REQUEST FOR QUOTATION



Similar documents
Form P ITEM DESCRIPTION UNIT ESTIMATED 12 MONTH QUANTITY

REQUEST FOR QUOTATION **THIS IS NOT AN ORDER**

**** PLEASE COMPLETE AND AFFIX SIGNATURE BELOW ****

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:


STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

Invitation for Bid. For. Bank Courier Services

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

ARTICLE 11. INSURANCE AND BONDS


GREENFIELD MIDDLE SCHOOL ROOF PROJECT

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSURANCE REQUIREMENTS

Request for Quotation RFQ ID Card Printers

GENERAL INSTRUCTIONS AND REQUIREMENTS

Request for Statements of Qualifications # for Electric Motor Repair

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

GENERAL TERMS & CONDITIONS OF QUOTE

ADDENDUM A1. Subcontractor Insurance Requirements

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS

Rats & mice, roaches (all types), mites, silverfish, spiders, and other pests, airborne or otherwise (excluding termites).

EXHIBIT D INSURANCE REQUIREMENTS

THIS IS NOT AN ORDER INVITATION TO QUOTE (ITQ) ITQ NO.: IQ9800-0/20 GOLF BALL RETRIEVAL SERVICES

Subcontractor Insurance & Licensing Requirements Please provide the items below

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

CITY OF BONITA SPRINGS, FLORIDA RFP #

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

NEW YORK STATE OFFICE OF GENERAL SERVICES SURPLUS PROPERTY SALE - CABOOSE

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY Telephone: Fax: NOTICE TO BIDDERS

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

Department of Purchasing & Contract Compliance

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

Attachment 4: Insurance Requirements


REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO.

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON

SAMPLE SERVICES CONTRACT

May 29, 2012 Solicitation of quotations

1. Applicants must provide information requested in the section titled Required Information.

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

SOLICITATION QUOTATION PROFESSIONAL SERVICES

WASHINGTON SUBURBAN SANITARY COMMISSION

CHECKLIST FOR INSURANCE REVIEWS

QSP INFORMATION AT A GLANCE

REQUEST FOR QUOTATION

Attachment 04 Contractor s Insurance Requirements

CITY OF LEAWOOD. Independent Contractor Agreement

To: From: Patricia Baskerville, PCS Phone: (000) Date: June 12, 2015 Pages: 10

City of Boulder, Colorado. Request for Proposals RFQ # Pest Control

INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA

SPECIFICATIONS FOR ROOT CONTROL IN CITY MAINTAINED SANITARY SEWERS

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

MAIN CIVIL WORKS CONTRACT SCHEDULE 13 INSURANCE TABLE OF CONTENTS

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING

CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Request for Quote. LETTERING REPLACEMENT At Tulsa International Airport

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

Colocation Master Services Vol.1.0

Insurance & Bonding Requirements. Eastside Trail Extension

GENERAL INSTRUCTIONS AND REQUIREMENTS

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

CONTRACT INSURANCE REQUIREMENTS

#5 Independent Contractor Form - With Insurance With Bonds

Attachment 4. Contractor Insurance Requirements

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

6. WARNING BY BUYER. BUYER shall give warning of any possible hazard to any person or persons to whom BUYER resells, gives or delivers the Property

Alterations to Building Request Form

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

DESCRIPTION: COURT REPORTING SERVICES ATLANTA PUBLIC LIBRARY

REQUEST FOR BIDS. Vicki S. Parrish, County Clerk

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS

Appendix F. A. Conditions Applicable to Insurance. All policies of insurance required by this Contract must meet the following requirements:

Solicitation Addendum One (1) RFQ CARPET CLEANING SERVICES

14RFP00721B-WL, Small Business Market Availability Study

HAMILTON COUNTY SCHOOL DISTRICT

PUBLIC NOTICE Bid for Plumbing Repair- Service CITY OF WEST DES MOINES DEPARTMENT OF PUBLIC WORKS

Delaware State University

EXHIBIT K Insurance Requirements

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

Request for Quotation (RFQ) RFQ SharePoint Consultant

Memorandum of Understanding

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.

Solicitation Addendum

The AIA B Standard Form of Agreement between the Owner and Architect is hereby amended as follows:

CITY HALL 1 ST FLOOR WINDOW REPLACEMENT

REQUEST FOR PROPOSAL

Transcription:

AMENDED 02-13-2013 REQUEST FOR QUOTATION **THIS IS NOT AN ORDER** Form P BOARD OF COUNTY COMMISSIONERS, PALM BEACH COUNTY PURCHASING DEPARTMENT 50 S. MILITARY TRAIL, SUITE 110, WEST PALM BEACH, FL 33415-3199 PHONE (561) 616-6823 FAX (561) 242-6723 E-Mail: gcarrico@pbcgov.com RFQ #: 300441/GC To ensure that your offer is considered it must be received in Palm Beach County Purchasing no later than 4:00 PM, PALM BEACH BUYER: Greg Carrico COUNTY LOCAL TIME, on February 20, 2013. Offers received after DATE: February 6, 2013 this time will not be considered. ***** FAXED RESPONSES ACCEPTED ***** TITLE: Pest Control Service, Bascule Bridges, Various Palm Beach County Locations, Term Contract Quotations are requested for furnishing the goods/services described below in accordance with applicable terms, conditions and specifications as set forth herein without any modification, change or alterations to any terms, conditions or provisions of this solicitation, unless specifically approved in writing by the County. ALL QUOTATIONS MUST BE F.O.B. DESTINATION. PALM BEACH COUNTY IS EXEMPT from FEDERAL, STATE and CITY TAXES. An Exemption Certificate will be furnished upon request. By submitting an offer which is accepted by the County, a binding contract is formed in accordance with the terms, conditions and specifications as set forth in this RFQ (Request for Quotation) and in the Purchase Order/Term Contract Standard Terms and Conditions located at (www.pbcgov.com/purchasing). CONDITIONED OFFERS: Vendors are cautioned that any condition, qualification, provision, or comment in their quote, or in other correspondence transmitted with their quote, which in any way modifies, takes exception to, or is inconsistent with the specifications, requirements, or any of the terms, conditions, or provisions of this solicitation, is sufficient cause for the rejection of their quote and shall be considered as non-responsive. ITEM DESCRIPTION PRICE PER MONTH 1. 2. 707 Bridge in Jupiter: To include, Bridge House; (1) Electrical Room (2) Machine Rooms; (4) Traffic Gates; Generator House Donald Ross Bridge in Juno: To include, Bridge House; (1) Electrical Room (2) Machine Rooms; (14) Traffic Gates; (2) Pits; Generator House Ocean Ave. Bridge in Lantana: To include, Bridge House; (1) Electrical Room (2) Machine Rooms; (4) Traffic Gates; (2) Pits; Generator House 3. 4. 5. 6. 7. *THIS BRIDGE IS UNDER CONSTRUCTION. SERVICE TO RESUME UPON COMPLETION APPROXIMATELY MARCH 2014 S.W. 15th Ave. Bridge in Boynton Beach: To include, Bridge House; (1) Electrical Room (2) Machine rooms; (4) Traffic Gates; (2) Pits; Generator House N.E. 8th St. Bridge in Delray Beach: to include, Bridge House; (1) Electrical Room (2) Machine Rooms; (4) Traffic Gates; (2) Pits; Generator House Linton Blvd. Bridge in Delray Beach: To include, Bridge House; (1) Electrical Room (1) Machine Room; (4) Traffic Gates; Transformer Building Palmetto Park Rd. Bridge in Boca Raton: to include, Bridge House; (1) Electrical Room (2) Machine Rooms; (4) Traffic Gates; (4) Pits; Generator House Boca club Bridge in Boca Raton: To include, Bridge House; (1) Electrical Room (2) Machine Rooms; (4) Traffic Gates; 8. (2) Pits; Generator House TOTAL OFFER PER MONTH ITEMS 1 THROUGH 8: All unit prices bid should be within two (2) decimal points. If bidder s pricing exceeds two (2) decimal points, Purchasing reserves the right to round up or down accordingly. Was Mandatory Visual Inspection made, per Term and Condition # 2? YES INITIAL Is Qualification of Bidders information included, per Term and Condition # 3 A? YES INITIAL Is Pest Control License included, per Term and Condition # 3 B? YES INITIAL PLEASE COMPLETE AND AFFIX SIGNATURE BELOW FIRM NAME: CITY STATE ZIP SIGNATURE OF AUTHORIZED AGENT: DATE: IT IS THE VENDOR S SOLE RESPONSIBILITY TO ROUTINELY CHECK OUR WEBSITE FOR ANY AMENDED RFQ S THAT MAY HAVE BEEN ISSUED PRIOR TO THE DEADLINE FOR RECEIPT OF QUOTES NAME OF AUTHORIZED AGENT: TITLE: PRINT OR TYPE PHONE NO. FAX NO. FED ID # or SS # E-MAIL QUOTATIONS ACCEPTED ON THIS FORM ONLY IN ACCORDANCE WITH THE PROVISIONS OF ADA, THIS DOCUMENT MAYBE REQUESTED IN AN ALTERNATE FORMAT

RFQ # 300441/GC Pest Control Service, Bascule Bridges, Term Contract 1. POST AWARD MEETING Within ten (10) days after receipt of notification of award of bid, successful bidder shall meet with Palm Beach County Engineering Department & Public Works Department-Bridge Division representative(s) to discuss job procedures and scheduling. The successful bidder shall contact Barry Meve at 561-233-3975 to arrange meeting. 2. INSPECTION OF FACILITIES (MANDATORY) Bidders must visually inspect facilities at site where services are to be performed. Based on the similarity and nature of each location, the County has determined in the best interest to the County and Bidders that the bridge located at Donald Ross Road in Jupiter shall be used for visual inspection that represents the facilities where services are to be performed. All bidders are required to attend this site inspection which will be held at DONALD ROSS ROAD BASCULE BRIDGE located at DONALD ROSS ROAD AND THE INTRACOASTAL WATERWAY on February 13, 2013 commencing at 10:00_a.m. at the BRIDGEHOUSE PARKING LOT. THE BIDDER S FAILURE TO VISUALLY INSPECT THE FACILITIES SHALL RESULT IN DISQUALIFICATION OF THEIR BID. Bidders are advised to make a thorough inspection of the extent of work. After the bid has been awarded, no extra charge or compensation will be allowed unless by reason of unforeseeable causes beyond his control and without fault or negligence, including, but not restricted to, Acts of God. Said change must be approved, in writing, by the Director of Purchasing. Bidders are reminded that statements and information provided at this meeting/inspection are not binding unless issued in writing as an amendment to the Bid. All interested parties/bidders shall sign an attendance sheet. The attendance sheet will be collected at 10:10 a.m. (10 minutes after stated start time) local time. Those arriving after the attendance sheet has been collected shall be considered as not in attendance for purposes of the mandatory site inspection. 3. QUALIFICATION OF BIDDERS This bid shall be awarded only to a responsive and responsible bidder, qualified to provide the goods and/or service specified. The bidder shall, upon request, promptly furnish the County sufficient evidence in order to confirm a satisfactory performance record. Such information may include an adequate financial statement of resources, the ability to comply with required or proposed delivery or performance schedule, a satisfactory record of integrity and business ethics, the necessary organization, experience, accounting and operation controls, and technical skills, and be otherwise qualified and eligible to receive an award under applicable laws and regulations. The bidder should submit the following information with their bid response; however, if not included, it shall be the responsibility of the bidder to submit all evidence, as solicited, within a time frame specified by the County (normally within two working days of request). Failure of a bidder to provide the required information within the specified time frame is considered sufficient cause for rejection of their bid. Information submitted with a previous bid shall not satisfy this provision. A. List a minimum of three (3) references in which similar goods and/or services have been provided within the past three (3) years including scope of work, contact names, addresses, e-mail addresses, telephone numbers and dates of service on the attached reference sheet included herein. A contact person shall be someone who has personal knowledge of the bidder s performance for the specific requirement listed. Contact person must have been informed that they are being used as a reference and that the County may be calling them. DO NOT list persons who are unable to answer specific questions regarding the requirement. The bidder must provide written evidence (copies of current licenses/certifications) that show that the firm (bidder) or a principal in the firm be licensed to contract the scope of work in Palm Beach County with one of the following: B. Pest Control License 4. AWARD (ALL-OR-NONE) Palm Beach County shall award this bid to the lowest, responsive, responsible bidder on an all-or-none, total offer basis. Therefore, it is necessary for a bidder to bid on every item in order to have a bid considered. It is also required that the bidder carefully consider each item, and make sure that each one meets the specifications as indicated. In the event that one item does not meet such specifications the entire bid will be considered non-responsive. Additionally, if a bidder enters a No Bid, or N/A for any item, they will be considered non-responsive.

5. METHOD OF ORDERING (TERM CONTRACT) RFQ # 300441/GC Pest Control Service, Bascule Bridges, Term Contract A contract shall be issued for a term of twelve (12) months or until the estimated amount is expended, at the discretion of the County. The County will order on an as needed basis. 6. ESTIMATED EXPENDITURES The anticipated term of the contract to be awarded as a result of this bid is for twelve (12) months. The anticipated value during the contract term is 3,000. Palm Beach County reserves the right to increase or decrease the anticipated value as necessary to meet actual requirements, and to rebid for the contracted goods and services at any time after the anticipated value of this contract has been reached, notwithstanding that the anticipated term has not been completed. 7. RENEWAL OPTION The successful bidder shall be awarded a contract for twelve (12) months with the option to renew for four (4) additional twelve (12) month period(s). The option for renewal shall only be exercised upon mutual written agreement and with all original terms, conditions and unit prices adhered to with no deviations. Any renewal shall be subject to the appropriation of funds by the Board of County Commissioners. A renewal shall be revoked if a vendor is suspended by the Purchasing Department prior to the commencement of the renewal period. 8. ATTACHMENT(S) Attachment A is included and is considered to be a component of this bid. 9. WORK SITE SAFETY/SECURITY The successful bidder shall at all times guard against damage or loss to the property of Palm Beach County, the bidder s own property, and/or that of other contractors, and shall be held responsible for replacing or repairing any such loss or damage. When applicable, the successful bidder shall provide fences, signs, barricades, flashing lights, etc. necessary to protect and secure the work site(s) and insure that all County, State of Florida, OSHA, and other applicable safety regulations are met. Additionally, successful bidder shall provide for the prompt removal of all debris from Palm Beach County property. Palm Beach County may withhold payment or make such deductions as deemed necessary to ensure reimbursement or replacement for loss or damage to property through negligence of the successful bidder or its agents. 10. INSURANCE REQUIRED It shall be the responsibility of the successful bidder to provide evidence of the following minimum amounts of insurance coverage to Palm Beach County, c/o Purchasing Department, Attention Buyer, 50 South Military Trail, Suite 110, West Palm Beach, Florida 33415. Subsequently, the successful bidder shall, during the term of the Contract, and prior to each renewal thereof, provide evidence of insurability to CertFocus at www.certfocus.com or fax (561) 666-6041, which is Palm Beach County s insurance management system, prior to the expiration date of each and every insurance required herein. Commercial General Liability Insurance. Successful bidder shall maintain Commercial General Liability Insurance, or similar form, at a limit of liability not less than 500,000 Each Occurrence for Bodily Injury, Personal Injury and Property Damage Liability. Coverage shall include Premises and/or Operations, Independent Contractors, Products and/or Completed Operations, Personal Injury/Advertising Liability, Contractual Liability and Broad Form Property Damage coverages. Coverage for the hazards of explosion, collapse and underground property damage (X-C-U) must also be included when applicable to the work to be performed. This coverage shall be endorsed to include Palm Beach County as an Additional Insured. Business Auto Liability Insurance. Successful bidder shall maintain Business Auto Liability Insurance at a limit of liability not less than 500,000 Combined Single Limit Each Accident for all owned, non-owned, and hired automobiles. (In this context, the term Autos is interpreted to mean any land motor vehicle, trailer or semi trailer designed for travel on public roads.) In the event successful bidder neither owns nor leases automobiles, the Business Auto Liability requirement shall be amended allowing successful bidder to maintain only Hired & Non-Owned auto Liability. If vehicles are acquired throughout the term of the contract, bidder agrees to purchase Owned Auto coverage as of the date of acquisition. This amended requirement may be satisfied by way of endorsement to the Commercial General Liability, or separate Business Auto coverage form. Workers Compensation and Employer s Liability Insurance. Successful bidder shall maintain Workers Compensation & Employer s Liability Insurance in accordance with Florida Statute Chapter 440 A signed Certificate or Certificates of Insurance, evidencing that required insurance coverages have been procured by the successful bidder in the types and amounts required hereunder shall be transmitted to the County via the Insurance Company/Agent within a time frame specified by the County (normally within 2 working days of request). Failure to provide required insurance shall render your bid non responsive.

RFQ # 300441/GC Pest Control Service, Bascule Bridges, Term Contract Except as to Business Auto, Workers Compensation and Employer s Liability (and Professional liability, when applicable), said Certificate(s) shall clearly confirm that coverage required by the contract has been endorsed to include Palm Beach County as an Additional Insured. Said Certificate(s) of Insurance shall, to the extent allowable by the insurer, include a minimum thirty (30) day endeavor to notify due to cancellation (10 days for nonpayment of premium) or non-renewal of coverage. It is the responsibility of the successful bidder to ensure that all required insurance coverages are maintained in force throughout the term of the contract. Failure to maintain the required insurance shall be considered default of contract. All insurance must be acceptable to and approved by County as to form, types of coverage and acceptability of the insurers providing coverage. Bidder shall agree that all insurance coverage required herein shall be provided by Bidder to County on a primary basis. 11. SBE ORDINANCE Item 1 - Policy It is the policy of the Board of County Commissioners of Palm Beach County, Florida, that SBE(s) have the maximum practical opportunity to participate in the competitive process of supplying goods and services to the County. To that end, the Board of County Commissioners adopted a Small Business Ordinance which is codified in Sections 2-80.21 through 2-80.34 (as amended) of the Palm Beach County Code, which sets forth the County s requirements for the SBE program, and is incorporated in this solicitation. Compliance with the requirements contained in this section shall result in a bidder being deemed responsive to SBE requirements. The provisions of this Ordinance are applicable to this solicitation, and shall have precedence over the provisions of this solicitation in the event of a conflict. Item 2 Contract Award Criteria For purchases made as a result of this solicitation, the County shall make an award to the vendor who is certified as a small business with Palm Beach County and who is within 10% of the lowest responsive, responsible bidder, providing that the small business is also deemed responsive and responsible to the terms and conditions of the solicitation. Item 3 - SBE Certification Only those firms certified as a small business enterprise by Palm Beach County at the time of bid opening shall be counted toward the established SBE goals. Upon receipt of a complete application, IT TAKES UP TO NINETY (90) DAYS TO BECOME CERTIFIED AS AN SBE WITH PALM BEACH COUNTY. It is the responsibility of the bidder to confirm the certification of any proposed SBE; therefore, it is recommended that bidders visit the on-line Vendor Directory at www.pbcgov.org/osba to verify SBE certification. Item 4 - Decertification As part of the consideration for bid award under the SBE Ordinance, any firm/proposer decertified by Palm Beach County shall be considered non-responsive to the SBE requirements.

SPECIFICATIONS RFQ # 300441/GC Pest Control Service, Bascules Bridges, Term Contract The sole purpose and intent of this Request for Quote (RFQ) is to secure firm, fixed pricing and establish a term contract for the monthly Pest Control Service requirements at various Bascule Bridges throughout Palm Beach County as listed below. 1. 707 Bridge in Jupiter: to include Bridge House; (1) Electrical Room (2) Machine Rooms; (4) Traffic Gates; Generator House 2. Donald Ross Bridge in Juno: to Include, Bridge House: (1) Electrical Room (2) Machine Rooms; (14) Traffic Gates: Generator House; (2) Pits 3. Ocean Ave. Bridge in Lantana: to include, (1) Electrical Room (2) Machine Rooms; (4) Traffic Gates; Generator House; (2) Pits 4. S.W. 15th Ave. Bridge in Boynton: to include, Bridge House; (1) Electrical Room (2) Machine Rooms; (4) Traffic Gates: Generator House; (2) Pits 5. N.E. 8th St. Bridge in Delray: to include, Bridge House; (1) Electrical Room (2) Machine Rooms; (4) Traffic Gates; Generator House; (2) Pits 6. Linton Blvd. Bridge in Delray: to include, Bridge House; (1) Electrical Room (1) Machine Room: (4) Traffic Gates; Transformer Building 7. Palmetto Park Rd. Bridge in Boca: to include Bridge House; (1) Electrical Room (2) Machine Rooms; (4) Traffic Gates; Generator Room; (4) Pits 8. Boca Club Bridge in Boca: to include, Bridge House; (1) Electrical Room (2) Machine Rooms; (4) Traffic Gates; Generator House; (2) Pits TASK SCOPE Services to include control for roaches, ants, silver fish, spiders, fleas, mites, wasp, bees, mice and rats. NOTE: Work to be guaranteed with unlimited ACall Backs@, as required, at no additional charge to Palm Beach County. Service area shall include interior of buildings. Rat poison is prohibited in County buildings; blue traps or baited boxes are suggested as alternatives. Successful Bidder shall schedule service, as required with the user department, (suggested time of service after 4:00 p.m.) Successful Bidder shall inform the County contact person(s) the name and phone number of the technicians assigned to their buildings. County contact persons shall be notified immediately of any changes in technician s assignment. Service to be provided as specified for each location. INSECTICIDE REQUIREMENTS Heavy duty, commercial formula, with low/no odor when used during normal working hours with County employees present. Flea spray to be residual acting chemical, specially labeled for fleas, also to include fleas-growth regulator additive. Fogging also may be required for flea and mite infestation, using Pyrethrum pt. 565 or an equivalent substance. Active ingredients shall contain: Pyrethrum 50%, Technical Piperonly Butoxide 1.000% N-Octyl Bicychopeptene - Dicabormide 1.000% Refined petroleum oil 8.000% INERT: 89.500%, Equivalent to 0.8% (Butylcarbity) 6-Prepylpiperonly and 0.2 Of Related Compounds DOCUMENTATION The vendor=s designated Technician shall provide a receipt to the using department. Receipts must be signed by a designated County representative(s), as acknowledgment of service completed. Receipts dated in excess of one day after work has been completed will not be accepted. When work is completed on a recognized Palm Beach County holiday, the vendor must have the receipt signed by the next working day.

ATTACHMENT A REFERENCES FOR SOLICITATION RFQ # 300441/GC List references in accordance with qualifications of bidder, when applicable. CUSTOMER NAME: PHONE NUMBER: ( ) FAX NUMBER: ( ) E-MAIL: CONTACT NAME: SCOPE OF WORK: START DATE: END DATE: CUSTOMER NAME: PHONE NUMBER: ( ) FAX NUMBER: ( ) E-MAIL: CONTACT NAME: SCOPE OF WORK: START DATE: END DATE: CUSTOMER NAME: PHONE NUMBER: ( ) FAX NUMBER: ( ) E-MAIL: CONTACT NAME: SCOPE OF WORK: START DATE: END DATE: