Agency for Persons with Disabilities State of Florida Tacachale BIOHAZARD WASTE REMOVAL ITB # APD 11-002



Similar documents
Request for Proposals RFP No

Request for Proposals (RFP) for Court Reporting Services. RFP No: OAG 13/14-10 The State of Florida Office of the Attorney General

REQUEST FOR QUALIFICATIONS Marketing Services RFQ No

TABLE OF CONTENTS. Purchasing and Contracts Division Purchasing Policies and Procedures The Competitive Process... 2

REQUEST FOR PROPOSALS Planning and Marketing Services RFP No

INVITATION TO BID (ITB) ON FIRE ALARM SYSTEMS TROUBLE SHOOTING, REPAIR, INSPECTION AND CERTIFICATION FOR PENSACOLA JUNIOR COLLEGE

Request for Proposals (RFP) For. Nursing Consultant Services. RFP No: DMS 14/ The State of Florida Department of Management Services

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

SPECIFICATIONS FOR LAWN MAINTENANCE SERVICE FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 16-LMS

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

AT: 1. Norridge Village Hall N. Olcott Ave. and 2. Norridge Police Department N. Olcott Ave.

OSWEGO COUNTY PURCHASING DEPARTMENT

Agency for Persons with Disabilities State of Florida Sunland UNLEADED GASOLINE

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

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK (845)

TABLE OF CONTENTS. Prefacej... 1

REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC460) Prince William, Virginia (703) Metro Fax (703)

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

Department of Purchasing & Contract Compliance

CITY HALL 1 ST FLOOR WINDOW REPLACEMENT

REQUEST FOR PROPOSALS (RFP) for. IT Service Management (ITSM) Software Product and Consulting Services RFP NO: RFP 1428

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

Department of Purchasing & Contract Compliance

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.

REQUEST FOR PROPOSAL Procurement of Landscaping Services

Town of Montreat Buncombe County, North Carolina

Department of Purchasing & Contract Compliance

BOARD OF COUNTY COMMISSIONERS, WALTON COUNTY, FLORIDA. REQUEST FOR PROPOSAL For TELECOMMUNICATION AUDIT

TOWN OF GROTON INVITATION TO BID ARCHIVING SYSTEM

CITY OF BONITA SPRINGS, FLORIDA RFP #

Ocoee, FL July 01, 2016 Advertisement No. 1


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

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Issue Date: May 6, 2014

EXHIBIT 1 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED (GENERAL) CONTRACTORS BY THE

CHAPTER 11 APPEALS AND DISPUTES

How To Do Business With Omaha Public Schools

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

Department of Purchasing & Contract Compliance

GENERAL CONDITIONS OF INVITATION TO BID GENERAL

OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project)

SOLICITATION QUOTATION PROFESSIONAL SERVICES

REQUEST FOR PROPOSAL BID # ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

REQUEST FOR PROPOSALS TO FURNISH EMS AMBULANCE BILLING SERVICES FOR OKALOOSA COUNTY, FLORIDA

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

INSTRUCTIONS TO BIDDERS

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

388 Blohm Ave. PO Box 388 Aromas CA (831) FAX (831) ADDENDUM NO. 1

REQUEST FOR PROPOSAL (RFP)

Robla School District

QSP INFORMATION AT A GLANCE

HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING

Request for Proposals

PROPOSAL FOR ASBESTOS and ENVIRONMENTAL SURVEY

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

Purchasing a Business in Utah - RFP Approval Bid Process

REQUEST FOR PROPOSALS RESIDENTIAL HOME WARRANTY PROGRAM FOR THE CITY OF PENSACOLA, FLORIDA. RFP No

Attachment A: Terms and Conditions RFx Bid Opening: 07/06/2016

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

Final Procurement Contract and Vendor Rules Arkansas Health Insurance Marketplace

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

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL

MPS 303 & 304 Rehab COLLIER COUNTY BID NO COLLIER COUNTY, FLORIDA

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

DUE DATE: August 23, :00 p.m.

Air Conditioning Maintenance Services

SEALED BID SOLICITATION QUOTATION

Department of Purchasing & Contract Compliance

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

Florida Division of Emergency Management ITB-DEM Disaster Recovery Services Questions and Answers (ANSWERS IN BOLD)

Request for Quote (RFQ) FOR: Armored Car Services

PROPOSAL COVER SHEET

CITY OF PRINEVILLE REQUEST FOR PROPOSAL RFP# INSURANCE AGENT/BROKER SERVICES EMPLOYEE BENEFIT INSURANCE

POST AWARD CONTRACT MANAGEMENT

SUPERIOR COURT OF CALIFORNIA

Page 1 of 7 DOCUMENTED QUOTE

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSTRUCTIONS TO BIDDERS

Notice of Request for Proposals (RFP) Agent of Record/Insurance Consultant (Broker) Services Time Line of RFP Events: RFP No:

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

HOW TO DO BUSINESS WITH THE STATE OF ALASKA

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

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

MASCONOMET REGIONAL SCHOOL DISTRICT Computers Invitation to Bid

Center Unified School District

CLAY COUNTY UTILITY AUTHORITY, FLORIDA REQUEST FOR PROPOSALS FOR

FOX VALLEY PARK DISTRICT. Merchant Credit Card Services Request for Quotation

LEGAL NOTICE REQUEST FOR BID SEALED BID For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Transcription:

Agency for Persons with Disabilities State of Florida Tacachale INVITATION TO BID (ITB) FOR BIOHAZARD WASTE REMOVAL ITB # APD 11-002 COMMODITY CODE: 991-100 Bid Opening Date: October 14, 2011 at 1:30 P.M. (EST) REFER ALL QUESTIONS TO: MADELYN TOWNS, PURCHASING DIRECTOR Email Address: madelyn_towns@apd.state.fl.us DEADLINE FOR QUESTIONS: October 10, 2011 at 1:30 P.M. MAIL OR DELIVER BID RESPONSES TO: Agency for Persons with Disabilities-Tacachale Purchasing Office, Administration Building 1621 NE Waldo Road, Gainesville, FL 32609 Telephone: (352) 955-5537

TABLE OF CONTENTS SECTION 1 - INTRODUCTION SECTION 2 - ITB PROCESS SECTION 3 - VENDOR REQUIREMENTS SECTION 4 - INSTRUCTIONS TO VENDORS SECTION 5 - BID RATING AND BID TABULATION SHEET SECTION 6 - FINANCIAL SPECIFICATIONS SECTION 7 - CONTRACT PROVISIONS SECTION 8 - SPECIAL CONDITIONS APPENDIX I - CONTRACTOR EMPLOYMENT ELIGIBILITY VERIFICATION FORM APPENDIX II - CONTACT FOR CONTRACT ADMINISTRATION APPENDIX III - DRUG-FREE WORKPLACE PROGRAM CERTIFICATION APPENDIX IV - PRICE SHEET APPENDIX V - VENDORS STATEMENT AND CERTIFICATIONS ATTACHMENT I - RESPECT OF FLORIDA CONTRACT TERMS & CERTIFICATION OF CONSULTATION 2

SECTION 1 - INTRODUCTION 1.1 Background and Statement of Purpose The Tacachale Center for Excellence located on Waldo Road in Gainesville, Florida is an Intermediate Care Facility for the Developmentally Disabled. Residents live in group homes and every effort is put forth, to provide them with a typical home setting. The facility provides complete care for the residents including medical care. The biohazard waste flow includes items such as sharps containers, medical waste, body fluids and other waste. The purpose of this solicitation is to secure competitive bids from qualified vendors to the Agency for Persons with Disabilities at Tacachale in Gainesville. The successful bidder must provide Biohazard Waste Removal services for Tacachale. 1.2 Term of Contract Upon selection of the winning bid, the Agency shall enter into a contract with the successful bidder. Purchases from the resulting Contract shall be accomplished through either issuance of purchase order (s) or by utilizing of the Agency s Visa Card by authorized Agency employees. By submitting a bid hereunder, the vendor agrees to accept payment by either method. SECTION 2 - ITB PROCESS 2.1 Contact Person All questions related to this procurement will be addressed to: Madelyn Towns, Purchasing Director Tacachale Purchasing Department 1621 NE Waldo Road Gainesville, FL 32609 Telephone: (352) 955-5537 E-mail: madelyn_towns@apd.state.fl.us 2.2 Posting All Notices, decisions and intended decisions and other matters relating to the procurement will be electronically posted on the State of Florida Vendor Bid System at http://fcn.state.fl.us/owa_vbs/owa/vbs.www.main_menu. It is the responsibility of those submitting a response to the solicitation to obtain the results from the Internet posting in sufficient time to protect their own interests should they care to do so. Likewise, any faxed information with regard to the results of this procurement will not extend the time limits set out in s. 120.57(3), F.S. 3

2.3 Vendor Disqualification To be disqualified as a vendor under this provision, the vendor must have: a. Previously failed to satisfactorily perform in a contract with the Agency, been notified by the Agency of the unsatisfactory performance, and failed to correct the unsatisfactory performance to the satisfaction of the Agency. b. Detailed information regarding additional disqualifying criteria is found in PUR 1001 which is a downloadable document at http://dms.myflorida.com/content/download/2934/11780. 2.4 Limitation on Contacting Departmental Personnel Prospective vendors are prohibited from contacting Agency personnel regarding this solicitation other than the contact person identified in this document in Section 2.1. Any occurrence of a violation may result in the disqualification of the prospective vendor. The Agency point of contact will accept and answer questions regarding this ITB per Section 2.1 and Section 2.6 of this ITB. 2.5 Calendar of Events and Deadlines Listed below are the important actions and dates/times by which the actions must be taken and completed. If the Agency finds it necessary to change any of these dates/times, it will accomplished by addendum. All listed times are local times in Gainesville, Florida. (Eastern Daylight Time). ACTIVITY DUE DATE TIME ADDRESS Advertise/Release ITB on MyFlorida.com http://vbs.dms.state.fl.us/vbs/main.menu Vendor Bid System 10/4/2011 1:30 P.M. Bid Inquires Deadline 10/10/2011 1:30 P.M. madelyn_towns@apd.state.fl.us Receive All Sealed Bids & Bid Opening Date Agency for Persons with Disabilities - Tacachale 1621 NE Waldo Road Administration Building Gainesville, Florida 32609 10/14/2011 1:30 P.M. Post the Notice of Intent to Award 10/17/2011 1:30 P.M. Vendor Bid System: http://vbs.dms.state.fl.us/vbs/main_menu 4

Bid Award 10/21/2011 Anticipated Effective Date of Contract 10/24/2011 2.6 Bidder Inquiries Any inquiries from bidders concerning this ITB shall be submitted by email, identifying the submitter, to the contact person listed in Section 2.1 and must be received no later than the date and time specified in the Calendar of Events. It is the responsibility of the bidder to confirm receipt of e-mailed inquiries. 2.7 Withdrawal of Bids A submitted bid may be withdrawn by submitting a written request for its withdrawal to the Agency, signed by the vendor within seventy-two (72) hours after the bid opening time and date indicated in the Calendar of Events. A request received in accordance with this provision may be granted by the Agency upon proof of the impossibility to perform based upon an obvious error on the part of the vendor. Any submitted bid shall remain a valid bid for twelve (12) months after the bid submission date. 2.8 Acceptance/Rejection of Bids Bids must be received by the Agency no later than the time, date and place as indicated in the proceeding Calendar of Events. Any bid submitted shall remain a valid offer at least 90 days after the bid submission date. No changes, modifications or additions to the bids submitted after the deadline for the bid opening has passed will be accepted by or be binding on the Agency. Bids not received at either the specified place, or by the specified date and time, or both, will be rejected and returned unopened to the vendor by the Agency. The Agency reserves the right to reject any and all bids or to waive minor irregularities when to do so would be in the best interest of the State of Florida. Minor irregularity is defined as a variation from the Invitation to Bid terms and conditions, which do not affect the price of the bid, or give the vendor an advantage or benefit not enjoyed by other vendors, or does not adversely impact the interest of the Agency. At its option, the Agency may correct minor irregularities but is under no obligation to do so whatsoever. 2.9 Bid Opening Bids will be publicly opened at the time and date specified in the Calendar of Events listed in section 2.5 of this ITB. The name of all bidders submitting bids 5

shall be made available to interested parties upon request to the contact person above. 2.10 Notice to Award a Contract The Agency shall award the contract with reasonable promptness by written notice to the responsible and responsive vendor that submits the lowest responsive bid. This bid must be determined in writing to meet the requirements and criteria set forth in the Invitation to Bid. 2.11 Protests and Disputes Any person who is adversely affected by the terms, conditions and specifications contained in a solicitation, including any provisions governing the methods fro ranking bids, proposals, or replies, awarding contracts, reserving rights of further negotiation, or modifying or amending any contract shall file a notice of protest in writing within 72 hours (Saturdays, Sundays and state holidays excluded) after the posting of the solicitation or decision or intended decision. FAILURE TO FILE A PROTEST WITHIN THE TIME PRESCRIBED IN SECTION 120.57(3), F.S., SHALL CONSTITUTE A WAIVER OF PROCEEDINGS UNDER CHAPTER 120, FLORIDA STATUTES. When protesting a decision or intended decision the protestor must post a bond equal to one percent (1%) of the Agency s estimated contract amount. The estimated contract amount shall be based upon the contract price submitted by the protestor. If no contract price was submitted, the Agency shall provide the estimated contract amount to the protestor within 72 hours (excluding Saturdays, Sundays and state holidays) after the notice of protest has been filed. The estimated contract amount is not subject to protest pursuant to section 120.57(3) F. S. The bond shall be conditioned upon the payment of all costs and charges that are adjudged against the protestor in the administrative hearing in which action is brought and in any subsequent appellate court proceeding. FAILURE TO FILE THE PROPER BOND AT THE TIME OF FILING THE FORMAL WRITTEN PROTEST WILL RESULT IN A REJECTION OF THE PROTEST. In lieu of a bond the Agency may accept a cashiers check, official bank check, or money order in the amount of the bond. SECTION 3 - VENDOR REQUIREMENTS 3.1 Scope of Work The bidder shall furnish all labor, equipment, materials, supervision and expert knowledge to provide efficient collection, transportation and disposal of biohazard waste. The successful vendor shall furnish approximately one hundred and forty (140) carts, for biohazard waste pick up. The carts shall have locking lids and wheels, capable of holding approximately 80 lbs. or more of biohazard waste. The carts 6

will be placed and picked up from locations on campus by Tacachale personnel and brought to the vendor s pickup site and stored in adequate storage facilities to be furnished by the vendor. This storage facility shall be well ventilated, clean, leak proof and odor free, and be of adequate size to hold approximately 60 carts. The vendor will schedule collections from this site two (2) times per week, one (1) pick up on Tuesday and one (1) pick up on Friday. The pick up on both days during the week shall be after 1:00 p.m. Collection carts picked up and returned to Tacachale shall be clean, sanitized and lined with a marked biohazard bag. The vendor shall provide 200 biohazard waste bags per month. Bag size shall be 54 x56 or required size, marked with the international biological hazard symbol and one of the following phrases: biohazardous waste or infectious waste. Biomedical waste shall be transported to an EPA approved disposal site, for proper destruction. All packing and shipping containers shall meet or exceed all required State and county regulations and standards. Biomedical waste shall be treated by steam, incineration or as an alternative, prices approved by the Department of Health as described in Section 64B1-8.004 Florida Administrative Code, and prior to disposal. SECTION 4 - VENDOR REQUIREMENTS 4.1 Bidder Qualifications Bidder will have all applicable permits with the State of Florida and must comply with all applicable federal, state and local rules and regulations pertaining to the storage, handling, transporting, treatment and disposal of biohazard waste. 4.2 Examination of Site and Bid Documents The bidder, before submitting a bid, shall visit the Tacachale facility to familiarize with conditions which may in any manner affect the work to be done or the equipment, materials and labor required. All bidders interested in a site visit are required to call (352) 955-5670 to schedule an appointment. The bidder shall examine this ITB carefully. Ignorance of any requirements contained herein or of conditions existing at the site will not relieve the vendor of liability and obligations under the contract. SECTION 5 - INSTRUCTIONS TO VENDORS 5.1 MyFloridaMarketPlace Transaction Fee The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eprocurement System. Pursuant to subsection 287.057(23), Florida Statutes, all payments shall be assessed a transaction fee of one percent (1.0%), which the vendor shall pay to the State. 7

For payments within the State accounting system (Flair or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to Rule 60A-1.031(2), Florida Administrative Code. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The vendor shall receive a credit of any transaction fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. A transaction fee is non-refundable when an item is rejected or returned, or declined, due to the vendor s failure to perform or comply with specifications or requirements of the agreement. Failure to comply with these requirements shall constitute grounds for declaring the vendor in default and recovering procurement costs from the vendor in addition to all outstanding fees. VENDORS DELINQUENT IN PAYING TRANSACTION FEES MAY BE EXCLUDED FROM CONDUCTING FUTURE BUSINESS WITH THE STATE.. 5.2 Vendor Registration in MyFloridaMarketPlace Any vendor awarded the resulting contract from this bid shall provide a copy of the registration certification from the Florida Department of State to the Agency for Persons with Disabilities at Tacachale upon execution of the contract. No contract may be awarded by any state agency to any vendor who is not registered in the MyFloridaMarketPlace eprocurement system unless exempted by Rule 60A-1.030(3), F.A. C. 5.3 General Instructions to Respondents, PUR 1001 This form, required by the Florida Department of Management Services (DMS), contains instructions explaining the solicitation process and the actions necessary to respond to a solicitation. It is incorporated by reference. By submitting a bid, the vendor agrees to comply with all terms and conditions of the ITB. Failure to comply with all terms and conditions shall be grounds for rejecting the bid. Attachment: This is a downloadable document. Please download and save this document to your computer for further review. There is no need to return this document back to the Agency. http://dms.myflorida.com/content/download/2934/11780 5.4 Title Page Require that each copy of the bid has a title page that contains the following: (a) ITB number; (b) Title of the bid; (c) Vendor s name (person, organization, firm); (d) Name of Organization to which bid is submitted; 8

5.5 Required Vendor Statement or Certifications See Appendix V 5.6 Cost of Preparation of Bid The Agency is not liable for any costs incurred by a vendor responding to this ITB. 5.7 Submission of Bid Bids are due at the time and date specified in the Calendar of Events, Section 2.5 of this ITB, at the Agency for Persons with Disabilities, Tacachale, 1621 NE Waldo Road, Administration Building, Gainesville, Florida 32609, and shall be sealed and submitted to the attention of the Purchasing Director by the date and time listed in the Calendar of Events and Deadlines. Bids received late will not be considered. The vendor may choose, and is responsible for, the method of delivery to the Agency except that facsimiles or electronic transmissions will not be accepted at anytime. The envelope must be clearly marked Bid with bid number on the outside of the envelope. 5.8 Verbal Instructions No negotiations, decisions, or actions shall be initiated or executed by the vendor as a result of any discussions with any Agency employee. Only those communications that are in writing from the Agency s contact person identified in this ITB shall be considered a duly authorized expression on behalf of the Agency. Only communications from the vendor s representative, which are in writing and signed, will be recognized by the Agency as duly authorized expressions on behalf of the vendor. 5.9 Documents The vendor must complete all required identified documents and return as part of the Bid package. Any Bid which does not include the required documents may be considered non-responsive and the bid may be subject to rejection. The vendor must return the bid sheet with a bid price and total price for each of the line items. (a) Appendix I - Contractor Employment Eligibility Verification Form (b) Appendix II - Contact for Contract Administration (c) Appendix III - Drug-Free Workplace Program Certification (d) Appendix IV - Price Sheet (e) Appendix V - Vendors Statement and Certifications 5.10 Deletions A) Paragraph 3 of PUR 1001 is hereby deleted. Bidders shall submit their bid in a sealed envelope, which shall indicate Tacachale address, the bid number, and date and time of the bid opening. Bids not submitted in accordance with these 9

solicitation documents shall be rejected. Each bidder is responsible for ensuring that its bid is delivered at the proper time and to the proper place. Tacachale shall not consider late bids. SEALED BIDS MUST BE RECEIVED AT 1621 NE WALDO ROAD, ADMINISTRATION BUILDING, GAINESVILLE, FL 32609, AT OR BEFORE TIME AND DATE SHOWN ON PAGE 1 OF THIS DOCUMENT. B) Paragraph 5 of PUR 1001 is hereby deleted. Bidders shall submit their questions to the contact person indicated on page 1 of this ITB. SECTION 6 - BID RATING AND BID TABULATION SHEET 6.1 Description of Bid Rating Methodology Tacachale will award this contract to the qualified, responsive bidder with the lowest price as specified on the Bid Sheet for this ITB. In the event the lowest bidder is found not responsive or qualified, Tacachale shall proceed to the next lowest qualified, responsive bidder and continue the award process. 6.2 Identical Tie Responses Whenever two or more responses are determined to be identical, Rule 60-A- 1.011, F.A.C. shall apply. Preference shall be given to businesses with drug-free workplace programs. A Certification of Drug-Free Workplace Program statement is contained in Appendix IV. Established procedures for processing tie bids will be followed if none of the tied vendors has a drug free workplace program. 6.3 ITB Tabulation Methodology If a bid has been determined to be both responsive and acceptable, then the procurement manager will review the Vendor s Price Sheet and record the cost on the bid tabulation sheet. The lowest priced bid for the original term of the contract will be awarded the contract. SECTION 7 - FINANCIAL SPECIFICATIONS 7.1 Funding Source The funding source for the resulting contract will be subject to the availability of state general revenue funds. SECTION 8 - CONTRACT PROVISIONS 8.1 General Contract Conditions, PUR 1000 This document contains standard contract terms and conditions that will apply to the contract that results from the ITB. It is incorporated by reference. Attachment: This is a downloadable document at http://dms.myflorida.com/content/download/2933/11777. 10

Please download and save this document to your computer for further review. This is no need to return this document back to the Agency. SECTION 9 - SPECIAL CONDITIONS 9.1 Respect of Florida - Contractual Relationship APD is committed to maximizing employment opportunities for individuals throughout this state who are blind or otherwise qualify as handicapped under Chapter 413, Florida Statutes, and for such individuals to increase their independence and self-sufficiency. By submitting a bid response to this ITB, each Vendor is committing to adhere to Chapter 413, Florida Statutes. To further APD s commitment in this regard and to ensure RESPECT is afforded the opportunity to provide products and/or services necessary for a Vendor to perform its contractual obligations, the Certification of Consultation must be executed by RESPECT and any proposing Vendor, and should be submitted with Vendor s bid response. Failure to submit the Certification of Consultation may result in a Vendor s bid response being deemed non-responsive. 9.2 Contractor Employment Eligibility-e-Verify In accordance with Executive Order No. 11-02, all Executive agencies shall require their contractors to utilize the U.S. Department of Homeland Security s E-Verify system to verify the employment eligibility of (a) all persons employed during the contract term by the contractor to perform employment duties within Florida; and (b) all persons (including subcontractors) assigned by the contractor to perform work pursuant to the contract with the state agency. Information about the registration is available, and registration may be completed, at http://www.dhs.gov/files/programs/gc_1185221678150.shtm#1. For more information about E-Verify you may contact the E-Verify Customer Support, Monday through Friday, from 8 a.m. to 5 p.m. at 888-464-4218 or via email at E-Verify@dhs.gov. Bidders must complete the Contractor Employment Verification form, Appendix I and submit with the bid response. 11

ITB #APD 11-002 APPENDIX I Contractor Employment Eligibility Verification Form Date: FEID #: Company Name: Per Executive Order 11-02, all contractors of the State of Florida must use the U.S. Department of Homeland Security s E-Verify system to verify the employment eligibility of: All persons employed during the contract term by the contractor to perform employment duties within Florida All persons, including subcontractors, assigned by the contractor to perform work pursuant to the contract with the Agency for Persons with Disabilities By signing below, you verify that you are an authorized representative of the above noted company and that the company has complied with the terms listed above. If your company is found in non-compliance by hiring an employee that meets one of the above criteria that did not successfully pass through the E-Verify system, the contract is subject to immediate termination. Authorized Representative (Print) Date Authorized Signature APD 01-004-05 (RETURN THIS PAGE) 12

ITB #APD 11-002 APPENDIX II CONTACT FOR CONTRACT ADMINISTRATION Designate one person authorized to conduct Contract administration. NAME: COMPANY NAME: ADDRESS: TELEPHONE NUMBER: FAX NUMBER: E-MAIL ADDRESS: ORDERING INFORMATION ALL PURCHASE ORDERS SHOULD BE DIRECTED TO: VENDOR: ADDRESS: TELEPHONE NUMBER: FAX NUMBER: E-MAIL ADDRESS: DELIVERY WILL BE MADE WITHIN DAYS AFTER RECEIPT OF ORDER. (This date may be earlier than date required in Section 3.2, but not later.) FAXED ORDERS WILL WILL NOT BE ACCEPTED. (RETURN THIS PAGE) 13

APPENDIX III DRUG-FREE WORKPLACE PROGRAM CERTIFICATION Procurement (ITB/RFP/ITN) No: APD 11-002 Title/Description: I, (Print Name) (Title) of, Name of Firm) hereby certify that this firm has implemented a drug-free workplace program in accordance with the provision of Section 287.087, Florida Statutes. 287.087 Preference shall be given to businesses with drug-free workplace programs whenever two or more bids which are equal with respect to price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors has 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 bid 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 bid, 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 894, 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. 14

5. Impose a sanction on any employee who is so convicted or require the satisfactory participation in a drug abuse assistance or rehabilitation program as such is available in the employee's community. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of applicable laws, rules and regulations. (RETURN PAGES 14 AND 15 15

ITB #APD 11-002 APPENDIX IV PRICE SHEET Biohazard Waste Removal Please bid the total cost per pound, to include charges for containers, storage facility, pick up and delivery, and disposal of biohazard waste. $ Bid Price Per Pound NAME OF COMPANY COMPANY REPRESENTATIVE (Print Name) COMPANY REPRESENTATIVE (Signature) DATE (RETURN THIS PAGE) 16

ITB #APD 11-002 APPENDIX V REQUIRED CERTIFICATIONS ACCEPTANCE OF TERMS, CONDITIONS, PROVISIONS AND SPECIFICATIONS BY AFFIXING MY SIGNATURE ON THIS IINVITATION TO BID, I HEREBY STATE THAT I HAVE READ THE ENTIRE ITB TERMS, CONDITIONS, PROVISIONS AND SPECIFICATIONS INCLUDING PUR 1000 AND PUR 1001. I hereby certify that my company, its employees, and its principals agree to abide to all of the terms, conditions, provisions and specifications during the competitive solicitation and contracting process(if applicable). ** Signature of Authorized Official Date STATEMENT OF NO INVOLVEMENT CONFLICT OF INTEREST STATEMENT (NON-COLLUSION) I hereby certify that my company, its employees, and its principals, had no involvement in performing a feasibility study of the implementation of the subject contract, in the drafting of this solicitation document, or in developing the subject program. Further, my company, its employees, and principals, engaged in no collusion in the development of the instant proposal or offer. This bid or offer is made in good faith and there has been no violation of the provisions of Chapter 287, Florida Statutes, the Administrative Code Rules promulgated pursuant thereto, or any procurement policy of the Agency of Persons with Disabilities. I certify I have full authority to legally bind the Respondent to the provisions of this bid. Signature of Authorized Official Date *An authorized official is an officer of the vendor s organization who has legal authority to bind the organization to the provisions of the bid. This usually is the President, Chairman of the Board, or owner of the entity. A document establishing delegated authority must be included with the proposal if signed by other than the President, Chairman or owner. ** The terms and conditions contained in the PUR forms are non-negotiable. If a vendor fails to certify their agreement with these terms and conditions and or abide by, their response shall be deemed non-responsive. (RETURN THIS PAGE) 17