Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-221Temp. Reso. # 10240 September 5, 2003 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2003 - �A! A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE UTILIZATION OF THE VOLUSIA COUNTY BID NUMBER 03-B-65JG FOR THE PURCHASE OF POLYETHYLENE DRAINAGE PIPE FROM ADVANCED DRAINAGE SYSTEMS, INC. FOR THE NW 57T" STREET DRAINAGE IMPROVEMENT PROJECT IN AN AMOUNT NOT TO EXCEED $59,124; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, The Public Works Department requires the purchase of drainage pipe for the in-house construction of drainage improvements along NW 57th Street; and WHEREAS, Volusia County awarded bid Number 03-B-65JG for polyethylene and PVC tubing, pipe and fittings, attached hereto as Exhibit "'I"; and WHEREAS, City Code §6-155 allows the Purchasing/Contracts Manager the authority to procure supplies, materials, equipment and services which are subject to contracts with other governmental agencies without following purchasing procedures when the best interest of the City would be served; and WHEREAS, the vendor which received the bid award for all of the specific items the City wishes to purchase was Advanced Drainage Systems, Inc.; and WHEREAS, Advanced Drainage Systems has remitted a letter, hereto attached as Exhibit "2", agreeing to extend the pricing, terms and conditions included in the Volusia County Bid Number 03-B-65JG to the City of Tamarac; and WHEREAS, funding is available within the Stormwater Management Fund for said purpose; and WHEREAS, the Director of Public Works and Interim Purchasing and Contracts Temp. Reso. # 10240 September 5, 2003 Page 2 Manager have determined that it is in the City's economic interests to purchase polyethylene drainage pipe by utilizing Volusia County Bid Number 03-B-65JG; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to purchase polyethylene drainage pipe by utilizing Volusia County Bid Number 03-B-65JG in an amount not to exceed $59,124. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The use of the Volusia County Bid Number 03-B-65JG for the purchase of polyethylene drainage pipe for the in-house construction of drainage improvements along a portion of NW 57t" Street from Advanced Drainage Systems, Inc. in an amount not to exceed $59,124 is hereby authorized. SECTION 3: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. n 1 1 SECTION 6 passage and adoption. Temp. Reso. # 10240 September 5, 2003 Page 3 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this 24t" day of September, 2003. OE SCHREIBER MAYOR ATTEST: / ECORD OF COMMISSION VOTE: MARION SWE SON, CMC MAYOR SCHREIBER CITY CLERK DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALABISCO DIST 3: COMM. SULTANOF DIST 4: V/M ROBERTS I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MITCH'Et'L S.,Y>RAF CITY ATTORNEY Agenda Item #: VC-1049832117513-A EXHIBIT 1 TR 10240 May 8, 2003 AGENDA ITEM Item 14 [ ] Ordinance [ ] Resolution 11 ) Budget Resolution [ X ) Other Department: Public Works File Number: VC-1049832117513-A Division: Road and Bridge Subject: Bid #03-B-65JG Polyethylene Tubing, Pipe and Fittings Account Number(s): Materials for maintenance 103-750-3000-4611 for $225,000.00 Total Item Budget: $225,000.00 Staff Contact(s): George Reckenwald Phone: 386-822-6422 ext. 6422 Summary/Highlights: The Invitation to Bid 03-B-65JG to fumish polyethylene tubing, pipe and fittings for Road and Bridge was properly advertised and noticed to thirty-nine (39) potential providers, eleven (11) in Volusia County. Road and Bridge is requesting authorization to award the contract to Advanced Drainage Systems (currently under contract with the County) and Contech Construction Products. Expenditures totaled $42,500.00 for FY 200112002, but it is anticipated that there may be a requirement for up to $75,000.00 per year due to the increased drainage requirement. The recommended contractors have been researched for any code violation or outstanding past due debt, and none have been reported. Recommended Motion: Request approval to award contracts to both Advanced Drainage Systems, Winter Garden, Florida and Contech Construction Products, Casselberry, Florida, to facilitate the ability of the County to take advantage of the lowest pricing per item, for a three year period, with an option to renew for two additional one-year periods with Council approval. Eileen Fy% Proxy for Mary Connors OMB Legal Matt Greeson Director Public Works County Manager's Office George Rew Director n Goan �ye.r�-q.. Road and Bridge Approved Agenda Item No signature Present For: Approved as to Approved as to May 8, 2003 Budget Requirements Form and Legality Council Action: Modification: [X] Approved as Recommended [ ] Approved With Modifications [] Disapproved [] Continued Date: hnp:Henn.co.volusia.fl.us/electronicagen/agendaitemprint2.asp 05/15/2003 A C E 1 Bid 03-B-65JG Polyethylene Tubing, Pipe and Fittings 2 3 Opened 3/6/03 by Josie Gomez Recorded by Lynne Bates a)/b)/c) Advanced Drainage Systems Contech Construction Products 4 Item Pol ethe lene A-2000 PVC Pipe 5 6 Type C6"pipe 7 Delivered w/screen wrap $0.98 $1.47 8 Delivered w/o screen wm $0.78 $1.24 9 Pick up w/screen wrap $0.93 no bid 10 Pickup w/o screen wrap $0.75 no bid 11 TvcS8" pipe 12 Delivered w/screen wrap $2.83 $2.46 13 Delivered w/o screen wrap,$2.45 $2.14 14 Pick a w/screen wrap $2.68 no bid 15 Pick up w/o screen wrap $2.32 no bid 16 Type S 10" pipe 17 Delivered w/screen wrap $3.78 $3.54 18 Delivered w/o screen wrap $3.32 $3.14 19 Pick up w/screen wrap $3.60 no bid 20 Pick up w/o screen wrap $3.16 no bid 21 Type S 12" is 22 Delivered w/screen wrap $4.81 $5.60 23 Delivered w/o screen wrap $4.23 $5.10 24 Pick up w/screen wrap $4.57 no bid 25 Pick up w/o screen wrap $4.03 no bid 26 Type S JVT pipe 27 Delivered w/screen wrap $6.19 $8.27 28 Delivered w/n screen wra2 $5.44 $7.62 29 Pick a w/screen wrap $5.88 no bid 30 Pick up w/o screen wrap $5.16 no bid 31 TyeeS 18" pipe 32 Delivered w/screen wrap $9.52 $11.34 33 Delivered w/o screen wrap $8.40 $10.36 34 Pick up w/screen wrap $9.05 no bid 35 Pick up w/o screen wra $7.98 no bid 36 Tv e S 24" pipe 37 Deliveredw/screen wrap $14.84 $18.45 38 Delivered w/o screen wrap $13.23 $16.95 39 Pick a w/screen wrap $14.10 no bid 40 Pick up w/o screen wrap $12.57 no bid 41 42 Delivered w/screen wrap no bid $27.10 43 Delivered w/o screen wrap $19.93 $25.10 44 Pick up w/screen wrap no bid no bid 45 Pick up w/o screen wrap $18.93 no bid 46 Type S 36" pipe 47 Delivered w/screen wrap no bid $39.50 48 Delivered w/o screen wrap,$24.76 $37.50 49 Pick up w/screen wrap no bid no bid 50 Pick up w/o screen wrap $23.52 no bid 51 Type S 42" i e 52 Delivered w/screen wrap no bid no bid 53 Delivered w/o screen wrap $33.81 no bid 54 Pick up w/screen wrap no bid no bid 55 Pick up w/o screen wrap $32.12 no bid 56 Type S 42" Bell End 57 Delivered w/screen wrap no bid no bid 58 Delivered w/o screen wrap $33.81 no bid 59 Pick tip w/screen wrap,no bid no bid 60 Pick a w/o screen wrap $32.12 no bid 61 Tv pe S 48" pipe 62 IDelivered w/screen wrap no bid no bid 63 Delivered wio screen wra $41.6fi no bid 64 Pick a w/screen wrap no bid no bid 65 1 Pick up w/o screen wra $39.58 no bid Page 1 03-B-65JG.xls A C E 3 Opened 3/6/03 by Josie Gomez Recorded by Lynne Bates a)/b)/c) Advanced Drainage Systems Contech Construction Products 4 Item Polpthe e _ _ A-2000 PVC Pipe_ 66 Type S 48" Bell End 67 1 Delivered w/screen wra no bid no bid 68 Delivered w/o scen wrap,$41.66 re no bid 69 Pick u w/screen wrap no bid no bid 70 Pick a w/o screen wrap $39.58 no bid 71 2. Non erforated Pipe 72 Type C 6" pipe 73 Delivered $0.78 $1.19 74 Pick U $0.75 no bid 75 Tjpe S 8" pipe 76 Delivered $2-45 $2.04 77 Pick U $2.32 no bid 78 TypeS 10" i e 79 Delivered $3.32 $3.05 80 Pick U $3.16 no bid 81 Type S 12" pipe 82 Delivered $4.23 $4.25 83 Pick U $4.03 no bid 84 Type S 15" eipe 85 Delivered $5.44 azi $675 86 Pick U $5.16 no bid 87 Type S 18" pi2e 88 Delivered $8.40 $9.50 89 Pick U $7.98 no bid 90 Tv e s 24" Pi2e 91 Delivered $13.23 $15.35 92 Pick U $12.57 no bid 93 Type S 30" pipe 94 Delivered $19.93 $23.50 95 Pick U $18.93 no bid 96 T e S 36" pipe 97 Delivered $24.76 $35.90 98 Pick U $23.52 no bid 99 Type S 42" piRe 100 Delivered $33.81 no bid 101 Pick U $32.12 no bid 102 Type S 42" Bell End 103 Delivered $33.81 no bid 104 Pick u $32.12 no bid 105 Type S 48" pipe 106 Delivered $41.66 no bid 107 Pick U $39.58 no bid 108 Tv pe S 48" Bcll End 109 Delivered $41.66 no bid 110 Pick Up $39.58 no bid 111 3. Perforated Coupling 112 Type C 6" pipe 113 Delivered w/screen wrap $1.73 no bid 114 Delivered w/o screen wrap $1.73 no bid 115 Pick a w/screen wrap $1.64 no bid 116 Pick up w/o screen wrap $1.64 no bid 117 Type S H" ie 118 Delivered w/screen wra $3.51 no bid 119 Delivered w/o screen wrap $3.51 no bid 120 Pick a w/scrccn_wr,.ip $3.34 no bid 121 Pick up w/o screen wrap 3.34 no bid 122 Tv pe S Ill" pipe 123 Delivered w/screen wru 1 $4.05 no bid 124 Delivered w/o screen wrap $4 05 no bid 125 Pick tip wNcreen wrap $3.84 no bid 126 Pick a w/o screen wrap $3.84 no bid Page 2 03-B-65JG.xls A C E 3 Opened 3/6/03 by Josie Gomez Recorded by Lynne Bates a)lb)lc) Advanced Drainage Systems Conlech Construction Products 4 Item Polyetheylene_ ___A-2000 PVC Pipe____ - ------ 127 Type S 12" plee 128 Delivered w/screen wra $6,33 no bid 1291 Delivered w/o screen wrap $6.33 no bid 130 Pick up w/screen wra $6.01 no bid 131 Pick up w/o screen wrae $6,01 no bid 132 TvRe S 15" Pipe 133 Delivered w/screen wrap $8,22 no bid 134 Delivered w/o Screen wrap $8,22 no bid 135 Pick u w/screen wra $7.81 no bid 136 Pick up w/o screen wrap $7.81 no bid 1371 Type S 18" pipe 138 Delivered w/screen wra $12.33 no bid 139 Delivered w/o screen wra $12.33 no bid 140 Pick up w/screen wra $11.71 no bid 141 Pick a w/o screen wra $11-71 no bid 142 T e $ 24" pipe 143 Delivered w/screen wra $18.02 no bid 144 Delivered w/o screen wra $18,02 no bid 1451 Pick a w/screen wra $17.12 no bid 146 Pick a w/o screen wra $17.12 no bid 147 Type S 30" plee 148 Delivered w/screen wra $29.10 no bid 149 Delivered w/o screen wra $29.10 no bid 150 Pick up w/screen wra $27.65 no bid 151 Pick up w/o screen wra $27.65 no bid 152 Tv e S 36" pipe 153 Dclivered w/screen wra $37.95 no bid 154 Delivered w/o screen wmi $37,95 no bid 155 Pick up w/screen wraLi $36.05 no bid 156 Pick up w/o screen wra $36,05 no bid 157 Type S 42" pipe 158 Delivered w/screen wra $50.60 no bid 159 Delivered w/o screen wra $50,60 no bid 160 Pick a w/screen wra $48.07 no bid 1611 Pick up w/o screen wra $48,07 no bid 1621 Tv e S 42" Bell End 163 Delivered w/screen wra $50.60 no bid 164 Delivered w/o screen wra $50.60 no bid 165 Pick a w/screen wra $48.07 no bid 166 Pick a w/o screen wra $48,07 no bid 167 Type S 48" pipe 168 Delivered w/screen wra $60.72 no bid 169 Delivered w/o screen wra $60,72 no bid 170 Pick a w/screen wn $57.68 no bid 171 Pick up w/o screen wra $57.68 no bid 172 Type S 48" Bell End 173 Delivered w/screen wra) $60.72 no bid 174 Delivered w/o screen wra $60.72 no bid 175 Pick up w/screen wra $57,68 no bid 176 Pick up w/o screen wra $57,68 no bid 177 4. Nonperforated Coupling 178 Type C 6" Pipe 179 Delivered $1.73 $7.50 180 Pick U $1.64 no bid 181 Tv e S 8" pilie 182 Delivered $3,51 $20.95 183 Pick U $3.34 no bid 1841 Tv le S 10" Pi )e 185 Delivered $4,05 $24.95 186 Pick U $3.84 no bid 187 Tv e S 12" pilie 188 Delivered $6.33 $40.66 189 Pick UP $6.01 no bid 190 Type S 15" pipe 191 Delivered $8.22 $55.00 1921 Pick U $7.81 no bid Page 3 03-5-65JG.As A C E 3 4 Opened 316/03 by Josie Gomez Recorded by Lynne Bates Item a)/b)lc) Advanced Drainage systems Polyetheylene $12.33 $11.71 $18.02 $17.12 $29.10 $27.65 $37.95 $36.05 $50.60 $48.07 Contech Construction Products _-_A-2000 PVC Pipe $95.00 no bid $225.00 no bid $450,00 no bid $870.00 no bid no bid no bid 193 194 195 196 197 198 199 200 201 202 203 204 205 206 207 TvPC 5 IS" i e Delivered Pick U Type S 24" ejee Delivered Pick l7 Type S 30" pipe Dclivered Pick U Tvne S 36" Pipe Delivered Pick U Type. 42" pipe Delivered Pick Up, 208 209 210 Type S 42" Bell End Delivered Pick U $50.60 $48.07 no bid no bid 211 Type S 48" pipe 212 Delivered $60.72 no bid 213 Pick U $57.68 no bid 214 T e S 48" Bell End 215 Delivered $60.72 no bid 216 Pick U $57.68 no bid 217 5. Gasket Type Cou lin 2181 Type C 6" pipe 219 Dclivered $4.99 $7.50 220 Pick U $4.74 no bid 221 Type S 8" pipe 222 Dclivered $9.56 $20.95 223 Pick U $9.07 no bid 2241 Types 10" pipe 225 Delivered $27 92 $24.95 226 Pick Up $26.53 no bid 227 Tv , S 12" pip, 228 Delivered included $40.66 229 Pick Up included no bid 230 'I"Vpe S 15" Olne 231 Delivered included $55.00 2321 Pick Up included no bid 2331 Type S 18" Pipe 234 Delivered included $95.00 235 Pick Up included no bid 236 '1'v is S 24" pipe 237 Delivered Included $225.00 238 Pick Up included no bid 239 Type S 30" i e 240 Delivered included $450,00 241 Pick U 3 included no bid 242 Type S 36" pipe 243 Delivered included $870.00 244 Pick Up included no bid 245 Type S 42" pipe 246 Delivered included no bid 247 Pick Up included no bid 248 7'V m S 42" Bell End 249 Delivered included - no bid 250 Pick U included no bid 251 Tv e S 48" ire 252 Delivered included no bid 253 Pick U included no bid 254 1y e S 48" Bell End 255 Delivered included no bid 25fi Pick Up included no bid Page 4 03-B-65JG.xls Page 5 03-9-65JG.xls A C — E a)/b)Ic) Advanced Drainage 3 Opened 3/6103 b Josie Gomez Recorded b L nne Bates 5 stems Contech Construction Products Polyetheylene A-2000 PVC Pipe 4 Item 323 &A. Edge Drainage Cou lin 324 Type C 6" PiPe no bid no bid 325 Delivered w/screen wra no bid no bid 326 Delivered w/o screen wra bid no bid 327 Pick up wlscreen wrap --no bid 328 Pick up w/o screen wmp no bid no 329 Type S 8" i e 330 Delivered w/screen wra no bid no bid 331 Delivered w/o screen wmp. no bid no bid 332 Pick uR w/screen wra no bid no bid 333 Pick u2 w/o screen wra no bid no bid 334 Tv e S 10" i e 335 Delivcred wlscreen wru no bid no bid 336 Delivered w/o screen wrap no bid no bid 337 Pick a w/screen wrap no bid no bid 338 Pick up w/o screen wra no bid no bid 339 Type S 12" Pipe 340 Delivered w/screen wra no bid no bid 341 Delivered w/a screen wra $10.50 no bid 342 Pick u wlscreen wrap no bid no bid 343 Pick up w/o screen wrap $9.97 no bid 344 Tv e 5 15" i e 345 Delivered w/screen wra no bid no bid 3461 Delivered w/o screen wrap no bid no bid 3471 Pick up w/screen wra no bid no bid 346 Pick u w/o screen wra no bid no bid 349 Tv e S 18" i e 350 Delivered w/screen wra no bid no bid 351 Delivered w/o screen wra $11.26 no bid 352 Pick u w/screen wra no bid no bid 353 Pick u. w/n screen wra $10.70 no bid 354 1'v e S 24" i rc 355 Delivered w/screen wrap no bid no bid 356 Delivered w/o screen wrap no bid no bid 357 Pick ue w/screen wrip no bid no bid 358 Pick up w/o screen wrap no bid no bid 359 Type S 30" pipe 360 Delivered w/screen wra no bid no bid 361 Delivered w/o screen wra no bid no bid 362 Pick up w/screen wrap no bid no bid 3631 Pick up w/o screen wrap no bid no bid 3641 Type S 36" pipe 365 Delivcred w/screen wrap no bid no bid 366 Delivered w/o screen wra no bid no bid 367 Pick up w/screen wra no bid no bid 368 Pick up w/o screen wra no bid no bid 369 Tv e S 42" pipe 370 Delivered w/screen wrap bid no bid 371 Delivered w/o screcn wrap no bid no bid 372 Pick up w/screen wrap no bid no bid 373 Pick up w/o screen wrap no bid no bid 374 TvPe S 42" Bell End 375 Delivered w/screen wrap no bid no bid 376 Delivered w/o screen wrap no bid no bid 377 Pick up w/screen wrap no bid no bid 378 Pick up w/o screen wrip no bid no bid 379 ry e S 48" pipe 380 Delivered w/screcn wrap no bid no bid 381 Delivered w/o screen wra'r no bid no bid 382 Pick u v w/screen wrap no bid no bid 3831 Pick up w/o screen wrap no bid no bid 384 Type S 48" Bell End 385 Delivered w/screen wra) no bid no bid 386 Delivered w/o screen wra no bid no bid 387 Pick u i wlscreen wrap no bid no bid 388 Pick up w/o scrccn wra no bid no bid Page 6 03-6-65JG.xls A C E 3 opened 3/6/03 by Josie Gomez Recorded by Lynne Bates a)/b)/c) Advanced Drainage Systems Contech Construction Products 4 Item _ Polyetheylene_...__ __.. A-2000 PVC Pipe, . ._ . 389 B.B. Edge Drainage Side Outlet 390 3911 Type C 6" pipe Delivered w/screen wra no bid no bid 392 Delivered w/n screen wra no bid no bid 393 Pick u wlscreen wrap no bid no bid 394 Pick up w/o screen wra no bid no bid 395 T e S 8" pi2e 396 Delivered w/screen wra no bid no bid 397 Delivered w/o screen wra no bid no bid 398 Pick up w/screen wra no bid no bid 3991 Pickup w/o screen wra no bid no bid 400 T e S 10" nine 401 Delivered w/screen wra no bid no bid 402 Delivered w/o screen wrap no bid no bid 403 Pick u w/screen wra no bid no bid 404 Pick u w/o screen wra2 no bid no bid 405 Type 5 12" piee 406 Delivered w/screen wra no bid no bid 407 Delivered w/o screen wra $11.60 no bid 408 Pick a w/screen wra no bid no bid 409 Pick up w/o screen wra $11.03 no bid 410 TVpc S 15" Pipe 411 Delivered w/screen wrip no bid no bid 412 Delivered w/o screen wra no bid no bid 413 Pick u w/screen wra no bid no bid 414 Pick up w/o screen wra no bid no bid 415 Type S 18" pipe 416 Delivered w/screen wra no bid no bid 417 Delivered w/o screen wra $13.10 no bid 418 Pick up w/screen Wrap no bid no bid 419 Pick a w/o screen wra $12.44 no bid 420 Type S 24" pipe 421 Delivered w/screen wra no bid no bid 422 Delivered w/o screen wra no bid no bid 423 Pick u w/screen wra no bid no bid 424 Pick u w/o screen wra no bid no bid 425 Type S 30" pipe 426 Delivered w/screen wrap no bid no bid 427 Delivered w/o screen wrap no bid no bid 428 Pick up w/screen wrap no bid no bid 429 Pick u2 w/o screen wrap no bid no bid 430 Type S 36" pipe 431 Delivered w/screen wra no bid no bid 432 Delivered w/o screen wrap no bid no bid 433 Pick up wlscreen wrap no bid no bid 434 Pick up w/o screen wrap no bid no bid 435 7' e S 42" i e 436 Delivered w/screen wra no bid no bid 437 Delivered w/o screen wra no bid no bid 4381 Pick a w/screen wrap no bid no bid 439 Pick u w!o screen wrup no bid no bid 440 Type S 42" Bell End 441 Delivered w/screen wrue no bid no bid 442 Delivered w/o screen wrap no bid no bid 443 Pick tip, w/screen wrap no bid no bid 444 Pick up w/o screen wrap no bid no bid 445 Type S 48" ire 4461 Delivered w/scrccn wrap no bid no bid 4471 Delivered w/o screen wrap no bid no bid 448 Pick tip wiser en wra i no bid no bid 449 Pick u w/o screen wrae no bid no bid 450 Tv ie S 48" Bell End 451 Delivered w/screen wrap no bid no bid 452 Delivered w/o screen wra no bid no bid 453 Pick uE w/screen wra no bid no bid 454 Pick a w/o screen wrap no bid no bid Page 7 03-B-65JG.xls A C E 3 Opened 3/6/03 by Josie Gomez Recorded by Lynne Bates a)/b)/c) Advanced Drainage Systems Contech Construction Products 4 Item -_ aye,,. ey ene 2000 PVC Pipe -- -- 455 6.C. Edge Drainage End Ca 456 Tv pc C 6" pipe 457 Delivered w/screen wrap no bid no bid 458 Delivered w/o screen wrap no bid no bid 459 Pick u w/screen wrap no bid no bid 460 Pick up w/o screen wrap no bid no bid 461 Type S 8" pipe 462 Delivered w/screen wrap no bid no bid 463 Delivered w/o screen wrap no bid no bid 464 Pick up w/screen wrap no bid no bid 465 Pick up w/o screen wrap no bid no bid 466 Type S ltl" pipe 467 Delivered w/screen wrap no bid no bid 468 Delivered w/o screen wrap no bid no bid 469 Pick up w/screen wrap no bid no bid 470 Pick up w/o screen wrap no bid no bid 471 Type S 12" pipe 472 Delivered w/screen wrn no bid no bid 473 Delivered w/o screen wrap $11.60 no bid 474 Pick up w/screen wrap no bid no bid 475 Pick up w/o screen wrap $11.03 no bid 476 7'v e S I S" Pipe 477 Delivered w/screen wrap no bid no bid 478 Delivered w/o screen wrap no bid no bid 479 Pick up w/scrccn wrap no bid no bid 480 Pick up w/o screen wrap no bid no bid 481 Type S 18" pipe 482 Delivered w/scrccn wrap no bid no bid 483 Delivered w/o screen wrap $13.10 no bid 484 Pick up w/screen wrap no bid no bid 485 Pick up w/o screen wrap $12.44 no bid 486 Type S 24" pipe 487 Delivered w/screen wrap no bid no bid 488 Delivered w/o screen wrap no bid no bid 489 Pick up, w/screen wrap no bid no bid 490 Pick up w/o screen wrap no bid no bid 491 TXpe S 30" pipe 492 Delivered w/screen wrap no bid no bid 493 Delivered w/o screen wrap no bid no bid 494 Pick u w/scrccn wrap no bid no bid 495 Pick ue w/o screen wi zip no bid no bid 496 Type S 36" i e 497 Delivered w/screen wrap no bid no bid 498 Delivered w/o screen wrap no bid no bid 499 Pick up w/screen wrap no bid no bid 500 Pick up w/o screen wrap no bid no bid 501 Type S 42" pipe 502 Delivered w/screen wrap no bid no bid 503 Delivered w/o screen wrap no bid no bid 504 Pickup w/scrcen wi up no bid no bid 505 Pick up w/o screen wrap no bid no bid 506 Tv re S 42" Hell End 507 Delivered w/screen wrap no bid no bid 508 Delivered w/o screen wrap no bid no bid 509 Pick up w/screen wrap no bid no bid 510 Pick up w/o screen wru no bid no bid 511 Type S 48" pipe 512 Delivered w/screen MIT no bid no bid 513 Delivered w/o screen wrap no bid no bid 514 Pick up w/screen wrap no bid no bid 515 Pick up w/o screen wrap no bid no bid 516 Type S 48" Hell End 517 Delivered w/screen wrap no bid no bid 518 Delivered w/o screen wrop no bid no bid 519 Pick u w/scrccn wra i no bid no bid 520 Pick u w/o screen wru no bid no bid Page 8 03-I3-65JG.xhi A C E 3 Opened 3/6103 by Josie Gomez Recorded by Lynne Bates a)/b)/c) Advanced Drainage S stems Contech Construction Products 4 Item Polyeitheylene_ A-2000 PVC Plpe__—_- 521 6.D. Edge Drainage End Ca 522 Type C 6" pipe 523 Delivered w/screen wrap no bid no bid 524 Delivered w/o screen wrap no bid no bid 525 Pick up w/screen wrap no bid no bid 526 Pick up w/o screen wrap no bid no bid 527 Type S 8" pipe 528 Delivered w/screen wrae no bid no bid 529 Delivered w/o screen wrap no bid no bid 530 Pick up w/screen wrap no bid no bid 531 Pick up w/o screen wra2 no bid no bid 532 Type S 10" pipe 533 Delivered w/screen wra no bid no bid 534 Delivered w/o screen wrae no bid no bid 535 Pick up w/screen wrap no bid no bid 536 Pick up w/o screen wrap no bid no bid 537 Type S 12' pipe 538 Delivered w/screen wraE no bid no bid 539 Delivered w/o screen wrap $11.60 no bid 540 Pick up w/screen wriie no bid no bid 541 Pick up w/o screen wrap $11.03 no bid 542 Tv e S 15" pipe 543 Delivered w/screen wrap no bid no bid 544 Delivered w/o screen wrap no bid no bid 545 Pick up w/screen wrap no bid no bid 545 Pick up w/o screen wrap no bid no bid 547 Type S 18" pipe 548 Delivered w/screen wrap no bid no bid 549 Delivered w/o screen wrap $13-10 no bid 550 Pick up w/screen wrap no bid no bid 551 Pick up w/o screen wrap $12.44 no bid 552 Type S 24" plee 553 Delivered w/screen wrap no bid no bid 554 Delivered w/o screen wrap no bid no bid 555 Pick up w/screen wrap no bid no bid 556 Pick up w/o screen wrae no bid no bid 5571 TyRe S 30" PI,pc 558 Delivered w/screen wrap no bid no bid 559 Delivered w/o screen wrap no bid no bid 560 Pick up w/screen wrap no bid no bid 561 Pick uE w/o screen wrap no bid no bid 562 Type S 36" 2ipe 563 Delivered w/screen Wilp no bid no bid 564 Delivered w/o screen wrap no bid no bid 565 Pick up w/screen wrap no bid no bid 566 Pick up w/o screen wrap,no bid no bid 567 Tv e S 42" pipe 568 Delivered w/screen wrap no bid no bid 569 Delivered w/o screen wrap no bid no bid 570 Pick up w/screcn wrap no bid n0 bid 571 Pick up w/o screen wrap no bid no bid 572 Tv e S 42" Bell End 573 Delivered w/screen wrap no bid no bid 574 Delivered w/o screen wrap no bid no bid 575 Pick up w/screen wrap no bid no bid 576 Pick u w/o screen wrap no bid no bid 577 Type S 48" pille 578 Delivered w/screen wrap no bid no bid 579 Delivered w/o screen wrap no bid no bid 5801 Pick up w/screen wrap no bid no bid 581 Pick up w/o scree n wrap no bid no bid 582 Tv e S 48" Bell End 583 Delivered w/screen wrap no bid no bid 584 Delivered w/o screen wrap no bid no bid S85 Pick uE w/screen wrap no bid no bid 586 Pick up w/o screen wrap no bid no bid Page 9 03-B-65JG.xls A C E 3 Opened 3/6/03 by Josie Gomez Recorded by Lynne Bates a)/b)/c) Advanced Drainage Systems Contech Construction Products 4 Item _ Polyetheylene Do not — __A-2000 PVC Pipe 587 7. Polyethylene Manholes 588 All Types & " as stated above manufacture 589 Storm Sewer Base, 3 Ft. no bid no bid 590 Storm Sewer Base, 4 Ft. no bid no bid 591 Sanitary Sewer Base no bid no bid 592 2 Ft, Center Section no bid no bid 592 Upper Neck Section, 3 Ft. no bid no bid 594 Upper Neck Section 4 Ft. no bid no bid 595 Manhold Lid no bid no bid 596 '8. Elbows 597 Type C 6" pipe 594 45 Degree Elbows $4.95 $5.50 599 90 Degree Elbows $6.77 $6,95 600 Tv e S 8" pipe 601 45 Degree Elbows $11.50 $15.25 602 90 Degree Elbows $13,80 $19.75 603 Tv e S 10" pipe 604 45 Degree Elbows $30,87 $45.00 605 90 Degree Elbows $42.50 $47.50 606 Type S 12' Eipe 607 45 De ee Elhows r $42.55 $70.00 608 90 Degree Elbows $46.00 $75.00 609 Type S 15" pipe 610 45 Degree Elbows $63.60 $139-00 611 90 Degree Elbows $67.05 $165.00 612 Type S 18" pipe 613 45 Degree Elbows $87.91 $235.00 614 90 De ree Elbows $104.01 $275.00 615 Type S 24" pipe 616 45 Degree Elbows $213.14 $525.00 617 90 De yrce Elbows $317.79 $575-00 618 Type S 30" pipe 619 45 De ree Elbows $476,79 $625.00 620 90 Degree Elbows $454,94 $675.00 621 Type S 36" piet 622 45 Degree Elbows $635,95 $995-00 fi23 90 Dg ree Elbows $690.00 $1,075.00 624 TZpc S 42" Viee 625 45 Degree Elbows $683-94 no bid 626 90 Degree Elbows $989,49 no bid 627 'Fv e S 42" Bell End 628 45 Degree Elbows no bid no bid 629 90 Degree Elbows no bid no bid 630 TVjpe S 48" pipe 631 45 Dc ree Elbows $862.50 no bid 632 90 Degree Elbows $1,173.00 no bid 633 Type S 48" Bell End 634 45 De ree Elhows no bid no bid 635 90 Degree Elbows no bid no bid 636 637 638 a) All 45 0e9ree and 90 degree elbows include 2 split couplers each b Only manufactures perforated pipe with screen wrap in 6" -24" diameters 639 c 12"-48" lEpqU includes a 8asketed Bell-n-S pi got Joint 640 T Hughes Supply, Inc. has been determined to be non -responsive and has been removed from �� f 641 642 consideration of bid award. 643 Page 10 03-B-65JG.xls SUBMIT TO: COUNTY OF VOLUSIA PURCHASING J - .. INVITATION TO BID 123 W. INDIANA AVE DELAND FL327204608 ANEQUAL CONTACT PERSON: EXT. OPPORTUNITY Josie Gomez (386) 822-5779 EMPLOYER DELAND: (386) 736-5935 DAYTONA BEACH: (386) 257-6000 NEW SMYRNA BEACH: (386) 423-3300 TITLE: Polyethylene Tubing, Pipe and Fittings NUMBER: SUBMITTAL DEADLINE: 03-B-65JG Thursday, March 6, 2003, at 2:00 P.M. PRE BID PROPOSAL DATE, TIME AND LOCATION: SUBMITTALS RECEIVED AFTER Not Applicable ABOVE DATE AND TIME WILL, NOT BE CONSIDERED RESPONDENT NAME: IF RETURNING AS A "NO RESPONSE", STATE REASON: MAILING ADDRESS: CITY— STATE —ZIP: X TELEPHONE NO: Authorized Signature FAX NO: Typed Name FEDERAL 1D NO, OR SOCIAL SECURITY NO, Title Date By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, business entity, or person submitting an offer for the same materials, supplies, equipment, or services(s), and is in all respects fair and without collusion or fraud. I further agree that if the offer is accepted, the offeror will convey, sell, assign, or transfer to the County of Volusia all right, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodity(s) or services(s) purchased or acquired by the County of Volusia, At the Count 's discretion such assignment shall be made and become effective at the time the County tenders final payment to the bidder. THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE GENERAL CONDITIONS AND INSTRUCTIONS * * * * PLEASE READ CAREFULLY * * * * Individuals covered by the Americans with Disabilities Act of 1990 in need of accommodations to attend public openings or meetings sponsored by the Volusia County Purchasing Division shall contact the Division office in DeLand, (386) 736-5935, at least five (5) days prior to the scheduled opening or meeting. I . SUBMISSION OF OFFERS: All offers shall be submitted in a sealed envelope or 6. CLARIFICATION/CORRECTION OF ENTRY: The County of Volusia package. The invitation number, title, and opening date shall be clearly displayed on the reserves the right to allow for the clarification of questionable entries and the correction of outside of the sealed envelope or package. The delivery of responses to the Volusia OBVIOUS MISTAKES. County Purchasing Division Office prior to the specified date and time is solely and strictly the responsibility of the offeror. Any submittal received in the Purchasing 7 INTERPRETATION/ADDENDA: Any questions concerning conditions and Division Office after the specified date and time will not be considered. specifications shall be directed to the designated contact person. Those interpretations which may affect the eventual outcome of the invitation/offer shall be famished in writing Responses shall be submitted on forms provided by the County. Additional information to prospective offerors, may be attached to the submittal. Facsimile submissions arc NOT acceptable. No offer may be modified after acceptance. No offer may be withdrawn after opening for a No interpretation shall be considered binding unless provided in writing by the County of period of sixty (60) days unless otherwise specified. Volusia Purchasing Division in the form of an addendum. Any addenda issued shall be acknowledged by signature and returned with offeror's response. 2. EXECUTION OF OFFER: Offer shall contain a manual signature in the spaces) provided of a representative authorized to legally bind the offcror to the provisions Failure to acknowledge addenda may result in the offer not being considered. therein. All spaces requesting information from the offeror shall be completed. Responses shall be typed or printed in ink. Usc of erasable ink or pencil is not permitted. g INCURRED EXPENSES: This invitation does not commit the County to make an Any correction made by the offeror to any entry must be initialed. award nor shall the County be responsible for any cost or expense which may be incurred by any respondent in preparing and submitting a reply, or any cost or expense incurred by OPENING: Opening shall be public n the Volusia County Purchasing Division any respondent prior to the execution of a purchase order or contract agreement. immediately following the advertised deadline date and time for receipt of submittals. Pursuant to Section 119.07(3) (0) Florida Statutes (1991) no further information 9. DISADVANTAGED BUSINESSES: The County of Volusia, Florida, has adopted regarding offers submitted will be made public until such time of intended award or ten policies which assure and encourage the full participation of Disadvantaged Business (10) days, whichever is earlier. Enterprises (DBE) in the provision of goods and services. Further, the County of Volusia PUBLIC RECORD: The County of Volusia. Florida, is governed by the Public will monitor the DBE, program with respect to the goals as established by County Council, Record Law, Chapter 119, Florida Statutes. Pursuant to Chapter 119 only trade secrets as defined in Section 812.081, Florida Statute shall be exempt from disclosure. 10. LOCAL BUSINESSES: The County Council has established a policy to encourage participation of Volusia County businesses in the provision of goods and services. The TABULATION: Anyone wishing to receive a copy of the tabulation of offers is County will endeavor to assist local businesses to achieve this goal. required to enclose a stamped, self-addressed envelope with submittal. CONTINUED ON NEXT PAGE IL PRICING: Unless otherwise specified prices offered shall remain firm for a period of at least sixty (60) days; all pricing of goods shall include FOB DESTINATION, all packing, handling, shipping charges and delivery to any point(s) within the County to a secure area or inside delivery; all prices of services shall include all expenses necessary to provide the service at the location specified. 12, ADDITIONAL TERMS & CONDITIONS: The County of Volusia reserves the right to reject offers containing terms or conditions contradictory to those requested in the invitation specifications. 13. TAXES: The County of Volusia is exempt from Federal Excise Taxes and all sales taxes. Florida State Exemption Certificate No. 74-07-059158.53C. 14, DISCOUNTS: All discounts except those for prompt payment shall be considered in determining the lowest net cost for evaluation purposes. 15, MEETS SPECIFICATIONS: The offcror represents that all offers to this invitation shall meet or exceed the minimum requirements specified. 16. BRAND NAME OR EQUAL: if items requested by this invitation have been identified in the specifications by a Brand Name "OR EQUAL" description, such identification is intended to be descriptive and not restrictive and is to indicate the quality and characteristics of products that will be acceptable. Offers proposing "equal" products will be considered for award if such products are clearly identified in the offer .and arc determined by the County to meet fully the salient characteristic requirements listed in the specifications. Unless the offcror clearly indicates in his/her offer that he/she is proposing an "equal" product, the offer shall be considered as offering the same brand name product referenced in the specifications. If the offcror proposes to furnish an "equal" product, the brand name of the product to be furnished shall be clearly identified. The evaluation of offers and the determination as to equality of the product offered shall be the responsibility of the County and will be based on information furnished by the offcror. The Purchasing Division is nut responsible for locating or securing any information which is not identified in the response and reasonably available to the Purchasing Division. To insure that sufficient information is available the offeror shall furnish as part of the response all descriptive material necessary for the Purchasing Division to determine whether the product offered meets the salient characteristics required by the specifications and establish exactly what the offcror proposes to furnish and what the County would be binding itself to purchase by making an award. 17. SAMPLES: When required, samples of products shall be furnished with response to the County at no charge. Samples may be tested and will not be returned to the offeror. The result of any and all testing shall be made available upon written request. 18. SILENCE OF SPECIFICATIONS: The apparent silence of these specifications or any supplemental specifications as to details or the omission from same of any detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size, and design are to be used. All workmanship shall be first quality. All interpretations of specifications shall be made upon the basis of this statement. 19. GOVERNING LAWS: Any agreement to purchase resulting from this invitation shall be governed by the laws, regulations, and ordinances of the State of Florida and the County of Volusia, Florida. Vcnue shall be non -jury in the Circuit Court of Volusia County, Florida. 20. ASSIGNMENT: Any agreement to purchase issued pursuant to this invitation and award thereof and the monies which may become due hereunder are not assignable except with the priorwriren approval of the County Purchasing Director, 21, CONTENT OF INVITATIONIRESPONSE: The contents of this invitation, all terms, conditions, specifications, and requirements included herein and the accepted and awarded response thereto may be incorporated into an agreement to purchase and become legally binding. Any terms, conditions, specifications, and/or requirements specific to the item or service requested herein shall supercede the requirements of the "GENERAL CONDITIONS AND INSTRUCTIONS." 22. LIABILITY: The supplicr/provider shall hold and save the County of Volusia, its officers, agents, and employees harmless against claims by third parties resulting from breach ufconlract or negligence by the supplicr/provider. 23. PATENTS, COPYRIGHT, AND ROYALTIES: The supplier/provider, without exception, shall indemnify and save harmless the County of Volusia, its officers, agents and employees from liability of any nature of kind, including cost and expenses forerun account of any copyrighted, registered, patented, or unpatented invention, process, or article manufactured or used in the provision of goods and/or services, including use by the County of Volusia. If the supplier/provider uses any design, device, or materials covered by letters, patent, copyright, or registration, it is mutually agreed and understood without exception that the quoted price shall include all royalties or costs arising from the use of such design, device, or materials in any way involved. 24, TRAINING: Unless otherwise specified suppliers/providers may be required at the convenience of and at no expense to the County to provide training to County personnel in the operation and maintenance of any item purchased as a result of this invitation. 25, ACCEPTANCE: Products purchased as a result of this invitation may be tested for compliance with specifications. Items delivered not conforming to specifications may be rejected and returned at bidder's expense. Those items and items not delivered by the delivery date specified in accepted offer and/or purchase order may be purchased on the open market. Any increase in cost may be charged against the bidder. 26, SAFETY WARRANTY: Any awarded supplier/provider including dealers, distributors, and/or manufacturers shall be responsible for having complied with all Federal, State, and local standards, regulations, and laws concerning the product or service specified, and the use thereof, applicable and effective on the date of manufacture or use or date in service including safety and environmental standards as apply to both private industry and governmental agencies. 27. WARRANTY: The offcror agrees that, unless otherwise specified, the product and/or service furnished as a result of this invitation and award thereto shall be covered by the most favorable commercial warranty the offeror gives to any customer for comparable quantities of such products and/or services and that the right and remedies provided herein are in addition to and do not limit any rights afforded to the County of Volusia by any other provision of the invitation/offer. 28. AWARD: As the best interest of the County may require, the County reserves the right to make award(s) by individual item, group of items, all or none, or a combination thereof; on a geographical basis and/or on a countywide basis with one or more supplier(s) or provider(s); to reject any and all offers or waive any irregularity or technicality in offers received. Offerors are cautioned to make no assumptions unless their offer has been evaluated as being responsive. Any or all award(s) made as a result of this invitation shall conform to applicable ordinances of the County of Volusia, Florida. 29. VIOLATIONS: Any violation of any of the stipulations, terms, and/or conditions listed and/or included herein may result in the offeror/bidder being removed from the County Bid list and the offeror/bidder being disqualified from doing business with the County for a period of time to be determined on a case -by -case basis. 30. For purposes of this Invitation and evaluation of responses hereto the following shall apply: unit prices shall prevail over extended prices; written matter shall prevail over typed matter; numbers spelled in word form shall prevail over Arabic numerals ("one" aver "I"). When not inconsistent with context words used in the present tense include the future, words in the plural number include the singular number, and words in the singular number include the plural number. The word "shall" is always mandatory and not merely directory. ft7l! 11..31410I 11TIP&I COUNTY — The term "County" herein refers to the County of Volusia, Florida, and its duly authorized representatives and any jurisdiction within Volusia County. OFFEROR — The term "offcror" used herein refers to any dealer, manufacturer, representative, distributor, or business organization submitting an offer to the County in response to this invitation. BIDDER — The term "bidder" used herein refers to any dealer, manufacturer, representative, distributor, or business organization that will be or has been awarded a contract and/or purchase order pursuant to the terms and conditions of the invitation and accepted offer. USING AGENCY — The term "using agency" used herein refers to any department, division, agency, commission, board, committee, authority, or another unit in the County government using supplies or procuring contractual services as provided for in the Purchasing Ordinance of the County of Volusia, Florida. HEAVY DUTY - The item(s) to which the term "Heavy Duty" is applied shall exceed the usual quality and/or capacity supplied with standard production equipment and shall be able to withstand unusual strain, exposure, temperature, wear and use. THE COUNTY OF VOLUSIA RESERVES THE RIGHT TO REJECT ANY OR ALL OFFERS, TO WAIVE INFORMALITIES, AND TO ACCEPT ALL OR ANY PART OF ANY OFFER AS MAX 1JE b TO BE IN THE BEST INTEREST OF 1HF CQUTY Bid 03-B-65JG PURPOSE & OVERVIEW The purpose of this Invitation to Bid (ITB) is to solicit competitive sealed Bids for a contract to furnish Polyethylene Tubing, Pipe and Fittings for the County of Volusia, Florida. 1.0 TECHNICAL SPECIFICATIONS In accordance with the most FDOT Standards and Specifications for Road and Bridge Construction and AASHTO Designation M 252-96 (2000), (Attachment A) and Corrugated Polyethylene Pipe, 300— to 1200-mm Diameter AASHTO DESIGNATION: M 294-01 (Attachment B.) 2.0 GENERAL TERMS & CONDITIONS Bid Closing Date Bids must be received by the Volusia County Purchasing Office, Room 301, Third Floor, 123 West Indiana Avenue, DeLand, FL, 32720-4608, no later than 2:00 p.m., local time, on Thursday, March 6, 2003. Bids received after this time will not be considered. 2.1 Proposed Schedule February 5, 2003 Invitation to Bid Available March 6, 2003 Bid Closing Date May 22, 2003 Planned Award Date 2.2 Delivery of Bids All Bids shall be sealed and delivered or mailed to (faxes will not be accepted): County of Volusia, Florida Purchasing Office Room 301 123 West Indiana Avenue, 3rd floor DeLand, Florida 32720-4608 Mark package(s) "Bid #03-B-65JG, Polyethylene Tubing, Pipe and Fittings" Note: Please ensure that if a third party carrier (Federal Express, Airborne, UPS, USPS, etc.) is used, that they are properly instructed to deliver your Bid proposal only to Room 301, in the Purchasing Office on the third (3rd) floor at the above address. To be considered, a Bid must be received and accepted in the Purchasing Office before the Bid closing date and time. P:\Emai1-13ids\03-13-65JG Bid 03-"5JG 2.3 Public Bid Opening A. The Bids will be available for inspection during normal business hours in the Purchasing Office within ten (10) working days of the closing date, by appointment. B. A copy of the completed Bid tabulation will be available on our Purchasing web page at www.volusia.or,g./bidlist within fort} -eight (48) hours. C. Individuals covered by the Americans with Disabilities Act of 1990 in need of accommodations to attend public Bid openings or meetings should contact the Volusia County Purchasing Office in DeLand, (386) 736-5935 at least five (5) days prior to the date. 2.4 Proposal Form A. See Submittal Requirements for complete details. B. Each bidder shall submit four (4) complete sets of the Bid proposal form, one marked "ORIGINAL'.' and three (3) marked "COPY". The Bid shall be submitted on an exact copy of the attached Bid response form. C. The Invitation to Bid page and the proposal form must be signed by an official authorized to legally bind the bidder to all bid provisions. D. Terms and conditions differing from those in this Bid shall be cause for disqualification of the proposal. 2.5 Questions Concerning Bid A. Questions concerning any portion of this Bid shall be directed in writing to the Purchasing Agent named below, who shall be the official point of contact for this Bid. Questions should be submitted at least seven (7) days prior to the closing date. B. Mark cover page or envelope(s) "Questions on #"Bid #03-B-65JG, Polyethylene Tubing, Pipe and Fittings." C. Submit questions to: Josie Gomez, Purchasing Agent Name & Title, telephone 386-822-5779 Fax 386-736-5972 E-mail jgomez@co.volusia.fl.us 2.6 Clarification and Addenda A. It is incumbent upon each respondent to carefully examine all specifications, terms, and conditions contained herein. Any inquiries, suggestions, or requests concerning interpretation, clarification or additional information shall be made in writing, (facsimile transmissions acceptable, 386-736-5972) through the Purchasing Agent named above. The County will not be responsible for any oral representation(s) given by any employee, representative or others. P:Trnai1-Bids\03-A-651G 4 Bid 03-B-65JG The issuance of a written addendum is the only official method by, which interpretation, clarification or additional information can be given. B. If it becomes necessary to revise or amend any part of this Bid, notice may be obtained by accessing our web site. Receipts of amendments must be acknowledged by the bidder in their Bid proposal. Each bidder should ensure that they have received all addenda and amendments to this Bid before submitting their Bid proposals. Check the Volusia County web site at www.volusia.org/bidlist for any addenda. 2.7 Award The County reserves the right to award the contract to the bidder(s) that the County deems to offer the lowest responsive and responsible bid(s). The County is therefore not bound to accept a proposal on the basis of lowest price. In addition, the County has the sole discretion and reserves the right to cancel this Bid, to reject any and all proposals, to waive any and all informalities and/or irregularities, or to re -advertise with either the identical or revised specifications, if it is deemed to be in the best interest of the County to do so. The County also reserves the right to make multiple awards, based on experience and qualifications, if it is deemed to be in the County's best interest. 2.8 Other Agencies A. All bidders awarded contracts from this Bid may, upon mutual agreement, permit any municipality or other governmental agency to participate in the contract under the same prices, terms and conditions, if agreed to by both parties. B. It is understood that at no time will any city or municipality or other agency be obligated for placing an order for any other city, municipality or agency; nor will any city or municipality or agency be obligated for any bills incurred by any other city or municipality or agency. Further, it is understood that each agency will issue its own purchase order to the awarded bidder(s). 2.9 F.O.B. Point The F.Q.B. point for this contract and for all purchases made under it shall be as specified by the using department (in accordance with the Bid proposal form), in Volusia County, Florida. Delivery will not be complete until the using department has accepted each item. Delivery to a common carrier shall not constitute delivery to the ordering agency. All disputes shall be between the selleribidder and the carrier. P :\Email-Bids\03 -& 65JG Bid O3-B-65JG 2.10 Assignment The awarded bidder shall not assign, transfer, convey, sublet, or otherwise dispose of any award or of any of its rights, title, or interests therein, without the prior written consent of the County of Volusia, Director of Purchasing. 2.11 Contract A. The contents of this Bid and all provisions of the successful Bid proposal deemed pertinent by the County may be incorporated into a contract and become legally binding. A separate contract document, other than the purchase order, will not be issued. B. The Director of Purchasing is the sole Contracting Officer for the County of Volusia, Florida, and only she or her designee is authorized to make changes to any contract. C. The County shall be responsible for only those orders placed by the County on an authorized signed Purchase Order or Price Agreement. The County shall not be responsible for any order, change substitution or any other discrepancy from the Purchase Order or Price Agreement. If there is any question about the authenticity of a Purchase Order, Price Agreement or change order, the bidder should promptly contact the Purchasing Office at (386) 736-5935. 2.12 Disclosure of Bid Content A. All material submitted becomes the property of the County and may be returned only at the County's option. The County has the right to use any or all ideas presented in any reply to this Bid. Selection or rejection of any Bid proposal does not affect this right. B. The County of Volusia, Florida, is governed by the Public Record Law, Chapter 119, Florida Statutes (F.S.). Only trade secrets as defined in Section 812.081, F.S., will be exempt from disclosure. If a bidder submits trade secret information, the information must be segregated and each pertinent page must be clearly labeled "trade secret." The County will maintain the confidentiality of such trade secrets to the extent provided by law. C. Also pursuant to Section 119.07 (3)(aa), F.S., financial statements will be exempt from examination by anyone other than legally authorized County employees. The County will maintain the confidentiality of such financial data to the extent provided by law. P :Email-Bids\03-B-65JG Bid 03-5-65JG 2.13 Bidder's Responsibility The bidder, by submitting a Bid represents that: A. The bidder has read and understands the Invitation To Bid in its entirety and that the Bid is made in accordance therewith, and; B. The bidder possesses the capabilities, resources, and personnel necessary to provide efficient and successful service to the County, and; C. Before submitting a Bid proposal, each bidder shall make all investigations and examinations necessary to ascertain site and/or local conditions and requirements affecting the full performance of the contract and to verify any representations made by the County of Volusia, Florida, upon which the bidder will rely. If the bidder receives an award because of its Bid proposal submission, failure to have made such investigations and examinations will in no way relieve the bidder from its obligations to comply in every detail with all provisions and requirements of the contract, nor will a plea of ignorance of such conditions and requirements be accepted as a basis for any claim by the bidder for additional compensation or relief. 2.14 Payment Terms A. The County will remit full payment on all undisputed invoices within thirty (30) days from receipt by the appropriate person(s) (to be designated at time of contract) of the invoice(s) or receipt of all products or services ordered. B. Pursuant to Chapter 218, Florida Statutes, the County will pay interest, not to exceed one percent (1%) per month, on all undisputed invoices not paid within thirty (30) days after receipt of the entire order of the commodity or service, AND a properly completed invoice, whichever is later. C. The County has the capabilities of Electronic Fund Transfer (EFT). Please indicate any willingness to accept EFT and what discount(s) will be applied to such payments. List any discounts for prompt payment and/or willingness to accept Electronic Funds Transfer (EFT) and the discount to be applied to such payments. D. By submitting a Bid (offer) to the County of Volusia, Florida, the bidder expressly agrees that if awarded a contract, the County may withhold from any payment, monies owed by the bidder to the Countyfor any legal obligation between the bidder and the County, including, but not limited to intangible taxes, personal property taxes, fees, and commissions. P:�Email-Bids\03-B-657G 7 Bid 03-B-65JG 2.15 Certificates The County reserves the right to require proof that the bidder is an established business and is abiding by the ordinances, regulations, and laws of their community and the State of Florida, such as but not limited to: Occupational Licenses, Business Licenses, Florida Sales Tax Registration, Federal Employers Identification Number. 2.16 Minor Irregularities The County reserves the right to waive minor irregularities in Bid proposals, providing such action is in the best interest of the County. Minor irregularities are defined as those that have no adverse effect on the County's best interests, and will not affect the outcome of the selection process by giving the bidder an advantage or benefit not enjoyed by other bidders. 2.17 Insurance Insurance: The bidder, at its own expense, shall keep and at all times maintain during the term of this contract, public liability insurance issued by responsible insurance companies and in a form acceptable to the County, protecting and insuring against all of the following: claims, demands, damages, fees, fines, penalties, suits, proceedings, actions, and costs of actions, etc. Coverage limits of not less than one million dollars ($1,000,000.00) for General Liability, one million dollars ($1,000,000.00) for Products Liability and Auto Liability in the amount of three hundred thousand dollars ($300,000.00) for bodily injury to or death to one or more than one person and not less than one hundred thousand dollars ($100,000.00) per occurrence. Statutory Workers' Compensation insurance as required by the State of Florida and Employer's Liability in the amount of $500,000.00 per occurrence. Proof of present and current coverage shall be submitted to the County before the beginning of the contract. Every such insurance policy shall contain a provision whereby every company executing the same shall obligate itself to notify the County in writing at least fifteen (15) days before any alteration, modification, or cancellation of such policy is to become effective. No order for material shall be issued unless and until such liability insurance policy is fled with the County. Failure of the bidder to procure and keep on file with the County at all times a liability insurance policy with the limits aforesaid, shall be grounds for the revocation or suspension of the agreement. In the event insurance is canceled and said bidder does not replace said insurance with other policies complying with the provisions of this ordinance, the agreement shall be automatically revoked and canceled. 2.18 Governing Laws Except to the extent federal law is applicable, the interpretation, effect, and validity of any contract(s) resulting from this ITB shall be governed by the laws and regulations of the State of Florida, and the County of Volusia, Florida. Venue of any court action shall be in Volusia County. In the event that a suit is brought for the enforcement of any term of the contract, or any right arising there from, the parties expressly waive their respective rights to have such action tried by jury trial and hereby consent to the use of non -jury trial for the adjudication of such suit. P:Tmai1-Bids\03-B-65JG 8 Bid 03-Bb5JG 2.19 Additional Terms The attached Invitation to Bid cover page contains additional terms and conditions. These written specifications take precedence over terms and conditions on the Invitation to Bid Page. 2.20 Award Term The successful bidder(s) shall be awarded a contract for three (3) years, with two (2) subsequent one (1) year renewals permissible, upon mutual written agreement and, and when applicable, approval of County Council. 2.21 Price Redetermination The bidder may petition the Director of Purchasing for price redetermination within forty-five (45) days of the expiration of each term of the contract or on the anniversary date of the contract, whichever is specified elsewhere in this ITB. The County may also petition the bidder under the same guidelines. Any price redetermination will be solely based upon changes as documented by the Producer Price Index (PPI) for the commodity "Crude Products — WPSSOP1000 for Region IV — Atlanta, as published by the Bureau of Labor Statistics which can be found on-line at http://stats.bls.gov. The base index number will be the month of February 2003. The initial redetermination index number will be the index for March 2004 as published in May 2004. The difference will be the maximum percentage increase allowed. For all periods after the first year, subsequent March indexes will be used. Any price redetermination will include all items awarded. If the County and the bidder cannot agree on any price redetermination, then the contract will expire. 2.22 Deviations All Bid proposals must clearly and with specific detail, note all deviations to the exact requirements imposed upon the bidder by the specifications. Such deviations must be stated upon the Proposal Form; otherwise Volusia County will consider the subject Bid proposals as being made in strict compliance with said Specifications to bidders, the bidder being held therefore accountable and responsible. Bidders are hereby advised that Volusia County will only consider Bid proposals that meet the exact requirements imposed by the specifications; except, however, said Bid proposals may not be subject to such rejection where, at the sole discretion of Volusia County, the stated deviation is considered to be equal or better than the imposed requirement and where said deviation does not destroy the competitive character of the Bid process by affecting the amount of the Bid proposal such that an advantage or benefit is gained to the detriment of the other bidders. 2.23 Material Safety Data Sheet In accordance with Chapter 442 of the Florida Statutes, it is the bidder's responsibility to identify and to provide to the Volusia County Purchasing Office a Material Safety Data Sheet for any material, as may apply to this procurement. 2.24 Waiver of Claims Once this contract expires, or final payment has been requested and made, the awarded bidder shall have no more than 30 calendar days to present or file any claims against the County concerning this P:Email-Bids\03-B•653G 9 Bid 03-B-65JG contract. After that period, the County will consider the bidder to have waived any right to claims against the County concerning this agreement. 2.25 Termination / Cancellation of Contract The County reserves the right to cancel the contract without cause with a minimum thirty (30) days written notice. Termination or cancellation of the contract will not relieve the bidder of any obligations for any deliverables entered into prior to the termination of the contract (i.e., reports, statements of accounts, etc., required and not received). Termination or cancellation of the contract will not relieve the bidder of any obligations or liabilities resulting from any acts committed by the bidder prior to the termination of the contract. 2.26 Termination for Default The County's Contract Administrator shall notify, in writing, the bidder of deficiencies or default in the performance of its duties under the Contract and the bidder shall have fifteen (15) days to correct same or to request, in writing, a hearing. The Director of Purchasing shall hear and act upon same within thirty (30) days from receipt of said request and shall notify the bidder of said action. The action by the Director of Purchasing shall be either to confirm, in whole or in part, the specified deficiencies or default, or to relieve the bidder of responsibilities for said deficiencies or default, or find that there are no deficiencies or default, or such action as deemed necessary in the judgment of the Director. Failure of the bidder to remedy said specified items of deficiency or default in the notice by either the County's Contract Administrator or by the decision of the Director, whichever is applicable, within fifteen (15) days of receipt of such notice of such decisions, shall result in the termination of the contract, and the County shall be relieved of any and all responsibilities and liabilities under the terms and provisions of the Contract. In such event, the bidder shall have the right to seek a judicial review of such action within thirty (30) days of same. Bidder shall not be found in default for events arising due to acts of God. 2.27 Termination for County's Convenience The performance of work under this contract may be terminated in accordance with this clause in whole, or from the time in part, whenever the County representative shall determine that such termination is in the best interest of the County. Any such termination shall be effected by the delivery to the bidder of a Notice of Termination specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective. Upon such termination for convenience, bidder shall be entitled to payment, in accordance with the payment provisions, for services rendered up to the termination date and the County shall have no other obligations to bidder. bidder shall be obligated to continue performance of contract services, in accordance with this contract, until the termination date and shall have no further obligation to perform services after the termination date. P:Email-Bids\03-13-65JG 10 Bid 03-"51G 2.28 Incurred Expenses This ITB does not commit the County of Volusia to award a contract, nor shall the County of Volusia be responsible for any cost or expense which may be incurred by the bidder in preparing and submitting the proposal called for in this ITB, or any cost or expense incurred by the bidder prior to the execution of a contract agreement. 2.29 Minimum Specifications The specifications listed in the Scope of Service are the minimum required performance specifications for this ITB. They are not intended to limit competition nor specify any particular bidder, but to ensure that the County receives quality services. 2.30 Compliance with Laws and Regulations The bidder shall be responsible to know and to apply all applicable federal and state laws, all local laws, ordinances, rules, regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which in any manner affect the work, or which in any way affect the conduct of the work. bidder shall always observe and comply with all such laws, ordinances, rules, regulations, orders, and decrees. The bidder shall protect and indemnify County and all its officers, agents, servants, or employees against any claim or liability arising from or based on the violation of any such law, ordinance, rule, regulation, order, or decree caused or committed by bidder, its representatives, sub -contractors, sub -consultants, professional associates, agents, servants, or employees. Additionally, bidder shall obtain and maintain at its own expense all licenses and permits to conduct business pursuant to this contract from the federal government, State of Florida, Volusia County, or municipalities when legally required, and maintain same in full force and effect during the term of the contract. 2.31 Indemnification of County The bidder shall indemnify, hold harmless and defend the County, its officers, agents, and employees, from or on account of any claims, losses, expenses, injuries, damages, or liability resulting or arising from bidder's performance or nonperformance of services pursuant to this contract, excluding any claims, losses, expenses, injuries, damage, or liability resulting or arising from the actions of County, its officers, agents, or employees. The indemnification shall obligate the bidder to defend, at its own expense or to provide for such defense, at County's option, any and all claims and suits brought against County which may result from bidder's performance or nonperformance of services pursuant to the contract. 2.32 Records & Right to Audit The bidder shall maintain such financial records and other records as may be prescribed by the County or by applicable federal and state laws, rules, and regulations. The bidder shall retain these records for a period of three (3) years after final payment, or until the County audits them, whichever event occurs first. These records shall be made available during the term of the contract and the subsequent three- year period for examination, transcription, and audit by the County, its designees, or other authorized entities. P:\Emai1-Bids\03-B-65JG 11 Bid 03-B-65JG 2.33 Change in Scope of Work/Service A. The County may order changes in the work/service consisting of additions, deletions, or other revisions within the general scope of the contract. No claims may be made by the bidder that the scope of the project or of the bidder's services has been changed, requiring changes to the amount of compensation to the bidder or other adjustments to the contract, unless such changes or adjustments have been made by written amendment to the contract signed by the County Representative, County Purchasing Director and the bidder. B. If the bidder believes that any particular work/service is not within the scope of work/service of the contract, is a material change, or will otherwise require more compensation to the bidder, the bidder must immediately notify the County's Representative in writing of this belief. If the County's Representative believes that the particular work/service is within the scope of the contract as written, the bidder will be ordered to and shall continue with the work/service as changed and at the cost stated for the work/service within the scope. The bidder must assert its right to an adjustment under this clause within thirty (30) days from the date of receipt of the written order. C. The County reserves the right to negotiate with the awarded bidder(s) without completing the competitive bidding process for materials, products, and/or items similar in nature to those specified within this ITB for which requirements were not known when the ITB was released. 2.34 Modifications Due to Public Welfare or Change in Law The County shall have the power to make changes in the contract as the result of changes in law and/or ordinances of Volusia County to impose new rules and regulations on the bidder under the contract relative to the scope and methods of providing services as shall from time -to -time be necessary and desirable for the public welfare. The County shall give the bidder notice of any proposed change and an opportunity to be heard concerning those matters. The scope and method of providing services as referenced herein shall also be liberally construed to include, but is not limited to, the manner, procedures, operations and obligations, financial or otherwise, of the bidder. In the event any future change in Federal, State or County law or the ordinances of Volusia County materially alters the obligations of the bidder, or the benefits to the County, then the contract shall be amended consistent therewith. Should these amendments materially alter the obligations of the bidder, then the bidder or the County shall be entitled to an adjustment in the rates and charges established under the contract. Nothing contained in the contract shall require any party to perform any act or function contrary to law. The County and bidder agree to enter into good faith negotiations regarding modifications to the contract which may be required in order to implement changes in the interest of the public welfare or due to change in law. When such modifications are made to the contract, the County and the bidder shall negotiate in good faith, a reasonable and appropriate adjustment for any changes in services or other obligations required of the bidder directly and demonstrably due to any modification in the contract under this clause. 2.35 Right to Require Performance A. The failure of the County at any time to require performance by the bidder of any provision hereof shall in no way affect the right of the County thereafter to enforce same. Nor shall P;\Email-Bids\03-B-65JG 12 Bid O3-WJG waiver by the County of any breach of any provision hereof be taken or held to be a waiver of any succeeding breach of such provision or as a waiver of any provision itself. B. In the event of failure of the bidder to deliver services in accordance with the contract terms and conditions, the County, after due written notice, may procure the services from other sources and hold the bidder responsible for any resulting additional purchase and administrative costs. This remedy shall be in addition to any other remedies that the County may have. 2.36 Force Majeure The County and the bidder will exercise every reasonable effort to meet their respective obligations as outlined in this ITS and the ensuing contract, but shall not be liable for delays resulting from force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law or regulation, acts of God, acts or omissions of the other party, government acts or omissions, fires, strikes, national disasters, wars, riots, tansportation problems and/or any other cause whatsoever beyond the reasonable control of the parties. Any such cause will extend the performance of the delayed obligation to the extent of the delay so incurred. 2.37 Bidder's Personnel During the performance of the contract, the bidder agrees to the following: A. The bidder shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, handicap or national origin, except when such condition is a bona fide occupational qualification reasonably necessary for the normal operations of the bidder. The bidder agrees to post in conspicuous places, visible to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. B. The bidder, in all solicitations or advertisements for employees placed by or on behalf of the bidder, shall state that such bidder is an Equal Opportunity Employer. C. Notices, advertisements, and solicitations placed in accordance with federal law, rule, or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. D. The bidder shall include the provisions of the foregoing paragraphs A, B, and C above in every subcontract or purchase order so that the provisions will be binding upon each bidder. E. The bidder and any sub -contractor shall pay all employees working on this contract not less than minimum wage specified in the Fair Labor Standards Act (29 CFR 510-794) as amended. F. Any information concerning the County, its products, services, personnel, policies or any other aspect of its business learned by the bidder or personnel furnished by the bidder in the course of providing services pursuant to the Agreement, shall be held in confidence and shall not be disclosed by the bidder or any employee or agents of the bidder or personnel furnished by the bidder, without the prior written consent of the County. P:Emai1-Bids\03-13-65JG 13 Bid 03-M5JG 2.38 Claim Notice The bidder shall immediately report in writing to the County's designated representative or agent any incident which might reasonably be expected to result in any claim under any of the coverage mentioned herein. The bidder agrees to cooperate with the County in promptly releasing reasonable information periodically as to the disposition of any claims, including a resume' of claims experience relating to all bidder operations at the County project site. 2.39 Contract/Bidder Relationship The County of Volusia reserves the right to award one or more contracts to provide the required services as deemed to be in the best interest of the County. Any awarded bidder shall provide the services required herein strictly under a contractual relationship with the County and is not, nor shall be, construed to be an agent or employee of the County. As an independent bidder the awarded bidder shall pay any and all applicable taxes required by law; shall comply with all pertinent Federal, State, and local statutes including, but not limited to, the Fair Labor Standards Act, The Americans with Disabilities Act, the Federal Civil Rights Act, and any and all relevant employment laws. The bidder shall be responsible for all income tax, FICA, and any other withholdings from its employees' or sub -contractor's wages or salaries. Benefits for same shall be the responsibility of the bidder including, but not limited to, health and life insurance, mandatory Social Security, retirement, liability/risk coverage, and workers' and unemployment compensation. The independent bidder shall hire, compensate, supervise, and terminate members of its work force; shall direct and control the manner in which work is performed including conditions under which individuals will be assigned duties, how individuals will report, and the hours individuals will perform. The independent bidder shall not be provided special space, facilities, or equipment by the County to perform any of the duties required by the contract nor shall the County pay for any business, travel, or training expenses or any other contract performance expenses not specifically set forth in the specifications. The independent bidder shall not be exclusively bound to the County and may provide professional services to other private and public entities as long as it is not in direct conflict and does not provide a conflict of interest with the services to be performed for the County. 2.40 New Material Unless otherwise provided for in this specification, the bidder represents and warrants that the goods, materials, supplies, or components offered to the County under this Bid solicitation are new, not used or reconditioned, and are not of such age or so deteriorated as to impair their usefulness or safety and that the goods, materials, supplies, or components offered are current production models of the respective manufacturer. If the bidder believes that furnishing used or reconditioned goods, materials, supplies, or components will be in the County's interest, the bidder shall so notify the County Purchasing Agent in writing no later than ten (10) working days prior to the date set for opening of Bids. The notice shall include the reasons for the request and any benefits that may accrue to the P:Trnai1-13ids\03-B-65JG 14 Bid 03-B-65JG County if the Purchasing Agent authorizes the Bidding of used or reconditioned goods, materials, supplies, or components. 2.41 Disadvantaged Business Enterprise Program The County Council has adopted policies that assure and encourage the full participation of Disadvantaged Business Enterprises (DBE) in the provision of goods and services. The County encourages joint ventures between majority -owned firms and qualified disadvantaged / minority / women: -owned firms. 2.42 Conflict of Interest, Clean Hands and Significant Stakeholders Disclosure Form All bidders shall complete and have notarized the attached disclosure form of any potential conflict of interest that the bidder may have due to ownership, other clients, contracts, or interest associated with this project. 2.43 No Award if Bidder has a Code Violation or Past Due Debt to the County of Volusia, Florida: The County Council has adopted a policy to preclude the award of any contract to any business or any significant stakeholder or authorized representative (excluding contracted legal representation) of the business that (1) has been determined by judicial or administrative board action to be in noncompliance with or in violation of any provision of the Volusia County Code [including but not limited to: permits, zoning, license, signs], which noncompliance or violation remains uncorrected, or; (2) has any outstanding past due debt to Volusia County [including but not limited to: property taxes, fees, liens, charges for services, assessments, judgements, dishonored checks or drafts] as of the closing time and date of any Invitation to Bid, Request for Proposals, Requests for Statements of Qualifications, or Request for Quote. Each offeror shall provide a list of all officers and all significant stakeholders of the business with each offer made to the County. If the offeror misrepresents the status of the business, any officer, or significant stakeholder, the County will consider this a material defect in any ensuing contract and shall have the right to immediately terminate it. Prior to the bid closing date, if you wish to obtain information to ensure there is no outstanding code violation or past -due debt/accounts owed to Volusia County by your officers, significant stakeholders or yourself, you may contact the County staff members listed below or complete the top portion of the bidder Clean Hands Search Request and Officers & Significant Stakeholder's forms to the appropriate departments. By County ordinance, a firm must have "clean hands" as of the submission time and date of response to any Invitation To Bid, Request For Proposal, or ,invitation for Quotation. If you would like a Purchasing Agent to assist you with this search, please contact the Purchasing Agent named on this Invitation to Bid. Code Enforcement Manager 386-736-5925, ext. 5925 or 386-423-3300, ext. 5925 or 386-736-5925 Ron Yates, Permit Center Manager 386-736-5924, ext. 2723 Dawn Lewis, Accounts Receivable Supervisor 386-736-5933, ext. 2693 Barney Kane, Revenue Director 386-736-5938 Donald Vancini, Chief Building Official 386-822-5739 P:�Email-Bids103-B-65JG 15 Bid o3-B-65JG 3.0 SUBMITTAL REQUIREMENTS (Submit in the following order) 3.1 Completed Invitation To Bid cover page. 3.2 Completed Proposal Form (use attached form). 3.3 List at least three (3) recent references where the proposed product has been used within the past year. Use of the attached form will aid in evaluation. 3.4 Those firms located within the County of Volusia must include a copy of their County Occupational License. 3.5 Attach evidence of required insurance coverage: A properly completed ACORD Form is preferable. 3.6 Conflict of Interest and Clean Hands Disclosure & Officers and Significant Stakeholders Forms. (USE ATTACHED FORMS.) All bidders shall properly complete, have notarized and attach with their proposal the attached notarized disclosure statement of any potential conflict of interest that the bidder may have due to ownership, other clients, contracts or interests associated with this project. 3.7 All bidders shall be prepared to supply a financial statement upon request, preferably a certified audit, but a third party prepared financial statement and the latest D & B report will be accepted. The statement can be labeled Confidential. P:\F.mai1-Bids\03-S65JG 16 52003 PROPOSAL FORM TO: County of Volusia, Florida Office of Purchasing Director 123 W. Indiana Avenue, 3rd Floor DeLand, FL 32720-4608 Bid 03-B-65JG The undersigned hereby declare that [firm name] has carefully examined the specifications to furnish: Polyethylene Tubing, Pipe and Fittings for which proposals were advertised to be received no later than 2:00 p.m., local time, Thursday, March 6, 2003, and further declare that [firm name] will furnish the Polyethylene Tubing, Pipe and Fittings according to specifications. CONTINUED ON NEXT PAGE P:\Emai1-Bids\03-B•65)G 17 00 v v o. H cn N P� v -d v7 � 04 W v v GL [� cn �. v v [� Cn M P V] Q cn 0 H N A. v „ v v F- En Q. v v ta. E- cn p. � v p" v • 94 I I I Q3 i Q3 a3 u u 00 W a Q W F-� Q O � zA� N tl. v �d 00WW L ^ v 'd v v F4 v v v] C] W C3. cn F ' N 04 U] ¢N, N 00 , N � cn '. cjf)a) F� real W r�3 WO�U Q33a,3 uu 0-"'cn M b v (� v� 00 AG W v v a. H r/� � c, a H rn 04 V) M iL v � v � C/] N � 00 v v e, v � G. v � � v 00 v v 0, H U �o ' u l a ran >� -1 p U can U i I i I WrU`n WO Uri xU 0 N v H v 0 W W v v SO v v» GQ W v v °J v 1A v v C, CD H 04 C/] v v 00 f- G. v v E-� to P. v v 2, H v] o, v v � v v 04 HUCo w := zW 7UrUn W W O z W �U U U �www AG Vn W W V A w U z w >M a`r' AW >U O z w Ucn a 33 �Ww U v c� 00 v v a 00 v N E- cn -;r N � v � H cn v v ta, �^ v a F-+ cry 0. v v 00 v v cq Q) V] � [� 00 T� HUB n, W w WwW ?U WWC � >� wz U O r- IJI F� CA rn W OAF.-, m ill H cn W cn (» �zzzzzz� �1UHwpwp P.UaWP�W on rA 0P409400 N v) Ur,U�Q �D cn �:) cn N N mod/ ° - K ° — q w Ln t a w cn n a En 6,A @ � u K 00 .% ° - K m 2 'K ° - m 2 "K ° - K 3 '6 @ \ � � K 7 / § ƒ m R-L-1 8 Bid 03-B-65JG Have you supplied the Submittal Requirements outlined above? YES NO Have you supplied the required references? YES NO Prompt Payment Terms: % Days; Net 30 Days Do you offer a discount for electronic funds transfer (EFT)? YES % NO The County of Volusia reserves the right to reject any or all proposals, to waive informalities, and to accept all or any part of any proposal as they may deem to be in the best interest of the County. 1 hereby certify that I have read and understand the requirements of this Invitation to Bid No. 03-B-65JG, and that I as the bidder, will comply with all requirements, and that I am duly authorized to execute this proposal/offer document and any contract(s) and/or other transactions required by award of this Bid. Company (Print name) Signature Address City State ZIP Telephone Fax E-Mail Address: DUNS# Fed. I.D. # P:\Email-Bids\03-&65JG 24 Bid 03-B-65JG References #1 Agency Address City,State,ZIP Contact Person Telephone Date(s) of Service Type of Service Comments: #2 Agency Address City,State,ZIP Contact Person Telephone Date(s) of Service Type of Service Comments: #3 Agency Address City,State,ZIP Contact Person Telephone Date(s) of Service Type of Service Comments: P:Tmail-Bids\03-&65JG 25 Conflict of Interest & Clean Hands Disclosure Form I HEREBY CERTIFY that Bid 03-B-65JG 1. I (printed name) am the (title) and the duly authorized representative of the firm of (Firm Name) whose address is and that I possess the legal authority to make this affidavit on behalf of myself and the firm for which I am acting; and, 2. Except as listed below, no employee, officer, or agent of the firm have any conflicts of interest, real or apparent, due to ownership, other clients, contracts, or interests associated with this project; and, 3. The business nor any authorized representative or significant stakeholder of the business has been determined by judicial or administrative board action to be in noncompliance with or in violation of any provision of the Volusia County Code, nor has any outstanding past due debt to the County of Volusia, Florida; and 4. This proposal is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a proposal for the same services, and is in all respects fair and without collusion or fraud. EXCEPTIONS (List) Signature: Printed Name: Firm Name: Date: Sworn to and subscribed before me this day of 320 Personally known OR Produced identification (Type of Identification) otary Public - State of My Commission expires (Printed, typed or stamped commissioned name of Notary Public) P:\Fmai1-Bids\03-B-65JG 26 Bid 03-Bfi5J G Officers and Significant Stakeholders Please complete this form OR provide a Securities and Exchange Form 10K in lieu of this form. Failure to list all officers and significant stakeholders of the business may prevent the proposal / offer from being considered for award. BUSINESS OFFICERS President: Name Address: Vice President: Name: Address: Secretary: Name: Address: Treasurer: Name: Address: SIGNIFICANT STAKEHOLDERS A significant stakeholder means any person, corporation, partnership, individual, sale proprietorship, joint venture, joint stock company, or any legal entity that has a ten percent (10%) or more equity in the business. Name: Address: Name: Address: Name: Address: Name: Address: Name: Address: USE ADDITIONAL PAGES TO ADD ALL NAMES AND ADDRESSES. 27 Bid 03-B-65JG Vendor Clean Hands Search Request Form if you desire to use prior to submitting proposal Complete the top portion of this form and the Officers & Significant Stakeholders form and fax them to the five individuals listed below or contact the Purchasing Agent listed below. Do NOT return with your proposal. From: Vendor name Vendor's phone number: Vendor's fax number: To: ? Carol Kerrigan, Code Enforcement Manager ? Ron Yates, Permit Center Manager ? Dawn Lewis, Accounts Receivable Supervisor ? Barney Kane, Revenue Director ? Donald Vancini, Chief Building Official Date: Page 1 of 2 pages 386-626-6549 386-822-5734 386-822-5042 386-822-5729 386-740-5215 Solicitation Number: _03-B-65JG ___ Title: -Polyethylene Tubing. Pine and Fittings Purchasing Agent: Josip ___________ Telephone: _386-822-5779 Fax: 366-736-5972 Please check your records and verify that the below listed bidder and the officers and significant stakeholders on the attached pages are in compliance with all Volusia County codes and do not have any outstanding past due debt with the County as of (date). Potential Vendor Name: ____________________________________ ------------------------- Address:_T_----------------------------- ------------------------------- Bidders do not complete anything below this point ? The listed vendor, its officers and/or significant stakeholders listed on the attached pages HAVEN been determined by judicial or administrative board action to be in noncompliance with or in violation of any provision of the Volusia County Codes. By: name: --------------------------- initial: ------- ----- Date: ____ ? The listed vendor, its officers and/or significant stakeholders listed on the attached pages HAVE been determined by judicial or administrative board action to be in noncompliance with or in violation of any provision of the Volusia County Codes. Brief Details: By: name: --------------------- —.------ _.._--------- initial: _ _ Date: — ww+wawa,rww*wwwrr+rwrrirrwwrwrrwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwawa►rwrwrrrwwrwrwww,rararawrarr,rrrwwww.raaarwww,rwrrwr.raw,rwrrwwwwwwwww• ? The listed vendor and the officers and significant stakeholders listed on the attached pages do NOT have any outstanding past due debt to the County. By: name: ---------------------------------------- initial: ------------ Date: ----- ? The listed vendor and/or one of the officers or significant stakeholders listed on the attached pages HAS an outstanding past due debt to the County. Brief Details: By: name: --------------------------- -- initial: Date: ____ ■■rrrrrrrrrrrrrrrrrrraa0rrrrrrrrrrrrrrrrrrrrrrrrraarrrrrrrrrrrriia0a0aarrrrrrrrrrrrrrrrrr ? The listed vendor and the officers and significant stakeholders listed on the attached pages do VM have any outstanding past due debt to the County for: ? real estate tax ? tangible tax ? occupational license ? impact fees By: name: --- ------------------------- ---------- initial: -- ------ Date: ? The listed vendor and/or one of the officers or significant stakeholders listed on the attached pages HAS an outstanding past due debt to the County for: ? real estate tax ? tangible tax ? occupational license ? impact fees Brief Details: By: name: -------__ __--_--- initial:---�.____---- Date: ----____ ----------------------- — ■■rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr■ 28 Standard Specification for Corrugated Polyethylene Pipe, 300- to 1200-mm Diameter AASHTO Designation: M 294-01 1, SCOPE 1.1. This specification covers the requirements and methods of tests for corrugated polyethylene (PE) pipe, couplings, and fittings for use in surface and subsurface drainage applications. 1.1.1. Nominal sizes of 300 to 1200 mm are included. 1.1.2. Materials, workmanship, dimensions, pipe stiffness, environmental stress crack resistance, joining systems, brittleness, and form of markings are specified. 1.2. Corrugated polyethylene pipe is intended for surface and subsurface drainage applications where soil provides support to its flexible walls. Its major use is to collect or convey drainage water by open gravity flow, as culverts, storm drains, etc. �.— . Note 1—When polyethylene pipe is to be used in locations where the ends may be exposed. 1 consideration should be given to protection of the exposed portions due to combustibility of the polyethylene and the deteriorating effects of prolonged exposure to ultraviolet radiation. 1 A This specification does not include requirements for bedding, backfill, or earth cover load. Successful performance of this product depends upon proper type of bedding and backfill, and care in installation. The structural design of corrugated polyethylene pipe and the proper installation procedures are given in the AASHTO's Standard Specifications for Highway Bridges. Upon request of the user or engineer, the manufacturer shall provide profile wall section detail required for a full engineering evaluation. 2. REFERENCED DOCUMENTS 2.1. AASHTO Standard: ■ Standard Specifications for Highway Bridges 2.2. ASTM Standards: ■ D 618, Conditioning Plastics and Electrical Insulating Materials for Testing • D 638, Standard Test Method for Tensile Properties of Plastics ■ D 883, Terms Relating to Plastics i D 1693. Environmental Stress Cracking of Ethylene Plastics ■ D 1928, Practice for Preparation of Compression -Molded Polyethylene Test Sheets and Test Specimens ■ D 2122, Determining Dimensions of Thermoplastic Pipe and Fittings TS-4b M 294-1 AASHTO 3. 3.1. 3.2. 3.3. 3.4. 3.5. 3.6. 3.7. 3.8. 4. 4.1. 4.1.1.1 TS-4b ■ D 2412, Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading ■ D 2444, Test for Impact Resistance of Thermoplastic Pipe and Fittings by Means of a Tup (Falling Weight) 16 ■ D 3350, Standard Specification for Polyethylene Plastics Pipe and Fittings Materials • D 5397, Standard Test Method for Evaluation of Stress Crack Resistance of Polyolefin Geomembranes Using Notched Constant Tensile Load Test ■ F 412, Terms Relating to Plastic Piping Systems Note 2---Pipe sizes 1050-mm and 1200-mm diameters were previously specified by the provisional standard AASHTO MP 6-95. For 1050- and 1200-mm pipe, the wall thickness should be designed using the long-term tensile strength provision (900 psi) until new design criteria are established in the AASHTO bridge and structures specifications. TERMINOLOGY The terminology used in this standard is in accordance with the definitions given in ASTM D 883 and ASTM F 412 unless otherwise specified. Crack ---Any break or split that extends through the wall. Crease —An irrecoverable indentation. generally associated with wall buckling. Buckling ---Any reverse curvature or deformation in the pipe wall that reduces the load -carrying capability of the pipe. Polyethylene (PE) Plastics —Plastics based on polymers made with ethylene as essentially the sole monomer (ASTM D 883). Reworked Plastic —A plastic from a processor's own production that has been reground, pelletized, or solvated after having been previously processed by molding, extrusion, etc. (ASTM D 883). Virgin Polyethylene Material ---PE plastic material in the form of pellets, granules, powder, floc, or liquid that has not been subject to use or processing other than required for initial manufacture. Slow Crack Growth —A phenomenon by which a stress crack may form. A stress crack is an external or internal crack in plastic caused by tensile stresses less than its short -time mechanical strength. CLASSIFICATION The corrugated Polyethylene Pipe, covered by this specification is classified as follows: Type C This pipe shall have a full circular cross section, with a corrugated surface both inside and outside. Corrugations shall be annular. 1a Type CP—This pipe shall be Type C with perforations. *• M 294.2 AASHTO r,+ . T 4.1.2. Type S—This pipe shall have a full circular cross section, with an outer corrugated pipe wall and a r� smooth inner liner. Corrugations shall be annular. 4.1.2.1. Type SP—This pipe shall be Type S with perforations. 4.1.3. Type D--This pipe shall consist of an essentially smooth waterway braced circumferentially or spirally with projections or ribs joined to an essentially smooth outer wall. Both walls shall be fused to, or continuous with, the internal supports. 4.2. Two classes of perforations are as described in Sections 7.3.1 and 7.3.2. S. ORDERING INFORMATION A 5.1. Orders using this specification shall include the following information as necessary to adequately describe the desired product: 5.1.1. AASHTO designation and year of issue; 5.1.2. Type of pipe (Section 4.1); 5.1.3. Diameter and length required. either total length or length of each piece and number of pieces; 5.1.4. Number of couplings; 5.1.5. Class of perforations (Class 2 is furnished if not specified) (Section 7.3); and 5.1.6. Certification, if desired (Section 12.1). specimen Cross section Figure 1—Speciment Configuration for Environmental Stress Cracking (Section 9.4.2) C• ,ril����1/_lam`? 6.1. Basic Materials: TS-4b M 294-3 AASHTO 6.1.1. Extruded Pipe and Blow Molded fittings —Pipe and fittings shall be made of virgin PE compounds which conform with the requirements of cell class 335400C as defined and described in ASTM D 3350, except that the carbon black content shall not exceed 5 percent, and the density shall not be less than 0.945 gm/cc nor greater than 0.955 gm/cc. Compounds that have higher cell classifications in one or more properties, with the exception of density, are acceptable provided product requirements are met. For slow crack growth resistance. acceptance of resins shall be determined by using the single point notched constant tensile load (SP-NCTL) test according to the procedure described in Section 9.5. The average failure time of the five test specimens must exceed 24 hours with no single test specimen's failure time less than 17 hours. 6.1.2. Rotational Molded Fittings —Fittings shall be made of virgin PE compounds which conform with the requirements of cell class 213320C as defined and described in ASTM D 3350, except that the carbon black content shall not exceed 5 percent. Compounds that have higher cell classifications in one or more properties are acceptable provided product requirements are met. 6.2. Reworked Plastic —In lieu of virgin PE, clean reworked plastic may be used by the manufacturer, provided that it meets the cell class requirements as described in Section 6.1. 7. REQUIREMENTS 7.1. Workmanskip--The pipe and fittings shall be free of foreign inclusions and visible defects as defined herein. The ends of the pipe shall be cut squarely and cleanly so as not to adversely affect joining or connecting. 7.1.1. Visible Defects ---Cracks, creases, unpigmented or nonuniformly pigmented pipe are not permissible in the pipe or fittings as furnished. 7.1.2. For Type S pipe, the inner liner shall be fused to the outer corrugated shell at all internal corrugation crests. For Type D pipe, both walls shall be fused to or continuous with the internal supports. 7.2. Pipe Dimensions: 7.2.1. Nominal Size --The nominal size for the pipe and fittings is based on the nominal inside diameter of the pipe. Nominal diameters shall be 300, 375, 450. 525, 600. 675, 750. 900,1050, and 1200 mm. 7.2.2. Wall Thickness —The inner wall of Type S pipe, and both inner and outer walls of Type D pipe, shall have the following minimum thicknesses, when measured in accordance with Section 9.7.4. Diameter (can) Wall 71ticknesi (mm) 300 0.9 375 1.0 450 1.3 525 1.3 600 1.5 675 1.5 750 1.5 900 1.7 1050 1.9 1200 1.8 TS-4b M 294-4 AASHTC C 7.2.3. Inside Diameter Tolerances --'The tolerance on the specified inside diameter shall be 4.5 percent oversize and 1.5 percent undersize, but not more than 30-mm oversize when measured in accordance with Section 9.7.1. 7.2.4. length —Corrugated PE pipe may be sold in any length agreeable to the user. Lengths shalt not be less than 99 percent of the stated quantity when measured in accordance with Section 9.7.2. 7.3. Perforations —When perforated pipe is specified, the perforations shall conform to the requirements of Class 2, unless otherwise specified in the order. Class 1 perforations are for pipe intended to be used for subsurface drainage or combination storm and underdrain. Class 2 perforations are for pipe intended to be used for subsurface drainage only. The perforations shall be cleanly cut so as not to restrict the inflow of water. Pipe connected by couplings or bands may be unperforated within 100 mrn of each end of each length of pipe. Pipe connected by bell and spigot joints may not be perforated in the area of the bells and spigots. i. ra' MINIMVr� J Figure 2—Requirements for Perforations Table I —Rows of Perforations, Height "H" of the Centerline of the Uppermost Rows above the Invert, and Chord Length " L" of Unperforated Segment, for Class 1 Perforations TS-4b H. L. Nominal Rows of Maximum' minimums Diameter PerforationO mm mm 300 6 138 192 375 6 184 256 450 6 207 289 525 6 230 320 600 + 8 cry (h " Minimum number of rows. A greater number of rows for Increased inlet area shall be subject to agreement between purchaser and manufacturer. Note; The number of perforations per meter in each row (and Inlet area) is dependent on the corrugation pitch. a See Figure 2 for location of dtmensions "H" and '-L." H (max.) - 0460; L (min.) - 064, where D + nominal 4tameter of pipe. millimeters M 294-5 AASHTO 7.3.1. Class 1 Perforations --The perforations shall be approximately circular and shall have nominal diameters of not less than 5 mm nor greater than 10 mm and shall be arranged in rows parallel to F the axis of the pipe. The perforations shall be located in the external valleys with perforations in each row for each corrugation. The rows of perforations shall be arranged in two equal groups placed symmetrically on either side of the lower unperforated segment corresponding to the flow line of the pipe. The spacing of the rows shall be uniform. The distance between the center lines of the rows shall not be less than 25 mm. The minimum number of longitudinal rows of perforations, the maximum height of the center lines of the uppermost rows of perforations above the bottom of the invert, and the inside chord lengths of the unperforated segments illustrated in Figure 2 shall be as specified in Table 1. 7.3.2. Class 2 Perforations —Circular perforations shall be a minimum of 5 mm and shall not exceed 10 mm in diameter. The width of slots shall not exceed 3 mm. The length of slots shall not exceed 70 mm for 300 mm and 375 mm pipe and 75 mm for 450 mm and larger pipe. Perforations shall be placed in the external valleys and uniformly spaced along the length and circumference of the pipe. The water inlet area shall be a minimum of 30 cm=/m for pipe sizes 300 to 450 mm and 40 cmr/m for pipe sizes larger than 450 mm. All measurements shall be made in accordance with Section 9.7.3. 7.4. Pipe Stiffness —The pipe shall have a minimum pipe stiffness at 5 percent deflection as follows when tested in accordance with Section 9.1. Diameter Pipe Sdffnew Hun kPa 300 nun 345 375 mm 290 450 mm 275 525 mro 260 Epp MM 235 675 mm 205 750 mm 195 900 mm 150 1050 mm 140 1200 mm 125 7.5. Pipe Flattening There shall be no evidence of wall buckling, cracking, splitting, or delamination, when the pipe is tested in accordance with Section 9.2. 7.6. Environmental Stress Cracking ---There shall be no cracking of the pipe when tested in accordance with Section 9.4. 7.7. Brittleness —Pipe specimens shall not crack or split when tested in accordance with Section 9.3. Five non -failures out of six impacts will be acceptable. 7.8. Fitting Requirements: 7.8.1. The fittings shall not reduce or impair the overall intcgrity or function of the pipe line. 7.8.2. Common corrugated fittings include in -line joint fittings, such as couplings and reducers, and branch or complimentary assembly fittings such as tees, wyes, and end caps. These fittings are installed by various methods. Note 3--Only fittings supplied or recommended by the pipe manufacturer should be used. Fabricated fittings made from pipe meeting the requirements of the pipe specification should be .. TS-4b M 294-6 AASMTO acceptable providing that the joints are adequately lapped or reinforced. Joints are not intended to be watertight. Soil tightness is a function of opening size, channel length, an4 backfill particle size. A backfill material containing a high percentage of fine -graded soils requires investigation for the specific type of joint to be used to guard against soil infiltration. Information regarding joint soil tightness criteria can be found in AASHTO's Standard Specifications fir Highway Bridges, Division 11, Section 26, "Metal Culverts." 7.8.3. All fittings shall be within an overall length dimensional tolerance t12 mm of the manufacturer's specified dimensions when measured in accordance with Section 9.7.2. 7.8.4. Fittings shall not reduce the inside diameter of the pipe being joined by more than 12 mm. Reducer fittings shall not reduce the cross -sectional area of the small size. 7.8.5. Couplings shall be corru$aled to match the pipe corrugations and shall provide sufficient longitudinil strength to preserve pipe alignment and prevent separation at the joints. Couplings shall be bell and spigot, split collar, of screw -on collar. Split couplings shall engage at least two full corrugations on each pipe section. 7.8.6. Pipe connections shall not separate to create a gap exceeding 5 mm when measured in a radial direction between pipe and coupling, or between bell and'spigot portions of pipe, when tested according to Section 9.6.1. Fittings shall not crack or delaminate: 7.8.7. The design of the fittings shall be such that when connected with the pipe, the axis of the assembly will be level and true when tested in accordance with Section 9.6.2. 7.8.8. Other types of coupling bands or fastening devices which are equally effective as those described, and which comply with the joint performance criteria of AASHTO's Standard Specucarions for 0 Highway Bridges, Division 11, Section 26, may be used when approved by the purchaser. S. CONDITIONING 8.1. Conditioning —Condition the specimen prior to test at 21 to 25'C for not less than 40 hours in accordance with Procedure A in ASTM D 618 for those tests where conditioning is required, and unless otherwise specified. 8.2. Conditions ---Conduct all tests at a laboratory temperature of 21 to 25'C unless otherwise specified herein. 9. TEST METHODS 9.1. Pipe Stffness—Select a minimum of three (3) pipe specimens and test for pipe stiffness (PS), as described in ASTM D 2412 except for the following: (1) the test specimens shall be a minimum of one diameter length; (2) locate -the first specimen in the loading machine with an imaginary line connecting the two seams formed by the corrugation mold (end view) parallel to the loading plates, when applicable. The specimen must lie flat on the plate within 3 mm and may be straightened by hand bending at room temperature to accomplish this. Use the first location as a reference point for rotation and testing of the other two specimens. Rotate subsequent specimens 45 and 90 degrees, respectively, from the original orientation. Test each specimen in one position only; (3) the deflection indicator shall be readable and accurate to *0.02 mm; (4) the residual curvature found in tubing frequently results in an erratic initial load/deflection curve. When this occurs, the beginning point for deflection measurement shall be at a load of 20 t 5 Newtons. The point shall be considered as the origin of the load deflection curve. TS-4b M 294-7 AASHTO Note 4—The parallel plates must exceed the length of the test specimen as specified above. 9.2. Pipe Flattening —Flatten the three -pipe specimens fram Section 9.l until the vertical inside :- diameter is reduced by 20 percent. The rate of loading shall be the same as in Section 9.1. Examine the specimen with the unaided eye for cracking, splitting, or delamination. Wall buckling is indicated by reverse curvoturc in the pipe wall accompanied by a decrease in load carrying - ability of the pipe. 9.3. Brittleness —Test pipe specimens in accordance with ASTM D 2444 except six specimens shall be tested, or six impacts shall be made on one specimen. In the latter case, successive impacts shall be separated by 120 * 10 degrees for impacts made on one circle, or at least 300 mm longitudinally for impacts made on one element. Impact points shall be at least 150 mm from the end of the specimen. Tup B shall be used, with a mass of 4.5 kg. The height of drop shall be 3.0 m. Use a Pat plate, specimen holder. Condition the specimens for 24 hours at a temperature of -4 t rC, and conduct all tests within 60 seconds of removal from this atmosphere. The center of the falling tup shall strike on a corrugation crown for all impacts. 9.4. environmental Stress Cracking of Finished Pipe—Tcst sections of the pipe for environmental stress cracking in accordance with ASTM D 1693. except for the following modifications: 9.4.1. Three (3) specimens shall be tested. 9.4.2. Each specimen shall consist of a 90-degree arc length of pipe as shown in Figure 1. 9.4.3. Bend the specimens to shorten the inside chord length 20 t 1 percent and retain in this position using a suitable holding device. Determine the arc chord dimension (B) of thespecimen under test as follows: B - 0.8A where: A W the inside chord dimension before bending B = the same dimension taken after bending (Figure 1). 9.4.4. Place the bent specimen in a container of suitable size and cover completely with a preheated wetting agent at 500C t 20C. Maintain this temperature for 24 hours, and then remove the sample and inspect immediately. The wetting agent used in this test shall be 100 percent "Igepal CO-630, a trade name for nonylphenoxy poly(ethyleneoxy) ethanol. 9.5. Slow Crack Growth Resistance of Resin Compounds —Test basic resin compounds for stress crack resistance in accordance with the ASTM D 5397 Appendix, the SP-NCTL test except for the following modifications: 9.5.1. Resin compounds shall be compression molded according to ASTM D 1928, Procedure C. The thickness of the plaque shall be 1.9 t 0.2 mm. 9.5.2. Five test specimens shall be taken from the molded plaque along the same orientation. 9.5.3. The applied stress for the SP•NCTL test shall be 15 percent of the yield stress as determined by tensile tests of the plaque samples in accordance with ASTM D 638 Type IV. TS-4b M 294-8 AASHTO Note S---The notched depth of 20 percent of the nominal thickness of the specimen is critical to this procedure. 9.6. Joints and Fittings: 9.6.1. Joint Integrity --Assemble each fitting or coupling to the appropriate pipe in accordance with the manufacturer's recommendations. Use pipe samples at least 300 mm in length. Assemble a specimen at least 600 mm in length with the connection at the center. Load the connected pipe and fitting between parallel plates at the rate of 12.5 mm per minute until the vertical inside diameter is reduced by at least 20 percent of the nominal diameter of the pipe. Inspect for damage while at the specified deflection and after load removal. Measure the maximum radial distance between pipe and fittings, or between bell and spigot, during test and after load removal. 9.6.2. Alignment --Assure that the assembly or joint is correct and complete. If the pipe is bent, it should be straightened prior to performing this test. Lay the assembly or joint on a flat surface and verify that it will accommodate straight-line flow. 9.7. Dimensions: 9.7.1. Inside Diameter —Measure the inside diameter of the pipe with a tapered plug in accordance with ASTM D 2122. As an alternative, measure the inside diameter with a suitable device accurate to :0.0 mm on two sections. Take eight measurements equally spaced around the circumference of each section and average these 16 measurements. The average inside diameter shall meet the requirements of Section 7.2.3. 9.7.2. Ungth—Measure pipe with any suitable device accurate to x6.0 mm in 3 m. Make all measurements on the pipe while it is stress -free and at rest on a flat surface in a straight line. 9.7.3. Perforations ---Measure dimensions of perforations on a straight specimen with no external forces applied. Make linear measurements with instruments accurate to 0.2 mm. 9.7.4. Wall Thickness —Measure the will thickness in accordance with ASTM D 2122. 10. INSPECTION AND RETEST 10.1. inspection --Inspection of the material shall be made as agreed upon by the purchaser and the seller as part of the purchase contract. 10.2. Retest and Rejection --If any failure to conform to these specifications occurs, the pipe or fittings may be retested to establish conformity in accordance with agreement between the purchaser and seller. Individual results, not averages, constitute failure. 11. MARKING 11.1. All pipe shall be clearly marked at intervals of no more than 3.5 m as follows: 11.1.1. Manufacturer's name or trademark. 11.1.2. Nominal size, TS-4b M 294-9 AASHTO 11.1.3. This specification designation, AASHTO M 294, 11.1.4. The plant designation code, and ' 11.1.5. The date of manufacture or an appropriate code. 11.2. Fittings shall be marked with the designation' number of this specification,-AASHTO M 294.•and with the manufacturer's identification symbol. 12. QUALITY ASSURANCE 12.1. A manufacturer's certificate that the product was manufactured, tested, and supplied in accordance with this specification, together with a report of the test results; and the date each test was completed, shall be furnished upon request. Each certification so furnished shall be signed by a person authorized by the manufacturer. U TS-4b M 294.10 AASHTO E Standard Specification for Corrugated Polyethylene Drainage Pipe AASHTO Designation: M 252-96 (2000) 1. SCOPE 1.1. This specification covers the requirements and methods of test for corrugated polyethylene (PE) pipe, couplings and fittings for use in subsurface drainage systems, storm sewers, and in surface drainage (culverts), where soil support is given to the pipe's flexible walls in all applications. 1.1.1. Nominal sizes of 75 to 250 mm are included, 1.1.2. Materials, dimensions, pipe stiffness, environmental stress -crack resistance, perforations, joining systems and forms of marking are specified. Note 1-When polyethylene pipe is to be used in locations where the ends may be exposed, consideration should be given to combustibility of the polyethylene and the deteriorating effects of prolonged exposure to ultraviolet radiation. 2. REFERENCED DOCUMENTS 2.1. ASTM Standards: ■ D 618, Method for Conditioning Plastics and Electrical insulating Materials for Testing w D $93, Definition of Terms Relating to Plastics N D 3350, Standard Specification for Polyethylene Plastics Pipe and Fittings Materials ■ D 1693, Test Method for Environmental Stress Cracking of Ethylene Plastics ■ D 2122, Method of Determining Dimensions of Thermoplastic Pipe and Fittings ■ D 2412, Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading ■ F 405. Standard Specification for Corrugated Polyethylene (PE) Pipe and Fittings ■ F 412, Definitions of Terms Relating to Plastic Piping Systems 3. TERMINOLOGY 3.1. The terminology used in this standard is in accordance with the definitions given in ASTM D 883 and ASTM F 412 unless otherwise specified. 3.2. Crack —Any break or split that extends through the wall. 3.3. Crease —An irrecoverable indentation; generally associated with wall buckling. 3.4. Reworked Material —As defined for "reworked plastic (thermoplastic)" in ASTM D 883. TS-4b M 252-1 AASHTO 4. CLASSIFICATION 4.1. The corrugated Polyethylene pipe covered by this specification is classified as follows: 4.1.1. Type C This pipe shall have a full circular cross-section, with a corrugated surface both inside and outside. Corrugations may be either annular or helical. 4.1.1.1. Type CP—This pipe shall be Type C with Class 2 perforations. 4.1.2. Type S This pipe shall have a full circular cross-section. with an outer corrugated pipe wall and a smooth inner liner. Corrugations may be either annular or helical. Type S pipe is not available in nominal sizes of less than 100 mm. 4.1.2.1. Type SP This pipe shall be Type S with either Class I or Class 2 perforations. 4.2. Class 1 and Class 2 perforations are as described in Sections 7.4.1 and 7.4.2. 5. ORDERING INFORMATION 5.1. Orders using this specification shall include the following information as necessary to adequately describe the desired product: 5.1.1. AASHTO designation and year of issue; 5.1.2. Type of pipe (Section 4.1); 4,11 5.1.3. Diameter and length required, either total length or length of each piece and number of pieces; Note 2--Type C and CP pipe less than 200 mm in diameter may be supplied coiled; coiling of Type C and CP pipe 200 mm in diameter or greater is not recommended; type S and SP pipe is not supplied in coils. 5.1.4. Number of couplings; 5.1.5. For Type SP pipe, class of perforations (Class 2 is furnished if not specified) (Section 7.4); and 5.1.6. Certification, if desired (Section 12.1). 6. MATERIALS 6.1. Basic Materials --Pipe and fittings shall be made of virgin PE compounds which conform with the requirements of cell class 324420C as defined and described in ASTM D 3350, except that the carbon black content shall not exceed 5 percent. Compounds that have higher cell classifications in one or more properties are acceptable provided product requirements are met. 6.2. Reworked Material —in lieu of virgin PE, clean reworked material may be used, provided that it meets the cell class requirements as described in Section 6.1. TS-4b M 252.2 AASMTO u 7, REQUIREMENTS 7.1. Workmanship --The pipe and fittings shall be free of foreign inclusions and visible defects as defined herein. The ends of the pipe shall be cut squarely and cleanly so as not to adversely affect joining or connecting. 7.1.1. Visible Defects —Cracks, creases, unpigmented or nonuniformly pigmented pipe are not permissible. 7.1.2. Inner Liner —For Type S and SP pipe, the inner liner shall be fused to the outer corrugated wall at all internal corrugation crests. 7.2. Pipe Dimensions: 7.2.1. Nominal Size The nominal size for the pipe and fittings is based on the nominal inside diameter of the pipe. Nominal diameters shall be sized for Type C and CP pipe in not less than 25 mm increments from 75 to 250 mm. Nominal sizes shall be sized for Type S and SP pipe in not less than 50-mm increments from 100 to 250 mm. 7.2.2. inner Liner —For Type S and SP pipe, the inner liner shall have a minimum thickness of 0.5 nun for pipe of 100 mm and 150 mm nominal size and a minimum thickness of 0.6 mm for pipe of 200 mm and 250 mm nominal size, when measured in accordance with Section 9.7.4. 7.2.3. inside Diameter Tolerances —The tolerance on the specified inside diameter shall be+4.5, —1.5 percent when measured in accordance with Section 9.7.L 7.2.4. Length ---Corrugated PE pipe is an extruded product and may be sold in any length agreeable to the user. Lengths shall not be less than 99 percent of the stated quantity when measured in accordance with Section 9.7.2. 7.3. Fitting and Coupling Dimensions: 7.3.1. The maximum allowable gap between fitting or coupling and pipe shall not exceed 3 mm unless otherwise specified. 7.3.2. All fittings and couplings shall be within an overall length dimensional tolerance of 2:12 mm of the manufacturer's specified dimensions. 7.4. Perforations --When perforated pipe is specified, the perforations shall conform to the requirements of Class 2, unless otherwise specified in the order. Class 1 perforations are for pipe intended to be used for subsurface drainage or combination storm and underdrain. Class 2 perforations are for pipe intended to be used for subsurface drainage only. The perforations shall be cleanly cut so as not to restrict the inflow of water. Where circular perforations are preferred, the drill shall not penetrate the side walls of the corrugations. Pipe connected by couplings or bands may be unperforated within 100 mm of each end of each length of pipe. 7.4.1. TS-4b Note 3—Pipe ordered under Class 1 perforations has no requirement as to inlet area because it specifies size, number, and location of holes. Alternate perforation patterns should be agreed to between the purchaser and manufacturer. Class I Perforations --The perforations shall be approximately circular and shall have nominal diameters of not more than 5 mm for 100- and 150-mm diameter pipe and not greater than 10 mun M 252-3 AASHTQ for 200- and 250-mm diameter pipe. The holes shall be arranged in rows parallel to the axis of the pipe. The location of the perforations shall be in the valley of the outside corrugation and in each corrugation. The rows of perforations shall be arranged in two equal groups placed symmetrically on either side of the lower unperforated segment corresponding to the flow line of the pipe. The spacing of the rows shall be uniform. The distance of the center lines of the uppermost rows above the bottom of the invert. and the inside chord lengths of the unperforated segments illustrated in Figure 1 shall be as specified in Table 1. All measurements shall be made in accordance with Section 9.7.3. Table 1--Class 1 Perforations Rows of Perforations. Height "H" of the Centerline of the Uppermost Rows Above the Invert. and Chord Length "L' of Unperforated Segment, for Class 1 Perforations Nominal Diameter Rows of H. maxa 1.. mina (Mm) Perforations' (Mm) (mm) 75 2 35 30 100 2 45 65 150 4 70 95 200 4 94 130 250 4 120 160 Mtnimuas somber of rows. A sreater number of rows for tacreaud inlet area shall be wtbject to ssroement between purchtu r asd amafaetam NOTM The number of petfbratlons per meter in each raw (ad into area) is depeadeat on the conugsWn pitch. s see Rpm t for localisms of dionenslons "N" and "V. Figure 1—Requirements for Perforations 7.4.2. Class 2 Perforations —Circular and slotted perforations shall conform to the maximum dimensions as shown in Table 2. Perforations shall be placed in the outside valleys of the corrugations. The water inlet area shall be a minimum of 20 cm'1m of pipe. All measurements shall be made in accordance with Section 9.7.3. TS-4b M 252-4 AASMTC Table 2—Maximum Perforation Dimensions Nominal Pipe Drilled Hole Slotted Holes Diameter Diameter Width Length (mm) (mm) (Mm) fmn) ��• r 75 4.75 3 25 10o 4.75 3 25 ISO 4.75 3 25 200 625 3 30 250 8.00 3 30 7.5. Pipe Stiffness --Type C pipe, as described in Section 4.1.1. shall have a minimum pipe stiffness (PS) of 240 Newtons/meter/mm at 5-percent deflection; and Type S pipe, as described in Section 4.1.2, shall have a minimum pipe stiffness (PS) of 340 Newtons/meter/mm at 5 percent deflection when tested in accordance with Section 9.1. The pipe tested shall contain perforations, if specified. 7.6. Pipe Flattening --There shall be no evidence of wall buckling, cracking, splitting, or delarnination, when the pipe is tested in accordance with Section 9.2. 7.7. Elongation —This test is intended for Type C and CP pipe only. Three specimens of pipe, containing perforations if specified, shalt be tested in accordance with Section 9.3. if pipe is supplied in lengths of 3 to or more. 40 7.7.1. The average elongation shall be 10 percent or less. 7.8. Environmental Stress Cracking --There shall be no cracking of the pipe when tested in accordance with Section 9.4. 7.9. ' Brittleness There shall be no cracking of the pipe wall when tested in accordance with Section 9.5 except as specified in Sections 7.9.1 and 7.9.2. Note 4—The brittleness test is similar to that described in ASTM F 405. 7.9.1. Cracks with a maximum chord length of 10 mm that originate at a perforation or at either end of the sample shall not be cause for rejection. 7.9.2. Splitting along a seam or mold parting line is not caused by brittleness and should be evaluated as a workmanship defect as described in Section 7.1.1, if no split exceeds 50 mm in chord length. 7.10. Low Temperature Flexibility --This requirement applies to Type C and CP pipe furnished in coils only. There shall be no cracking when tested in accordance with Section 9.6. 7.11. Fitting and Coupling Requirements: 7.11.1. The fittings and couplings shall not reduce or impair the overall integrity or function of the pipe line. 7.11.2. Common corrugated fittings include reducers, tees, wyes, and end caps. TS-4b M 252-5 AASHTD Note S---Only fittings and couplings supplied or recommended by the pipe manufacturer should be used. 7.11.3. Fittings and couplings shall not reduce the inside diameter of the pipe being joined by more than 5 percent of the nominal inside diameter. Reducer fittings shall not reduce the cross -sectional area of the smaller size. 7.11.4. Pipe connected by in -line couplers shall not separate when tested in accordance with Section 9.8.1. 7.11.5. The coupling shall not crack or crease when tested in accordance with Section 9.8.2. 7.11.6. The design of the couplers shall be such that when connected with the pipe, the axis of the assembly will be level and true when tested in accordance with Section 9.8.3. 8. CONDITIONING 8.1. Conditioning —Condition the specimen prior to test at 23 t 2'C for not less than 40 hours in accordance with Procedure A in ASTM D 618 for those tests where conditioning is required, and unless otherwise specified. 8.2. Conditions --Conduct the test in a laboratory temperature of 23 t 2'C unless otherwise specified herein. 9. TEST METHODS 9.1. Pipe Stiffness —Select a minimum of three pipe specimens and test for pipe stiffness (PS) as s-'' described in ASTM D 2412, with the following exceptions. 9.1.1. The test specimens shall be 300 t 10 mm, long cut to include full corrugations. 9.1.2. Locate the first specimen in the loading machine with an imaginary line connecting the two seams formed by the corrugation mold (end view) parallel to the loading plates. The specimen must lie flat on the plate within 3 mm and may be straightened by hand bending at room temperature to accomplish this. Use the first location as a reference point for rotation and testing of the other two specimens. Rotate subsequent specimens 45 and 90 degrees, respectively, from the original orientation. Test each specimen in one position only. 9.1.3. The deflection indicator shall be readable and accurate to t0.03 mm. 9.1.4. The residual curvature found in corrugated pipe, especially that furnished in coils, frequently results in an erratic load/deflection curve. When this occurs, the beginning point for deflection measurements shall be at a load of 20 t 5 Newtons. This point shall be considered as the origin of the load/deflection curve. Note 6--The parallel plates must exceed the length of the test specimen as specified above. 9.2. Pipe Flattening --Flatten the three pipe specimens from Section 9.1 until the vertical inside diameter is reduced by 20 percent. The rate of loading shall be the same as in Section 9. L The specimen shall pass if no wall buckling, cracking, splitting, or delamination is observed under normal light with the unaided eye. TS-4b M 252-6 AASHTO 9.3. Elongation —Each specimen shall be 1.3 m long suspended with its longitudinal axis vertical. Loads shall consist of a tare mass equal to 0.018 kg/mm of nominal diameter of the pipe, and an additional test mass equal to 0.090 kg/mm. Perform the test as follows: (1) Hang the tare mass from the lower end of the specimen, (2) mark a gage length of 760 mm* 3 mm on the central portion of the specimen length, (3) apply the test mass gently, and allow to remain 3 minutes; remeasure gage length to the nearest 3 mm. Calculate the elongation, E in percent, as follows: F a (mm of elongation x 100) % 760 9.4. environmental Stress Cracking —Test sections of the pipe for environmental stress cracking in accordance with ASTM D 1693, except for the following modification: 9.4.1. Three specimens shall be tested. 9.4.2. Each specimen shall consist of a 90-degree arc length of pipe without perforations as shown in Figure 2. Specimen 1 �l Cross Section Figure 2--Specimen Configuration for Environmental Stress Cracking (Section 9.4) 9.4.3. Send the specimens to shorten the inside chord length 20 :t I percent and retain in this position using a suitable holding device. Determine the are chord dimension (B) of the specimen under test as follows: B=0.8A where: A = the inside chord dimension before bending B = the same dimension taken after bending (Figure 2) 9.4.4. Place the bent specimen in a container of suitable size and cover completely with the preheated wetting agent 100 percent "Igepal CO-630," a traile name for nonylphenoxy poly (ethyleneoxy) ethanol, at 50°C * 2°C. Maintain this temperature for 24 hours, and then remove the sample and inspect immediately. 9.5. Brittleness —Test three samples of pipe at an impact of 451 between two fiat parallel plates using the apparatus depicted in Figure 3. TS-4b M 252.7 AASHTO ADJUSTABLE. TO ALLOW so mm DROP RELEASE MECHANISM !.'J Kg. MASS IS RELEASED TO TEST PIPE OBTAININGFOR FALL HEIGHTI ♦� -�-- GUIDE SHAFT $LOT TO HOLD PIPE Figure 3—Brittleness Test Device 9.5.1.. Cut the sample specimens 150 mm long from one continuous length. 9.5.2. Condition specimens at --18°C t 30C for a minimum of I hour. 9.5.3. Set the 9.5 kg top plate for a free fall of 500 mm to the uppermost surface of the specimen. 9.5.4. Locate the specimen on the bottom plate with the plane of the corrugated seams parallel to the plate. 9.5.5. Drop the upper plate and impact test the specimen within 30 seconds of removal from the conditioning environment. 9.5.6. Remove and inspect in accordance with the requirements of Section 7.9. 9.6. Low Temperature Flexibility —There shall be a minimum of three test specimens, each having a minimum length of 1.5 In. The specimens shall be conditioned at a temperature of -4 t 2°C for a period of 24 hours. The 200 mm and smaller diameter test specimen shall be bent over a 380-mm mandrel and the 250-mm specimen shall be bent over a 500-mm mandrel, with the 180 degrees being completed within 30 seconds of removal from the conditioning atmosphere. The specimens - shall then be visually inspected for cracking. `.J TS-4b M 252-8 AASHTO 9.7. Pipe Dimensions: t `1 - 9.7.1. Inside Diameter —Measure the inside diameter of the pipe with a tapered plug in accordance with ASTM D 2122.Or measure the inside diameter of two sections, with a suitable device accurate to t0.2 mm at two random positions 90 degrees to each other, and average the four measurements. 9.7.2. Length• --Measure pipe with any suitable device accurate to 0.2 percent. Make all measurements on the pipe while it is stress -free and at rest on a flat surface in a straight line. 9.7.3. Perforations —Measure dimensions of perforations on a straight specimen with no external forces applied. Make linear measurements with instruments accurate to 0.2 mm. 9.7.4. Inner Liner —Measure the thickness of the inner liner in accordance with ASTM D 2122. 9.8. Couplings: 9.8.1. Joint Integrity —This test is limited to only Type C and Type CP pipe supplied in coils. Assemble couplings to appropriate pipe in accordance with the manufacturer's recommendations. Use pipe samples at )cast 150 mm in length. Use the hanging mass test procedure described in Section 9.3. Verify that the joint will support a mass along the pipe axis equal to 0.090 kg1mm of the nominal inside diameter, without separating. Test three couplings of each type. 9.8.2. Ssrength—Assemble each coupling to the appropriate pipe in accordance with the manufacturer's recommendations. Use pipe samples at least 150 mm in length. Load the connected pipe and coupling between parallel plates at the rate of 12.5 mm/minute until the vertical inside diameter is reduced by at least 20 percent of the nominal diameter of the coupling. Inspect for damage while at the specified deflection, and after load removal, and report the results of this inspection. 9.8.3. Alignment —Assure that the assembly or joint is correct and complete: if the pipe is bent, it should be hand -straightened prior to performing this test. Lay the assembly or joint on a flat surface and verify that it will accommodate straight-line flow. 10. INSPECTION AND RETEST 10.1. Inspection —Inspection of the material shall be made as agreed upon by the purchaser and the seller as part of the purchase contract. 10.2. Retest and Rejection —if any failure to conform to these specifications occurs, the pipe or fittings or couplings may be retested to establish conformity in accordance with agreement between the purchaser and seller. Individual results. not averages. constitute failure. 11. MARKING .j 11.1.2. All pipe shall be clearly marked at intervals of not more than 3.5 m, and fittings and couplings shall be clearly marked, as follows: Manufacturer's name or trademark, Nominal size, TS-4b M 252-9 AASHTO 11.1.3. The specification designation "M 252;' !� 11.1.4. The plant designation code, and 11.1.5. The date of manufacture or an appropriate code. 12. QUALITY ASSURANCE 12.1. A manufacturer's certification that the product was manufactured, tested, and supplied in accordance with this specification, together with a report of the test results, and the date each test was completed, shall be signed by a person authorized by the manufacturer. Lei TS•4b M 252.10 MSHTQ Raw County of Volusia., Florida r' Purchasing 123 W. Indiana Avenue, 3rd Floor, DeLand, FL 32720-4608 Phone 386-736-5935 Fax 386-736-5972 e-mail:purchasing@co.volusia.fl.us February 7, 2002 PR-L-03-81 Subject: Invitation To Bid No. 03-B-65JG Polyethylene Tubing, Pipe and Fittings ADDENDUM NO. 1 This addendum is being issued to inform potential bidders that bids for PVC pipe will be accepted as an alternate for the materials specified. Standard Specifications for Road and Bridge Construction 2000 can be viewed on the website at httT)://www.dot.state.fl.us. A-2000 PVC Pipe for Storm Sewers and Drainage Pipe as specified FDOT Section 430 allows PVC pipe to be used for Pipe Culverts and Storm Sewers. Section 948-1.7 requires PVC pipe to be manufactured according to ASTM F 949. If you have any questions regarding this information, please contact Josie Gomez @ 386-822-5779 or e-mail: jgomez@co.volusia.fl.us. Very truly yours, Cheryl Olson, C.P.M., CPM Director of Purchasing Please sign and return with Proposal. Vendor Signed by: Name/Position Phone No. P/JosieBids/03-B-65JG Addendum 1 Date a�naai✓i M c. TR 10240 THE MOST ADVANCED Nm,ME IN DRAINAGE SYSTEMS 19PUB. it 6, 2003 City oZvreieland stet Attn: Fat: 954V24-2515 We woul like to acknoMedge that it is okay for the City of Tamarac (FL) to piggyback off of the Volusia _ county anasal bid, which Is bid # 03-B-65-JG. Southeast Zone Sales & Marketing Manager ADYANGED DRAINAGE s HTTP:/IWWW.A0S•PIP6. TO/T0 39Vd STEMS, INC. 11s W. CROWN POINT ROAD WINTER GARDEN, FL 3476i TEL: 407./ 554-9980 FAX: 407 / 654-8562 0A4 S3-1dS SS sad Z999099LOO 66:9T 600Z/86/60