions in the insurance maintained by the contractor that excludes coverage for work contemplated in this contract shall be deemed unacceptable and shall be considered breach of contract. The carrying of the insurance described shall in no way be interpreted as relieving the Contractor of any responsibility under this contract. Should the Contractor engage a subcontractor or sub-subcontractor, the same conditions will apply under this Agreement to each subcontractor and sub-subcontractor. The Contractor hereby waives all rights of subrogation against Okaloosa County and its employees under all the foregoing policies of insurance. EXCESS/UMBRELLA INSURANCE The Contractor shall have the right to meet the liability insurance requirements with the purchase of an EXCESS/UMBRELLA insurance policy. In all instances, the combination of primary and EXCESS/UMBRELLA liability coverage must equal or exceed the minimum liability insurance limits stated in this Agreement. GENERAL BID CONDITIONS 1. PRE-BID ACTIVITY - Except as provided in this section, respondents are prohibited from contacting or lobbying the County, County Administrator, Commissioners, County staff, and Review Committee members, or any other person authorized on behalf of the County related or involved with the solicitation. All inquiries on the scope of work, specifications, additional requirements, attachments, terms and general conditions or instructions, or any issue must be directed in writing, by US mail or email to: Okaloosa County Purchasing Department 5479A Old Bethel Road Crestview, FL 32536 Email: dmason@myokaloosa.com (850) 689-5960 All questions or inquiries must be received no later than the last day for questions (reference ITB & Respondent’s Acknowledgement form). Any addenda or other modification to the bid documents will be issued by the County five (5) days prior to the date and time of bid closing, as written addenda, and will be posted to the following sites: http://www.myokaloosa.com/purchasing/hom https://www.bidnetdirect.com/florida https://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=2442519 Such written addenda or modification shall be part of the bid documents and shall be binding upon each respondent. Each respondent is required to acknowledge receipt of any and all addenda in writing and submit with their bid. No respondent may rely upon any verbal modification or interpretation. 2. PREPARATION OF BID – The bid form is included with the bid documents. Additional copies may be obtained from the County. The respondent shall submit bids in accordance with the public notice. All blanks in the bid documents shall be completed by printing in ink or by typewriter in both words and numbers with the amounts extended, totaled and the bid signed. A bid price shall be indicated for each section, bid item, alternative, adjustment unit price item, and unit price item mailto:dmason@myokaloosa.com http://www.myokaloosa.com/purchasing/hom https://www.bidnetdirect.com/florida https://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=2442519 listed therein, or the words “No Bid”, “No Change”, or “Not Applicable” entered. No changes shall be made to the phraseology of the form or in the items mentioned therein. In case of any discrepancy between the written amount and the numerical figures, the written amount shall govern. Any bid which contains any omissions, erasures, alterations, additions, irregularities of any kind, or items not called for which shall in any manner fail to conform to the conditions of public notice inviting bids may be rejected. A bid submitted by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature). The official address of the partnership shall be shown below the signature. A bid submitted by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm must be shown below the signature. A bid submitted by an individual shall show the respondent’s name and official address. A bid submitted by a joint venture shall be executed by each joint venture in the manner indicated on the bid form. The official address of the joint venture must be shown below the signature. It is preferred that all signatures be in blue ink with the names type or printed below the signature. Okaloosa County does not accept electronic signatures. The bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the form. The address and telephone # for communications regarding the bid shall be shown. If the respondent is an out-of-state corporation, the bid shall contain evidence of respondent’s authority and qualification to do business as an out-of-state corporation in the State of Florida. A state contractor license # for the State of Florida shall also be included on the bid form. Respondent shall be licensed in accordance with the requirements of Chapter 489, Florida Statutes. 3. INTEGRITY OF BID DOCUMENTS - Respondents shall use the original Bid documents provided by the Purchasing Department and enter information only in the spaces where a response is requested. Respondents may use an attachment as an addendum to the Bid documents if sufficient space is not available. Any modifications or alterations to the original bid documents by the respondent, whether intentional or otherwise, will constitute grounds for rejection of a bid. Any such modification or alteration that a respondent wish to propose must be clearly stated in the respondent’s response in the form of an addendum to the original bid documents. 4. SUBMITTAL OF BID – A bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to bid and shall be enclosed in an opaque sealed envelope plainly marked with the project title (and, if applicable, the designated portion of the project for which the bid is submitted), the name and address of the respondent, and shall be accompanied by the bid security and other required documents. It is the respondent’s responsibility to assure that its bid is delivered at the proper time and place. Offers by telegram, facsimile, or telephone will NOT be accepted. Note: Crestview is not a next day delivery site for overnight carriers. 5. MODIFICATION & WITHDRAWAL OF BID - A bid may be modified or withdrawn by an appropriate document duly executed in the manner that a bid must be executed and delivered to the place where bids are to be submitted prior to the date and time for the opening of bids. If within 24 hours after bids are opened any respondent files a duly signed written notice with the County and promptly thereafter demonstrates to the reasonable satisfaction of the County that there was a material substantial mistake in the preparation of its bid, that respondent may withdraw its bid, and the bid security may be returned. Thereafter, if the work is rebid, that respondent will be disqualified from 1) further bidding on the work, and 2) doing any work on the contract, either as a subcontractor or in any other capacity. 6. BIDS TO REMAIN SUBJECT TO ACCEPTANCE – All bids will remain subject to acceptance or rejection for sixty (60) calendar days after the day of the bid opening, but the County may, in its sole discretion, release any bid and return the bid security prior to the end of this period. 7. IDENTICAL TIE BIDS - – In cases of identical procurement responses, the award shall be determined either by lot or on the basis of factors deemed to serve the best interest of the County. In the case of the latter, there must be adequate documentation to support such a decision. 8. CONDITIONAL & INCOMPLETE BIDS - Okaloosa County specifically reserves the right to reject any conditional bid and bids which make it impossible to determine the true amount of the bid. 9. PRICING – The bid price shall include all equipment, labor, materials, freight, taxes etc. Okaloosa County reserves the right to select that bid most responsive to our needs. 10. ADDITION/DELETION OF ITEM – The County reserves the right to add or delete any item from this bid or resulting contract when deemed to be in the County’s best interest. 11. SPECIFICATION EXCEPTIONS – Specifications are based on the most current literature available. Respondent shall clearly list any change in the manufacturer’s specifications which conflict with the bid specifications. Respondent must also explain any deviation from the bid specification in writing, as a foot note on the applicable bid page and enclose a copy of the manufacturer’s specifications data detailing the changed item(s) with their bid. Failure of the respondent to comply with these provisions will result in respondents being held responsible for all costs required to bring the equipment in compliance with bid specifications. 12. APPLICABLE LAWS & REGULATIONS – All applicable Federal and State laws, County and municipal ordinances, orders, rules and regulations of all authorities having jurisdiction over the project shall apply to the bid throughout, and they will be deemed to be included in the contract the same as though they were written in full therein. 13. DISQUALIFICATION OF RESPONDENTS - Any of the following reasons may be considered as sufficient for the disqualification of a respondent and the rejection of its bid: a. Submission of more than one proposal for the same work from an individual, firm or corporation under the same or different name. b. Evidence that the respondent has a financial interest in the firm of another respondent for the same work. c. Evidence of collusion among respondents. Participants in such collusion will receive no recognition as respondents for any future work of the County until such participant has been reinstated as a qualified respondent. d. Uncompleted work which in the judgment of the County might hinder or prevent the prompt completion of additional work if awarded. e. Failure to pay or satisfactorily settle all bills due for labor and material on former contracts in force at the time of advertisement of proposals. f. Default under previous contract. g. Listing of the respondent by any Local, State or Federal Government on its barred/suspended vendor list. 14. AWARD OF BID A. Okaloosa County Review - Okaloosa County designated Staff will review all bids and will participate in the Recommendation to Award. B. The County will award the bid to the responsive and responsible vendor(s) with the lowest responsive bid(s), and the County reserves the right to award the bid to the respondent submitting a responsive bid with a resulting negotiated agreement which is most advantageous and in the best interest of the County, and to reject any and all bids or to waive any irregularity or technicality in bids received. Okaloosa County shall be the sole judge of the bid and the resulting negotiated agreement that is in its best interest and its decision shall be final. The County reserves the right to award to multiple vendors. C. Okaloosa County reserves the right to waive any informalities or reject any and all bids, in whole or part, to utilize any applicable state contracts in lieu of or in addition to this bid and to accept the bid that in its judgment will best serve the interest of the County. D. Okaloosa County specifically reserves the right to reject any conditional bids and will normally reject those which made it impossible to determine the true amount of the bid. Each item must be bid separately and no attempt is to be made to tie any item or items to any other item or items. 15. PAYMENTS – The respondent shall be paid upon submission of invoices and approval of acceptance by Okaloosa County Board of County Commissioners, Finance Office, 302 N. Wilson St., #203, Crestview FL 32536, for the prices stipulated herein for articles delivered and accepted. Invoices must show Contract #. 16. DISCRIMINATION - An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. 17. PUBLIC ENTITY CRIME INFORMATION - Pursuant to Florida Statute 287.133, a respondent may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 18. CONFLICT OF INTEREST - The award hereunder is subject to the provisions of Chapter 112, Florida Statutes. All respondents must disclose with their bids the name of any officer, director, or agent who is also a public officer or an employee of the Okaloosa Board of County Commissioners, or any of its agencies. Furthermore, all respondents must disclose the name of any County officer or employee who owns, directly or indirectly, an interest of five percent (5%) or more in the firm or any of its branches. Note: For respondent’s convenience, this certification form is enclosed and is made a part of the bid package. 19. REORGANIZATION OR BANKRUPTCY PROCEEDINGS – Bids will not be considered from respondents who are currently involved in official financial reorganization or bankruptcy proceedings. 20. INVESTIGATION OF RESPONDENT – The County may make such investigations, as it deems necessary to determine the stability of the respondent to perform the work and that there is no conflict of interest as it relates to the project. The respondent shall furnish to the Owner any additional information and financial data for this purpose as the County may request. 21. CONE OF SILENCE CLAUSE - The Okaloosa County Board of County Commissioners has established a solicitation silence policy (Cone of Silence Clause) that prohibits oral and written communication regarding all formal solicitations for goods and services (formal bids, Request for Proposals, Requests for Qualifications) issued by the Board through the County Purchasing Department. The period commences from the date of advertisement until award of contract. All communications shall be directed to the Purchasing Department -see attached form. Note: For respondent’s convenience, this certification form is enclosed and is made a part of the bid package. 22. REVIEW OF PROCUREMENT DOCUMENTS - Per Florida Statute 119.071 (2) 2 sealed bids, proposals, or replies received by the County pursuant to a competitive solicitation are exempt from public disclosure until such time as the County provides notice of an intended decision or until 30 days after opening the bids, proposals, or final replies, whichever is earlier. 23. COMPLIANCE WITH FLORIDA STATUTE 119.0701 - The Respondent shall comply with all the provisions of section 119.0701, Florida Statutes relating to the public records which requires, among other things, that the Respondent: (a) Keep and maintain public records; (b) Provide the http://www.leg.state.fl.us/Statutes/index.cfm?App_mode=Display_Statute&Search_String=&URL=0200-0299/0287/Sections/0287.017.html public with access to public records on the same terms and conditions that the public agency would provide the records; (c) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the respondent upon termination of the contract. 24. PROTECTION OF RESIDENT WORKERS – The Okaloosa County Board of County Commissioners actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verifications, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verifications. The respondent shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. Okaloosa County reserves the right to request documentation showing compliance with the requirements. Respondents doing construction business with Okaloosa County are required to use the Federal Government Department of Homeland Security’s website and use the E-Verify Employment Eligibility Verifications System to confirm eligibility of all employees to work in the United States. 25. SUSPENSION OR TERMINATION FOR CONVENIENCE - The County may, at any time, without cause, order Respondent in writing to suspend, delay or interrupt the work in whole or in part for such period of time as the County may determine, or to terminate all or a portion of the Contract for the County’s convenience. Upon such termination, the Contract Price earned to the date of termination shall be paid to Respondent, but Respondent waives any claim for damages, including loss of profits arising out of or related to the early termination. Those Contract provisions which by their nature survive final acceptance shall remain in full force and effect. If the County orders a suspension, the Contract price and Contract time may be adjusted for increases in the cost and time caused by suspension, delay or interruption. No adjustment shall be made to the extent that performance is, was or would have been so suspended, delayed or interrupted by reason for which Respondent is responsible; or that an equitable adjustment is made or denied under another provision of this Contract. 26. FAILURE OF PERFORMANCE/DELIVERY - In case of default by the respondent, the County after due notice (oral or written) may procure the necessary supplies or services from other sources and hold the respondent responsible for difference in cost incurred. Continuous instances of default shall result in cancellation of the award and removal of the respondent from the bid list for duration of one (1) year, at the option of the County. 27. AUDIT - If requested, respondent shall permit the County or an authorized, independent audit agency to inspect all data and records of respondent relating to its performance and its subcontracts under this bid from the date of the award through three (3) years after the expiration of contract. 28. EQUAL EMPLOYMENT OPPORTUNITY; NON DISCRIMINATION – Respondent will not discriminate against any employee or an applicant for employment because of race, color, religion, gender, sexual orientation, national origin, age, familial status or handicap. 29. NON-COLLUSION – Respondent certifies that it has entered into no agreement to commit a fraudulent, deceitful, unlawful or wrongful act, or any act which may result in an unfair advantage over other respondents. See Florida Statute 838.22. 30. UNAUTHORIZED ALIENS/PATRIOT’S ACT – The knowing employment by respondent or its subcontractors of any alien not authorized to work by the immigration laws is prohibited and shall be a default of the contract. In the event that the respondent is notified or becomes aware of such default, the respondent shall take steps as are necessary to terminate said employment with 24 hours of notification or actual knowledge that an alien is being employed. Respondent’s failure to take such steps as are necessary to terminate the employment of any said alien within 24 hours of notification or actual knowledge that an alien is being employed shall be grounds for immediate termination of the contract. Respondent shall take all commercially reasonable precautions to ensure that it and its subcontractors do not employ persons who are not authorized to work by the immigration laws. 31. CERTIFICATE OF GOOD STANDING FOR STATE OF FLORIDA - Florida Statute 607.1501 requires that all vendors who wish to do business in the State of Florida be licensed to do business through the Department of State of Florida and be in good standing with the State of Florida. As such, to do business with Okaloosa County a vendor must provide a Certificate of Good Standing with their bid/proposal package to the County. For more information on doing business in the State of Florida, please refer to the Florida Department of State. The website to register is https://dos.myflorida.com/sunbiz 32. AUTHORITY TO PIGGYBACK – All respondents submitting a response to this Request for Bid agree that such response also constitutes a proposal to other Florida local governments under the same conditions, for the same contract price, and for the same effective period, should the respondent feel it is in their best interest to do so. Each governmental agency desiring to accept this proposal and make and award thereof shall do so independently of any other governmental agency. Each agency shall be responsible for its own purchases and each shall be liable only for materials and/or services ordered and received by it, and no agency assumes any liability by virtue of the ITB. This provision in no way restricts or interferes with the right of any governmental agency to independently procure any or all items. 33. The following documents shall be submitted with the bid packet. Failure to provide required forms may result in contractor disqualification. A. Drug-Free Workplace Certification Form B. Conflict of Interest C. Federal E-Verify D. Cone of Silence Form E. Recycled Content Form F. Indemnification and Hold Harmless G. Prohibition to Lobbying H. Company Data I. System of Awards Management J. Addendum Acknowledgement K. Bid Sheet L. Anti-Collusion Statement https://dos.myflorida.com/sunbiz M. Governmental Debarment & Suspension N. Vendors on Scrutinized Companies List O. Certificate of Good Standing for State of Florida-see above* DRUG-FREE WORKPLACE CERTIFICATION THE BELOW SIGNED RESPONDENT CERTIFIES that it has implemented a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under quote a copy of the statement specified in subsection 1. 4. In the statement specified in subsection 1, notify the employees that, as a condition of working on the commodities or contractual services that are under quote, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in, drug abuse assistance or rehabilitation program if such is available in employee’s community, by any employee who is convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements. DATE: SIGNATURE: COMPANY: ADDRESS: NAME: (Typed or Printed) TITLE: E-MAIL: PHONE #: CONFLICT OF INTEREST DISCLOSURE FORM For purposes of determining any possible conflict of interest, all Respondents, must disclose if any Okaloosa Board of County Commissioner, employee(s), elected officials(s), or if any of its agencies is also an owner, corporate officer, agency, employee, etc., of their business. Indicate either “yes” (a county employee, elected official, or agency is also associated with your business), or “no.” If yes, give person(s) name(s) and position(s) with your business. YES: NO: NAME(S) POSITION(S) FIRM NAME: BY (PRINTED): BY (SIGNATURE): TITLE: ADDRESS: PHONE NO.: E-MAIL: DATE: FEDERAL E-VERIFY COMPLIANCE CERTIFICATION In accordance with Okaloosa County Policy and Executive Order Number 11-116 from the office of the Governor of the State of Florida, Respondent hereby certifies that the U.S. Department of Homeland Security’s E-Verify system will be used to verify the employment eligibility of all new employees hired by the Respondent during the contract term, and shall expressly require any subcontractors performing work or providing services pursuant to the contact to likewise utilize the U.S. Department of Homeland Securities E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term; and shall provide documentation such verification to the COUNTY upon request. As the person authorized to sign this statement, I certify that this company complies/will comply fully with the above requirements. DATE: SIGNATURE: COMPANY: NAME: ADDRESS: TITLE: E-MAIL: PHONE NO.: I CONE OF SILENCE The Board of County Commissioners have established a solicitation silence policy (Cone of Silence) that prohibits oral and written communication regarding all formal solicitations for goods and services (ITB, RFP, ITQ, ITN, and RFQ) or other competitive solicitation between the bidder (or its agents or representatives) or other entity with the potential for a financial interest in the award (or their respective agents or representatives) regarding such competitive solicitation, and any County Commissioner or County employee, selection committee member or other persons authorized to act on behalf of the Board including the County’s Architect, Engineer or their sub-consultants, or anyone designated to provide a recommendation to award a particular contract, other than the Purchasing Department Staff. The period commences from the time of advertisement until contract award. Any information thought to affect the committee or staff recommendation submitted after bids are due, should be directed to the Purchasing Manager or an appointed representative. It shall be the Purchasing Manager’s decision whether to consider this information in the decision process. Any violation of this policy shall be grounds to disqualify the Respondent from consideration during the selection process. All Respondents must agree to comply with this policy by signing the following statement and including it with their submittal. representing Signature Company Name On this day of 2021, I hereby agree to abide by the County’s “Cone of Silence Clause” and understand violation of this policy shall result in disqualification of my proposal/submittal. RECYCLED CONTENT FORM RECYCLED CONTENT INFORMATION 1. Is the material in the above: Virgin or Recycled (Check the applicable blank). If recycled, what percentage %. Product Description: 2. Is your product packaged and/or shipped in material containing recycled content? Yes No Specify: 3. Is your product recyclable after it has reached its intended end use? Yes No Specify: The above is not applicable if there is only a personal service involved with no product involvement. Name of Proposer: E-Mail: INDEMNIFICATION AND HOLD HARMLESS Respondent shall indemnify and hold harmless the County, its officers and employees from liabilities, damages, losses, and costs including but not limited to reasonable attorney fees, to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the Respondent and other persons employed or utilized by the Respondent in the performance of this Agreement. Respondent’s Company Name Authorized Signature – Manual Physical Address Authorized Signature – Typed Mailing Address Title Phone Number FAX Number Cellular Number After-Hours Number(s) _________________________________________ Date Email COMPANY DATA Respondent’s Company Name: Physical Address & Phone #: Contact Person (Typed-Printed): Phone #: Cell #: Email: Federal ID or SS #: Respondent’s License #: Respondent’s DUNS #: Fax #: Emergency #’s After Hours, Weekends & Holidays: SYSTEM FOR AWARD MANAGEMENT (OCT 2016) (a) Definitions. As used in this provision. “Electronic Funds Transfer (EFT) indicator” means a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the commercial, nonprofit, or Government entity to establish additional System for Award Management records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. “Registered in the System for Award Management (SAM) database” means that. (1) The Offeror has entered all mandatory information, including the unique entity identifier and the EFT indicator, if applicable, the Commercial and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see subpart 4.14) into the SAM database; (2) The offeror has completed the Core, Assertions, and Representations and Certifications, and Points of Contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and (4) The Government has marked the record “Active”. “Unique entity identifier” means a number or other identifier used to identify a specific commercial, nonprofit, or Government entity. See www.sam.gov for the designated entity for establishing unique entity identifiers. (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “Unique Entity Identifier” followed by the unique entity identifier that identifies the Offeror’s name and address exactly as stated in the offer. The Offeror also shall enter its EFT indicator, if applicable. The unique entity identifier will be used by the Contracting Officer to verify that the Offeror is registered in the SAM database. (c) If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for establishment of the unique entity identifier directly to obtain one. The Offeror should be prepared to provide the following information: (1) Company legal business name. (2) Tradestyle, doing business, or other name by which your entity is commonly recognized. (3) Company Physical Street Address, City, State, and Zip Code. (4) Company Mailing Address, City, State and Zip Code (if separate from physical). (5) Company telephone number. (6) Date the company was started. (7) Number of employees at your location. (8) Chief executive officer/key manager. https://www.acquisition.gov/far/html/Subpart%2032_11.html#wp1043964 https://www.acquisition.gov/far/html/Subpart%204_14.html#wp1075239 https://www.acquisition.gov/far/html/www.sam.gov https://www.acquisition.gov/far/html/www.sam.gov (9) Line of business (industry). (10) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov . Offerors SAM information: Entity Name: _________________________________________ Entity Address: _________________________________________ Duns Number: _________________________________________ CAGE Code: _________________________________________ https://www.acquisition.gov/ ADDENDUM ACKNOWLEDGEMENT ITB WS 20-21 Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of solicitation: ADDENDUM NO. DATE NOTE: Prior to submitting the response to this solicitation, it is the responsibility of the Respondent to confirm if any addenda have been issued. If such addenda have been issued, acknowledge receipt by noting number(s) and date(s) above. LOBBYING - 31 U.S.C. 1352, 49 CFR Part 19, 49 CFR Part 20 APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] 3. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. § 1352(c)(1) -(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor, ___________________, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. ___________________________ Signature of Contractor's Authorized Official ___________________________ Name and Title of Contractor's Authorized Official ___________________________ Date Government Debarment & Suspension Instructions 1. By signing and submitting this form, the prospective lower tier participant is providing the certification set out in accordance with these instructions. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person(s) to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Orders 12549, at Subpart C of OMB 2 C.F.R. Part 180 and 3000.332. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this form that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the System for Award Management (SAM) database. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph (5) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions The following statement is made in accordance with the Privacy Act of 1974 (5 U.S.C. § 552(a), as amended). This certification is required by the regulations implementing Executive Orders 12549, Debarment and Suspension, and OMB 2 C.F.R. Part 180, Participants' responsibilities. The regulations were amended and published on August 31, 2005, in 70 Fed. Reg. 51865-51880. [READ INSTRUCTIONS ON PREVIOUS PAGE BEFORE COMPLETING CERTIFICATION] 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal or State department or agency; 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal Printed Name and Title of Authorized Representative ____________________________________ ___________________ Signature Date VENDORS ON SCRUTINIZED COMPANIES LISTS By executing this Certificate, the bid proposer, certifies that it is not: (1) listed on the Scrutinized Companies that Boycott Israel List, created pursuant to section 215.4725, Florida Statutes, (2) engaged in a boycott of Israel, (3) listed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to section 215.473, Florida Statutes, or (4) engaged in business operations in Cuba or Syria. Pursuant to section 287.135(5), Florida Statutes, the County may disqualify the bid proper immediately or immediately terminate any agreement entered into for cause if the bid proposer is found to have submitted a false certification as to the above or if the Contractor is placed on the Scrutinized Companies that Boycott Israel List, is engaged in a boycott of Israel, has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria, during the term of the Agreement. If the County determines that the bid proposer has submitted a false certification, the County will provide written notice to the bid proposer. Unless the bid proposer demonstrates in writing, within 90 calendar days of receipt of the notice, that the County’s determination of false certification was made in error, the County shall bring a civil action against the bid proposer. If the County’s determination is upheld, a civil penalty shall apply, and the bid proposer will be ineligible to bid on any Agreement with a Florida agency or local governmental entity for three years after the date of County’s determination of false certification by bid proposer. As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements. DATE: _______________________ SIGNATURE: ____________________ COMPANY: _______________________ NAME: _________________________ (Typed or Printed) ADDRESS: _______________________ TITLE: _________________________ _______________________ E-MAIL: ________________________ _______________________ PHONE NO.: _______________________ LIST OF REFERENCES 1. Owner’s Name and Address: 2. Contact Person: Email: Owner’s Name and Address: Telephone # ( ) 3. Contact Person: Email: Owner’s Name and Address: Telephone # ( ) 4. Contact Person: Email: Owner’s Name and Address: Telephone # ( ) 5. Contact Person: Email: Owner’s Name and Address: Telephone # ( ) Contract Person: Email: Telephone # ( ) Exhibit “B” T i t l e V I C l a us es fo r Com pl i a n c e wi t h N o nd i s c r im in a t i on R e qu i r em e n t s Compliance with Nondiscrimination Requirements During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “contractor”) agrees as follows: 1. Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts And Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor’s obligations under this contract and the Nondiscrimination Acts And Authorities on the grounds of race, color, or national origin. 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts And Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a contractor’s noncompliance with the Non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the contractor under the contract until the contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. T i t l e V I Li s t o f P e r t i n en t No nd i s c r im in a t io n A c t s a nd A u t ho r i t i e s Title VI List of Pertinent Nondiscrimination Acts and Authorities During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “contractor”) agrees to comply with the following non- discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination In Federally-Assisted Programs of The Department of Transportation—Effectuation of Title VI of The Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 – 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). FE D ER A L FA IR LA BO R S T A ND AR DS A CT ( FE DE RA L M IN IM U M W AG E ) All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. The [contractor | consultant] has full responsibility to monitor compliance to the referenced statute or regulation. The [contractor | consultant] must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division O CC UP AT IO N A L S A FET Y A N D HEA LT H A C T O F 1 970 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. Contractor must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Contractor retains full responsibility to monitor its compliance and their subcontractor’s compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor – Occupational Safety and Health Administration. E-VERIFY Enrollment and verification requirements. (1) If the Contractor is not enrolled as a Federal Contractor in E-Verify at time of contract award, the Contractor shall- a. Enroll. Enroll as a Federal Contractor in the E-Verify Program within thirty (30) calendar days of contract award; Verify all new employees. Within ninety (90) calendar days of enrollment in the E-Verify program, begin to use E-Verify to initiate verification of employment eligibility of all new hires of the Contractor, who are working in the United States, whether or not assigned to the contract, within three (3) business days after the date of hire (but see paragraph (b)(3) of this section); and, b. Verify employees assigned to the contract. For each employee assigned to the contract, initiate verification within ninety (90) calendar days after date of enrollment or within thirty (30) calendar days of the employee’s assignment to the contract, whichever date is later (but see paragraph (b)(4) of this section.) (2) If the Contractor is enrolled as a Federal Contractor in E-Verify at time of contract award, the Contractor shall use E-Verify to initiate verification of employment eligibility of a. All new employees. i. Enrolled ninety (90) calendar days or more. The Contractor shall initiate verification of all new hires of the Contractor, who are working in the United States, whether or not assigned to the contract, within three (3) business days after the date of hire (but see paragraph (b)(3) of this section); or b. Enrolled less than ninety (90) calendar days. Within ninety (90) calendar days after enrollment as a Federal Contractor in E-Verify, the Contractor shall initiate verification of all new hires of the contractor, who are working in the United States, whether or not assigned to the contract, within three (3) business days after the date of hire (but see paragraph (b)(3) of this section; or ii. Employees assigned to the contract. For each employee assigned to the contract, the Contractor shall initiate verification within ninety (90) calendar days after date of contract award or within thirty (30) days after assignment to the contract, whichever date is later (but see paragraph (b)(4) of this section.) (3) If the Contractor is an institution of higher education (as defined at 20 U.S.C. 1001(a)); a State of local government or the government of a Federally recognized Indian tribe, or a surety performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond, the Contractor may choose to verify only employees assigned to the contract, whether existing employees or new hires. The Contractor shall follow the applicable verification requirements of (b)(1) or (b)(2), respectively, except that any requirement for verification of new employees applies only to new employees assigned to the contract. (4) Option to verify employment eligibility of all employees. The Contractor may elect to verify all existing employees hired after November 6, 1986 (after November 27, 2009, in the Commonwealth of the Northern Mariana Islands), rather than just those employees assigned to the contract. The Contractor shall initiate verification for each existing employee working in the United States who was hired after November 6, 1986 (after November 27, 2009, in the Commonwealth of the Northern Mariana Islands), within one hundred eighty (180) calendar days of- i. Enrollment in the E-Verify program; or ii. Notification to E-Verify Operations of the Contractor’s decision to exercise this option, using the contract information provided in the E-Verify program Memorandum of Understanding (MOU) (5) The Contractor shall comply, for the period of performance of this contract, with the requirements of the E-Verify program MOU. i. The Department of Homeland Security (DHS) or the Social Security Administration (SSA) may terminate the Contractor’s MOU and deny access to the E-Verify system in accordance with the terms of the MOU. In such case, the Contractor, will be referred to a suspension or debarment official. ii. During the period between termination of the MOU and a decision by the suspension or debarment official whether to suspend or debar, the contractor is excused from its obligations under paragraph (b) of this clause. If the suspension or debarment official determines not to suspend or debar the Contractor, then the Contractor must reenroll in E-Verify. iii. Web site. Information on registration for and use of the E-Verify program can be obtained via the Internet at the Department of Homeland Security Web site: http://www.dhs.gov/E-Verify. Individuals previously verified. The Contractor is not required by this clause to perform additional employment verification using E-Verify for any employee- (a) Whose employment eligibility was previously verified by the Contractor through the E-Verify program; (b) Who has been granted and holds an active U.S. Government security clearance for access to confidential, secret, or top secret information in accordance with the National Industrial Security Program Operating Manual; or (c) Who has undergone a completed background investigation and been issued credentials pursuant to Homeland Security Presidential Directive (HSPD)-12. Policy for a Common Identification Standard for Federal Employees and Contractors. Subcontracts. The Contractor shall include the requirements of this clause, including this paragraph € (appropriately modified for identification of the parties in each subcontract that- (1) Is for-(i) Commercial and noncommercial services (except for commercial services that are part of the purchase of a COTS item (or an item that would be a COTS item, but for minor modifications), performed by the COTS provider, and are normally provided for that COTS item); or (ii) Construction; (2) Has a value of more than $3,500; and (3) Includes work performed in the United States. http://www.dhs.gov/E-Verify BID RESPONSE ITB WS 20-21 LANDSCAPE MANAGEMENT SERVICES Date Submitted: _______________________________________________________________ Submitted By: _______________________________________________________________ BID#: ITB WS 20-21 BID TITLE: Landscape Management Services Water & Sewer Bid Price: April-September (6 month price) $_____________________________________ October –March (6 month price) $_____________________________________ Total Price for Year (WS) $_____________________________________ Airport Bid Price: April-September (6 month price) $______________________________________ October –March (6 month price) $______________________________________ Total Price for Year (AP) $______________________________________ Tourist Development Department: April-September (6 month price) $______________________________________ October –March (6 month price) $______________________________________ Total Price for Year (TDD) $______________________________________ Total Bid Price for all services: $___________________________________________________________________ Extra Services Hourly Rate: $___________________________________________ Materials Cost plus Percentage: $________________________________________ DRAFT CONTRACT Please note: This sample contract is a draft contract for proposer’s to view and understand the County’s standard terms and conditions. It is subject to revisions. By submitting a formal quote, proposer understands and acknowledges that the draft contract is not an offer. Proposers are not to sign this draft contract. AGREEMENT BETWEEN OKALOOSA COUNTY, FLORIDA AND CONTRACT ID THIS AGREEMENT (hereinafter referred to as the “Agreement”) is made this ______, day of __________, 20______, by and between Okaloosa County, a political subdivision of the state of Florida, (hereinafter referred to as the “County”), with a mailing address of 1250 N. Eglin Parkway, Suite 100, Shalimar, Florida, 32579, and _______________________________, a ____________________________________ authorized to do business in the State of Florida (hereinafter referred to as “Contractor”) whose Federal I.D. # is ___________________. RECITALS WHEREAS, the County is in need of a contractor to provide Landscape Management Services (“Services”); and WHEREAS, pursuant to the Okaloosa County Purchasing Manual, the County obtained written quotes from contractors to perform these Services. A copy of Contractor’s proposal is included as Attachment “A”; and WHEREAS, Contractor is a certified and insured entity with the necessary experience to provide the desired Services; and WHEREAS, the County wishes to enter into this Agreement with Contractor to provide the Services to the County for an amount of ________________________________Dollars ($ ______________), as further detailed below. NOW THEREFORE, in consideration of the promises and the mutual covenants herein, the parties agree as follows: 1. Recitals and Attachments. The Recitals set forth above are hereby incorporated into this Agreement and made part hereof for reference. The following documents are attached to this Agreement and are incorporated herein. Attachment “A” – Contractor’s Proposal; Attachment “B” – Insurance Requirements; Attachment “C” – Title VI list of pertinent nondiscrimination acts and authorities; 2. Services. Contractor agrees to perform the following services, Pest Services. The Services to be provided are further detailed in the Contractor’s proposal attached as Attachment “A” and incorporated herein by reference. The Services shall be performed by Contractor to the full satisfaction of the County. Contractor agrees to have a qualified representative to audit and inspect the Services provided on a regular basis to ensure all Services are being performed in accordance with the County’s needs and pursuant to the terms of this Agreement and shall report to the County accordingly. Contractor agrees to immediately inform the County via telephone and in writing of any problems that could cause damage to the County. Contractor will require its employees to perform their work in a manner befitting the type and scope of work to be performed. 3. Term and Renewal. The term of this Agreement shall begin on February 27, 2021, and shall continue for a period of three (3) years from the date of full execution of this Agreement, subject to the County’s ability to terminate in accordance with Section 7 of this Agreement. The terms of Section 20 entitled “Indemnification and Waiver of Liability” shall survive termination of this Agreement. This agreement may be renewed upon mutual written agreement of the parties for a period of up to two (2) one (1) year renewals. 4. Compensation. The Contractor agrees to provide the Services to the County, including materials and labor, in a total amount of ________________________________________________ Dollars ($ _______________). a. Contractor shall submit an invoice to the County upon _____________________________. The invoice shall indicate that all services have been completed for that invoice period. In addition, Contractor agrees to provide the County with any additional documentation requested to process the invoices. b. Payment Schedule. Invoices received from the Contractor pursuant to this Agreement will be reviewed by the initiating County Department. Payment will be disbursed as set forth above. If services have been rendered in conformity with the Agreement, the invoice will be sent to the Finance Department for payment. Invoices must reference the contract number assigned by the County after execution of this Agreement. Invoices will be paid in accordance with the State of Florida Local Government Prompt Payment Act. c. Availability of Funds. The County’s performance and obligation to pay under this Agreement is contingent upon annual appropriation for its purpose by the County Commission. Contractor shall make no other charges to the County for supplies, labor, taxes, licenses, permits, overhead or any other expenses or costs unless any such expenses or cost is incurred by Contractor with the prior written approval of the County. If the County disputes any charges on the invoices, it may make payment of the uncontested amounts and withhold payment on the contested amounts until they are resolved by agreement with the Contractor. Contractor shall not pledge the County’s credit or make it a guarantor of payment or surety for any contract, debt, obligation, judgment, lien, or any form of indebtedness. The Contractor further warrants and represents that it has no obligation or indebtedness that would impair its ability to fulfill the terms of this Agreement. 5. Ownership of Documents and Equipment. All documents prepared by the Contractor pursuant to this Agreement and related Services to this Agreement are intended and represented for the ownership of the County only. Any other use by Contractor or other parties shall be approved in writing by the County. If requested, Contractor shall deliver the documents to the County within fifteen (15) calendar days. 6. Insurance. Contractor shall, at its sole cost and expense, during the period of any work being performed under this Agreement, procure and maintain the minimum insurance coverage required as set forth in Attachment “B” attached hereto and incorporated herein, to protect the County and Contractor against all loss, claims, damages and liabilities caused by Contractor, its agents, or employees. 7. Termination and Remedies for Breach. a. If, through any cause within its reasonable control, the Contractor shall fail to fulfill in a timely manner or otherwise violate any of the covenants, agreements or stipulations material to this Agreement, the County shall have the right to terminate the Services then remaining to be performed. Prior to the exercise of its option to terminate for cause, the County shall notify the Contractor of its violation of the particular terms of the Agreement and grant Contractor thirty (30) days to cure such default. If the default remains uncured after thirty (30) days the County may terminate this Agreement, and the County shall receive a refund from the Contractor in an amount equal to the actual cost of a third party to cure such failure. If Contractor fails, refuses or is unable to perform any term of this Agreement, County shall pay for services rendered as of the date of termination. i. In the event of termination, all finished and unfinished documents, data and other work product prepared by Contractor (and sub-Contractor (s)) shall be delivered to the County and the County shall compensate the Contractor for all Services satisfactorily performed prior to the date of termination, as provided in Section 4 herein. ii. Notwithstanding the foregoing, the Contractor shall not be relieved of liability to the County for damages sustained by it by virtue of a breach of the Agreement by Contractor and the County may reasonably withhold payment to Contractor for the purposes of set-off until such time as the exact amount of damages due the County from the Contractor is determined. b. Termination for Convenience of County. The County may, for i

302 N. Wilson St. - Suite 302 Crestview, FL 32536Location

Address: 302 N. Wilson St. - Suite 302 Crestview, FL 32536

Country : United StatesState : Florida

You may also like

LANDSCAPING JB

Due: 31 Oct, 2026 (in about 2 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

7000 South Landscaping Design Services

Due: 03 Apr, 2024 (in 5 days)Agency: Utah Division of Purchasing

7000 South Landscaping Design Services

Due: 03 Apr, 2024 (in 5 days)Agency: State of Utah

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.