ITQ-GR-24-22 Dry Fire Well Installation Abandonment

Agency: Town of Davie
State: Florida
Type of Government: State & Local
NAICS Category:
  • 237110 - Water and Sewer Line and Related Structures Construction
Posted Date: Mar 19, 2024
Due Date: Apr 9, 2024
Solicitation No: ITQ-GR-24-22
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Bid Number: ITQ-GR-24-22
Bid Title: ITQ-GR-24-22 Dry Fire Well Installation Abandonment
Category: Informal Solicitations
Status: Open

Description:

The Informal Quoting process is used when the Town estimates the total bid amount not to exceed F.S. § 287.017(2), as amended.

The Town of Davie is accepting informal bids until 2:00 p.m . Tuesday, April 9th, 2024, for the following: ITQ# GR-24-22 Dry Fire Well Installation and Abandonment.

Complete bid specifications are enclosed. Any questions pertaining to this specification should be addressed to procurement@davie-fl.gov For security reasons, you must enable JavaScript to view this E-mail address. by Thursday, March 14th, 2024.

All bids should reference the bid name and number listed above must be submitted electronically through www.demandstar.com . A full instructional guide on how to submit documents will be included with this solicitation. The Town will maintain documentation on its own website at https://www.davie-fl.gov/411/Procurement for general public information and posting requirements.

Bids will be opened on or about 2:00 p.m. Wednesday , February 28th, 2024. Any bids received after the specified due date and time will be rejected.

The Town of Davie reserves the right to reject any and/or all bids.

Publication Date/Time:
2/28/2024 12:00 AM
Closing Date/Time:
4/9/2024 2:00 PM
Related Documents:

Attachment Preview

ITQ#: GR-24-22
Invitation to Quote (“ITQ”)
Title: Dry Fire Well Installation and Abandonment
Brief Description of Commodity/Service/Project:
New installation of Dry Fire Well including, the abandonment of an existing inoperable dry fire
well if present.
Refer to Exhibit “A” – Scope of Services for complete description of services/product
to be provided.
Quote Deadline & Submittal Information
Time: 2:00PM EST
Date: 21, March 2024
Method of Submittal: Bidders shall submit all bid documents electronically through
www.demandstar.com. A full instructional guide on how to submit documents will be
included with this solicitation. The Town will maintain documentation on its own website at
www.davie-fl.gov/purchasing for general public information and posting requirements.
Late submissions shall not be accepted.
Questions
Questions regarding this solicitation shall be submitted in writing to procurement@davie-
fl.gov no later than 14, March 2024.
Required Forms
All forms included herein are to be completed and returned within the ITQ response, including
the VENDOR REGISTRATION FORM. The Town reserves the right to disqualify firms for
failure to complete/return form(s).
Associated Exhibits
Exhibit “A” – Scope of Services
Vendor Registration
Demandstar Instructions
-----------------------------------------------------------------------------------------------------------------------------
The informal quoting process is used when the Town estimates the total bid amount not
to exceed F.S. § 287.017(2), as amended.
-----------------------------------------------------------------------------------------------------------------------------
Town of Davie
Invitation to Quote (ITQ) – Informal Solicitation
ITQ GENERAL TERMS AND CONDITIONS
Definitions:
“Town” means Town of Davie; “Seller” “Vendor” and
“Contractor” means a business that sells goods and/or
services to Town pursuant to this Invitation to Quote
(“ITQ”).
1) It is the policy of the Town to encourage full and
open competition among all available qualified
vendors. All vendors regularly engaged in the
type of work specified in this ITQ are encouraged
to submit quotes. Vendors may enroll with the
Town to be included on an email list for goods and
services which can be found at www.davie-fl.gov.
ITQs are also posted on www.DemandStar.com
2) Only quotes received as of opening date and time
will be considered timely. Quote and
modifications received after the deadline will be
rejected as late. The Town will not be responsible
in the event that e-mail transmittal fails to deliver
any response by the above referenced deadline.
Late submissions shall not be accepted.
3) The selection of the successful respondent(s)
shall be at the Town’s discretion and shall be
made in a prompt manner after the receipt and
evaluation of all quotation responses. The Town
of Davie reserves the right to reject any and all
submissions, to waive any and all irregularities in
any submission, and to make awards in the best
interest of the Town.
4) Prices quoted and deliveries are to be FOB
Destination and unloaded, unless otherwise
specified in this ITQ, and made during regular
business hours. Inspection and acceptance will
be destination unless otherwise provided. Title
to/or risk of loss or damage to all items shall be
the responsibility of Seller until acceptance by the
Town unless loss or damage results from
negligence by the Town. If the materials or
services supplied to the Town are found to be
defective or to not conform to specifications, the
Town reserves the right to cancel the order upon
written notice to the Seller and return product at
Seller’s expense. “Final acceptance” shall occur
when all items have been received, or all work
has been completed, and accepted by Town, and
Town has authorized final payment to Seller.
5) If delivery/completion dates cannot be met, Seller
shall inform Town immediately. However, such
notice shall not constitute a change to the
delivery/completion terms of the PO unless Town
modifies the PO in writing. If any item is not
received or if any element of the work is not
completed by the date specified, Town, at Town’s
option and without prior notice to Seller, may
either approve a revised date or may cancel the
PO and obtain such goods or work elsewhere.
Seller also shall be liable to Town for
compensatory damages arising from such failure
to timely perform.
6) Any containers, reels, or pallets shipped with
supplies by Seller are to remain the property of
Town unless otherwise agreed in writing.
7) The Town specifically reserves the right to accept
all or any part of the quote, to split the award, to
increase or decrease the quantity to meet
additional or reduced requirements of the Town,
without such change affecting the contract unit
price set forth in the quote form by the Seller.
Seller’s attention is called to the fact that the
estimate of quantities to be furnished under the
specifications is approximate only and not
guaranteed. The Town does not assume any
responsibility that the final quantities shall remain
in strict accordance with the estimated quantities,
nor shall the Seller plead misunderstanding or
deception because of such estimate of quantities.
8) No substitutions, quantity changes, price
increases, etc. shall be made without a written
change order to the PO.
9) Any manufacturer’s names, trade names, brand
names, or catalog numbers used in these
applications are for the purpose of describing and
establishing minimum requirements or level of
quality, standards of performance, and design
required, and are in no way intended to prohibit
the bidding of other manufacturers’ items of equal
material, unless specifications state “NO
SUBSTITUTIONS.”
Seller must indicate any variances to the
specifications, terms, and conditions, no matter
how slight. If variations are not stated in the
Proposal, it shall be construed that the quote fully
complies with the Specifications, Terms and
Conditions.
Seller is required to state exactly what they intend
to furnish; otherwise they shall be required to
furnish the items as specified.
Seller will submit, with their proposal, necessary
data (factory information sheets, specifications,
brochures, etc.) to evaluate and determine the
quality of the item(s) they are quoting.
The Town shall be the sole judge of equality and
its decision shall be final.
10) Unless otherwise specified, all items proposed by
the Seller shall include a warranty covering
services, parts and/or labor for a specified period
of time. The Seller shall submit information on
both manufacturer and dealer warranties, where
2
Town of Davie
Invitation to Quote (ITQ) – Informal Solicitation
applicable, with the quote submittal. All goods
furnished shall be fully guaranteed by the
successful Seller against factory defects and
workmanship. At no expense to the Town, the
successful Seller shall correct any and all
apparent and latent defects that may occur within
the manufacturer’s standard warranty. Special
conditions dictated in this ITQ may supersede the
manufacturer’s standard warranty.
11) All invoices should be sent to: Town of Davie,
Finance Department, 8800 SW 36th Street,
Davie, FL 33328. In accordance with Florida
State Statutes, Chapter 218, payment will be
made within 45 days after receipt of services and
a proper invoice. The Town cannot make
advance payments, make deposits in advance of
receipt of goods, or pay C.O.D. Sellers should
state any payment discount in the space provided
on the proposal form.
12) The Town of Davie is exempt from payment to its
vendors of State of Florida sales tax and,
therefore, such taxes should not be figured into
the quote. However, this exemption does not
transmit to suppliers to the Town in their (supplier)
purchases of goods or services, used in work or
goods supplied to the Town. Sellers are
responsible for any taxes, sales or otherwise,
levied on their purchases, subcontracts,
employment, etc. An exemption certificate will be
signed where applicable, upon request. The
Town will pay no sales tax.
13) In accordance with Section 2-327 of the Town’s
Code, the Town shall not purchase any goods or
services from any person who is actively
employed by the Town of Davie or from any
business or entity of which the employee or the
employee’s spouse or child is an agent, officer,
partner, director or proprietor or in which they
have a material interest or discretionary authority.
Any such individual or business shall be
disqualified from participating in any bidding
activity for purchases by the Town unless
specifically authorized by action of the Town
Council. Furthermore, all bidders are subject to
follow SECTION 1-19 OF THE BROWARD
COUNTY CODE.
14) Seller agrees to comply, subject to applicable
professional standards, with the provisions of
any and all applicable Federal, State, County
and Town orders, statutes, ordinances, rules
and regulations which may pertain to the
Services required herein, including but not
limited to:
Equal Employment Opportunity (EEO), in
compliance with Executive Order 11246
as amended and applicable to this
Contract.
Occupational Safety and Health Act
(OSHA) as applicable to this contract.
Environmental Protection Agency (EPA),
as applicable to this Contract.
A person or affiliate who has been placed on
the convicted vendor list following a
conviction for a public entity crime may not
submit a bid on a contract to provide any
goods or services to a public entity, may not
submit a bid on a contract with a public entity
for the construction or repair of a public
building or public work, may not submit bids
on leases of real property to a public entity,
may not be awarded or perform work as a
contractor, supplier, subcontractor, or
consultant under a contract with any public
entity, and may not transact business with any
public entity in excess of the threshold
amount provided in Florida Statutes, Section
287.017, for CATEGORY TWO for a period of
36 months from the date of being placed on
the convicted vendor list.
Contractor and all subcontractors shall
comply with the Copeland Anti-Kickback
Act (18 U.S.C. 874) as supplemented in
Department of Labor regulations (29 CFR
Part 3). Contractor agrees that no portion of
the bid award will be paid to any employees
of the Town of Davie, its elected officials,
and/or the contractor’s consultants, as a
commission, kickback, reward or gift,
directly or indirectly by the firm or by an
officer of the firm.
Seller and any subcontractors performing
work in connection with this contract shall
provide equal opportunity for employment
because of race, religion, color, age, sex,
national origin, sexual preference,
disability or marital status. The aforesaid
provision shall include, but not be limited
to, the following: employment, upgrading,
demotion or transfer, recruitment
advertising; layoff or termination; rates of
pay or other forms of compensation; and
selection for training, including
apprenticeship. Seller agrees to post in a
conspicuous place available for
employees and applicants for
employment, such notices as may be
required by the Dade County Fair Housing
and Employment Commission, or other
authority having jurisdiction over the Work
setting forth the provisions of the
nondiscrimination law.
3
Town of Davie
Invitation to Quote (ITQ) – Informal Solicitation
“Conflicts of Interest” Section 1-19 of the
County Code, and Ordinance 2011-19.
Florida Building Code (FBC).
Notwithstanding any other provision herein,
Seller shall not be required pursuant to the
contract to take any action or abstain from
taking any action if such action or abstention
would, in the good faith determination of the
Seller, constitute a violation of any law or
regulation to which Seller is subject, including,
but not limited to, laws and regulations requiring
that Seller conduct its operations in a safe and
sound manner.
15) Local Preference:
(a) Definitions. Local Davie Vendor. A "local Davie
vendor" shall mean a person or business entity which
has maintained a permanent place of business with
full-time employees within the Town limits for a
minimum of six (6) months prior to the date of
issuance of a bid or proposal solicitation. The
permanent place of business may not be a post office
box or a residence. The business location must
actually distribute goods or services from that
location. In addition, the business must have a current
business tax receipt from the Town of Davie and have
an address that the U.S. Postal Service recognizes as
being a Davie address to be eligible.
Local Broward County Vendor. A "local Broward
County vendor" shall mean a person or business
entity which has maintained a permanent place of
business with full-time employees within the Broward
County limits for a minimum of six (6) months prior to
the date of issuance of a bid or proposal solicitation.
The permanent place of business may not be a post
office box or a residence. The business location must
actually distribute goods or services from that
location. In addition, the business must have a current
business tax receipt from the Broward County or the
city within Broward County where the business
resides and have an address that the U.S. Postal
Service recognizes as being a Broward County
address to be eligible.
Bid. A bid shall be any competitive solicitation by
specification officially posted by the Town of Davie
Procurement staff on the Town's website where the
award is determined by the lowest responsible and
responsive bidder
Proposal. A proposal shall be any competitive
solicitation by request for proposal (RFP) officially
posted by the Town of Davie Procurement staff on the
Town's website where the award is determined by
qualifications.
(b) Process.
(1) Competitive bid. For bid evaluation purposes,
vendors that meet the definition of "local Davie
vendor" as detailed above shall be given a five (5)
percent evaluation credit. This shall mean that if a
"local Davie vendor" submits a bid/quote that is within
five (5) percent of the lowest price submitted by any
vendor, the "local Davie vendor" shall have an option
to submit another bid which is at least one (1) percent
lower than the lowest responsive bid/quote. If the
"local Davie vendor" submits a bid which is at least
one (1) percent lower than that lowest responsive
bid/quote, then the award will go to the "local Davie
vendor." If not, the award will be made to the vendor
that submits the lowest responsive bid/quote. If the
lowest responsive and responsible bidder is a "local
Davie vendor," the award will be made to that vendor
and no other bidders will be given an opportunity to
submit additional bids as described herein.
For bid evaluation purposes, vendors that meet the
definition of "local Broward County vendor" as
detailed above shall be given a two and one-half (2.5)
percent evaluation credit. This shall mean that if a
"local Broward County vendor" submits a bid/quote
that is within two and one-half (2.5) percent of the
lowest price submitted by any vendor, the "local
Broward County vendor" shall have an option to
submit another bid which is at least one (1) percent
lower than the lowest responsive bid/quote. If the
"local Broward County vendor" submits a bid which is
at least one (1) percent lower than that lowest
responsive bid/quote, then the award will go to the
"local Broward County vendor." If not, the award will
be made to the vendor that submits the lowest
responsive bid/quote. If the lowest responsive and
responsible bidder is a "local Davie vendor", the
award will be made to that vendor and no other
bidders will be given an opportunity to submit
additional bids as described herein.
If there is a "local Davie vendor" and a "local Broward
County vendor" participating in the same bid
solicitation and both vendors qualify to submit a
second bid as detailed above, the "local Davie
vendor" will be given first option. If the "local Davie
vendor" cannot beat the lowest bid received by at
least one (1) percent, an opportunity will be given to
the "local Broward County vendor." If the "local
Broward County vendor" cannot beat the lowest bid
by at least one (1) percent, then the bid will be
awarded to the lowest bidder regardless of
geographic location of the business.
4
Town of Davie
Invitation to Quote (ITQ) – Informal Solicitation
If multiple "local Davie vendors" submit bids/quotes
which are within five (5) percent of the lowest
bid/quote, then all vendors will be asked to submit a
"best and final offer (BAFO)." The award will be made
to the "local Davie vendor" submitting the lowest
BAFO providing that that BAFO is at least one (1)
percent lower than the lowest bid/quote received in
the original solicitation. If no "local Davie vendor" can
beat the lowest bid/quote by at least one (1) percent,
then the process will be repeated with all "local
Broward County vendors" who have submitted a
bid/quote which is within two and one-half (2.5)
percent of the lowest bid/quote. If no "local Davie
vendor" and no "local Broward County vendor" can
submit a BAFO that is at least one (1) percent lower
than the lowest bid/quote submitted in the original
solicitation, the award will be made to the lowest
responsive bidder regardless of geographic location
of the business.
(c) Competitive proposal. For evaluation purposes,
"local Davie vendor" and "local Broward County
vendor" shall be a criterion for award in any request
for proposal unless specifically exempted by the Town
Administrator or the Town Council.
(d) Exceptions.
(1) No "local vendor" preference will be included in
any competitive solicitation where the Town is the
lead agency for the Southeast Florida Cooperative
Purchasing Group.
(2) Utilization of a state or other agency contract.
(3) State or Federal law prohibits the use of local
preference.
(4) The work is funded in whole or in part by a
governmental entity where the laws, rules, regulations
or policies prohibit the use of local preferences.
(5) Sole source or single source purchases.
(6) The "local vendor" is either non-responsive or
non-responsible.
(7) All bids submitted exceed the budget amount for
the project.
(8) Emergency purchases.
(9) The Town Administrator and/or the Town
Council may exempt any competitive solicitation from
the local vendor preference.
16) Under the terms of the Florida Right-to-Know
Law (Chapter 442, Florida Statutes), all suppliers
of products deemed to be toxic in substance, as
indicated in the State of Florida Substance List,
are required to submit a Safety Data Sheet (SDS)
for each substance as a condition of award by the
Town.
17) Seller shall not assign, transfer, hypothecate, or
otherwise dispose of this contract, including any
rights, title or interest therein, or its power to
execute such contract to any person, company or
corporation without the prior written consent of
the Town and Town’s approval. The Town shall
have the ability to assign or transfer this
agreement in the event the Town of Davie Utilities
Department is acquired by another entity. The
Town shall provide notice to the successful
Bidder.
18) The Procurement Division may issue an
addendum in response to any inquiry received
prior to the ITQ deadline, which changes, adds to
or clarifies the terms, provisions or requirements
of the solicitation. The Seller should not rely on
any representation, statement or explanation,
whether written or verbal, other than those made
in this ITQ solicitation document or in any
addenda issued. Where there appears to be a
conflict between this ITQ and any addenda, the
last addendum issued shall prevail. It is the
Seller’s responsibility to ensure receipt of all
addenda and any accompanying documents.
Seller shall acknowledge receipt of any formal
Addenda by signing the addendum and including
it with their quote.
19) The using department will make a
recommendation based upon the lowest
responsive and responsible Seller whose quote
conforms to the ITQ and is most advantageous to
the Town. If lowest fails to comply, then the
second will be called upon, and so on.
The Town reserves the right to accept and award
item by item, and/or by group, or in the
aggregate, unless the Seller qualifies his quote
by specified limitations.
One or more Sellers may be designated as
approved Primary or Secondary Vendor(s) for the
delivery of material and/or services from this
contract through the effective period of the award.
In any situation where obtaining services from the
Primary Vendor(s) is not in the best interest of the
Town, or the vendor cannot deliver material
and/or services within 24 hours of date required,
or on an emergency basis, staff may obtain
services from the Secondary Vendor(s).
Successful Seller shall be notified in writing of
award. Delivery of materials and/or services shall
be performed upon receipt by successful Seller
of a numbered, signed purchase order.
5

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow BRAND NAME JUSTIFICATION TO AQUIRE VARIOUS QUANITIES OF MIFRAM SECURITY VEHICLE BARRIERS,

DEPT OF DEFENSE

Bid Due: 5/01/2024

solicitation doc dept/buyer/category/solicitation type dates status PRE-QUAL OF VENDORS FOR WATER RESCUE &

Palm Beach County

Bid Due: 2/01/2029

Fitness Equipment for Seminole County Fire Department OPEN BID-604802-24/LAS 0 4/11/2024 5/8/2024

Seminole County

Bid Due: 5/08/2024

Follow 11 (55 Gal) Drums of SOLBERG 3% MIL-SPEC SYNTHETIC FLUORINE-FREE FOAM (Total

Federal Agency

Bid Due: 11/20/2024