Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-036Temp. Reso. # 10905 March 8, 2006 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2006- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING THE REPAIR AND REPLACEMENT OF HURRICANE DAMAGED STREET LIGHTS; UTILIZING THE SCHOOL BOARD OF BROWARD COUNTY BID NUMBER 24-052R; PREVIOUSLY AWARDED TO FLORIDA ELECTRIC CONTRACTING SERVICE, INC. FOR SAID WORK IN AN AMOUNT NOT TO EXCEED $56,400.00; PROVIDING FOR CONFLICTS; PROVIDING FORSEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, The City Commission of the City of Tamarac deems it to be in the best interest of the citizens and residents of the City of Tamarac to repair and replace street light poles and fixtures damaged as a result of Hurricane Wilma; and WHEREAS, City of Tamarac Code §6-155 allows the Purchasing/Contracts Manager the authority to join with other units in cooperative purchasing when the best interest of the City would be served; and WHEREAS, the School Board of Broward County issued Bid No. 24-052R on behalf of the Southeast Florida Governmental Purchasing Cooperative (hereto attached as Exhibit 1); and WHEREAS, The City of Tamarac is a member of the Southeast Florida Governmental Purchasing Cooperative; and WHEREAS, the School Board of Broward County awarded Bid No. 54-052R (contract award information hereto attached as exhibit 2) to Florida Electric Consulting Service, Inc. for preventative maintenance, repair, and installation of security and sport lighting systems for the period starting May 1, 2004 and terminating June 30, 2006; and Temp. Reso. # 10905 March 8, 2006 Page 2 WHEREAS, Florida Electric Contracting Service, Inc. has agreed to honor the prices, terms and conditions of School Board of Broward County Bid No. 24-052R, as evidenced in Exhibit 3; and WHEREAS, funding in the amount of $56,440.00, is available within the Hurricane Wilma project fund for emergency repairs reimbursable by FEMA; and WHEREAS, the City Commission amended the FY 2006 Public Works Grants Fund to cover unanticipated costs as a direct result of Hurricane Wilma; and WHEREAS, the Director of Public Works and Purchasing and Contracts Manager have determined that it is in the City's economic interests to secure street light repair and replacement services from Florida Electric Contracting Services, Inc. by utilizing the prices, terms and conditions of School Board of Broward County Bid No. 24-052R; 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 street light repair and replacement services from Florida Electric Contracting Services, Inc. utilizing School Board of Broward County Bid No. 24-052R. 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 appropriate City Officials are hereby authorized to procure street light repair and replacement services from Florida Electric Consulting Service, Inc. under the School Board of Broward County Bid No. 24-052R. Temp. Reso. # 10905 March 8, 2006 Page 3 SECTION 3: Repair and replacement of hurricane damaged street lights utilizing the School Board of Broward County Bid No. 24-052R is hereby authorized in an amount not to exceed $56,440.00. SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: 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. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this . day of Mo rc h .. 2006. JOE SCHREIBER MAYOR ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. L48jk31k116(o S[AMUEL S. GOREN CITY ATTORNEY RECORD OF COMMISSION MAYOR SCHREIBER DIST 1: COMM. PORTNER _ DIST 2: V/M TALABISCO DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS Temporary Reso. No. 10905 — Exhibit 1 SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE TO OUR PROSPECTIVE CONTRACTORS; The attached Invitation for Bid or Request for Proposal represents a cooperative procurement for the Southeast Florida Governmental Purchasing Cooperative. For the past several years, approximately 26 government entities have participated in Cooperative Purchasing in Southeast Florida. The Southeast Florida Governmental Purchasing Cooperative was formed in an effort to provide cost savings and cost avoidance to all entities by utilizing the buying power of combined requirements for common, basic items. The Government Agencies participating in this particular procurement and their respective delivery locations are listed in the attached document. SoutheastFlorida Govemm n -Purchasing Cooperative ErNurement Overational Procedures: • All questions concerning this procurement should be addressed to the issuing agency, hereinafter referred to as the "lead agency". All responses are to be returned in accordance with the instructions contained in the attached document. Any difficulty with participating agencies referenced in this award must be brought to the attention of the lead agency. • Each participating governmental entity will be responsible for awarding the contract, issuing its own purchase orders, and for order placement. Each entity will require separate billings, be responsible for payment to the Contractor(s) awarded this contract, and issue its own tax exemption certificates as required by the Contractor. • The Contract/purchase order terms of each entity will prevail for the individual participating entity. Invoicing instructions, delivery locations and insurance requirements will be in accordance with the respective agency requirements. • Any reference in the documents to a single entity or location will, in fact, be understood as referring to all participating entities referenced in the documents and cover letter unless specifically noted otherwise. • The awarded Contractor(s) shall be responsible for advising the lead agency of those participants who fail to place orders as a result of this award during the contract period. • The Contractor(s) shall furnish the Lead Agency a detailed Summary of. Sales semi-annually during the contract period. Sales Summary shall include contract number(s), contractor's name, the total of each commodity sold during the reporting period and the total dollar amount of purchases by commodity. • Purchasing ities. _and Brat verare stn mentaloh b ted from utilizing not cotbact orf urchaseorder esuFlorida Governmental the Southeast order resulting form this bi award. However, other Southeast Florida Governmental Purchasing Cooperative members may participate in their contract for new usage, during the contract term, or in any contract extension term, if approved by the lead agency. New Southeast Florida Governmental Purchasing Cooperative members may participate in any contract on acceptance and approval by the lead agency. • None of the participating governmental entities shall be deemed or construed to be a party to any contract executed by and between any other governmental entity and the Contractor(s) as a result of this procurement action. "WORKING TOGETHER TO REDUCE COSTS" THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA 7720 REST OAKLAND PARK BOULEVARD, SUITE 323 • SUNRISE, FLORIDA 33351-6704 • TEL 754-321-0505 ' DONNIE CARTER SCHOOL BOARD r);— ,,. ,,r yr .-rha.rine DATE: TO: FROM: SUBJECT: December 18, 2003 Prospective Bidders Mark Alan, Purchasing Agent 754-321-0507 Choir CAROLE L..ANDREWS Ike Chair STEPHAN IE ARMA KRAEr. ESQ JUDIFS. BUDNICK DARLA L. CARTER BEVERLY A. GALLAGHER DR, ROBERT D. PARKS MARTY RUBINSTETN LOIS WEXLER BENJAMIN J, WILLIAMS DR. FRANK TILL Supennrendent oJSchoolr Instructions to Bidders Invitation to Bid 24-052R, Security and Sport Lighting Systems, Survey Identification, Preventive Maintenance, Repair and Installation The School Board of Broward County, Florida (SBBC) as the lead agency for the Southeast Florida Governmental Purchasing Co-operative Group is interested in receiving bids in response to the attached Invitation to Bid (ITS) for security and sport lighting systems, survey identification, preventive maintenance, repair and installation, Any questions regarding this ITS should be addressed to me, in writing, at the address stated above or via facsimile at 754-321-0507, No other School Board staff member should be contacted in relation to this ITS. Any information that amends any portion of this ITB, which is received.by any method other than an addendum issued to the ITB, is not binding on SBBC. Please read carefully all portions of this ITB. In order to assure that your bid is in full compliance with all requirements of the ITS, please pay particular attention to the following areas: BIDDERS' CONFERENCE A Bidders' Conference will be held on Tuesday, February 3, 2004, beginning at 9:OU a.m., in the 2"d Floor Conference Room, District Maintenance Department, 3810 NW 10 Avenue, Fort Lauderdale, Florida 33309. Representatives from all interested companies are encouraged to attend. • SECTION 2, SUBMITTAL REQUIREMENTS Section 2, Submittal Requirements, is a listing of all submittals that are required to.be part of your bid package. Please make sure that all required submittals have been included as part of your bid package. • COMPLETION OF BIDS The Bid Summary Sheets upon which the bidder submits its prices shall be completed in ink or typewritten. The Bidder Acknowledgement Section should be completed in full and fully executed by an authorized representative of the bidder. SBBC reserves the right to reject any bid which is not completed in full or which contains prices submitted in pencil. PRICING CORRECTIONS If a price correction is necessary on the Bid Summary Sheet, draw a single line through the entered figure and enter the corrected figure or use an opaque correction fluid. All price corrections shall be initialed by the person signing the bid even when using opaque correction fluid. SBBC reserves the right to not tabulate any illegible entries, pencil bids or price corrections not initialed and to reject any bid containing any of these errors. .. DUE..DATE..... ... Bids are due in the Purchasing Department on the date and tirne stated on Page 1 of the ITS. In order to have your bid considered, please make sure that it is received on or before the date and time due. SSBC reserves the right to reject any bid not received on or before the date and time due. STATEMENT OF "NO" BID If you are not submitting a bid in response to this ITB, please complete Section 8, Statement of "No" Bid and return via facsimile to 754-321-0534. Your responses to the Statement of "No" Bid are very important to the Purchasing Department when creating future ITBs. Thank you for your interest in Broward County Public Schools. Again, if you have any questions, please contact me at the telephone number stated above. Transforming Education: One Sludent ai A Time BroWal'd C:nunt4' Public SChoOIS Is An Fqual Opporlunily/Equal Aecess Employer TABLE OF CONTENTS SECTION Page 1 Bidder Acknowledgement . ..................... .... .... ..... .............. ...... ......I ...... I..I..... I ... ...1.... .. 1 2 Submittal Requirements.............................................................................................. 1 3 General Conditions...... .......................... ....... ,...................... ............... ,................. 2 aSpecial Conditions.................................................................................................... 7 5 Bid Summary Sheets.................................................................................................. 11 6 Bid Specifications....................................................................................................... 16 7 FORMS AND ATTACHMENTS ➢ Drug Free Workplace........................................................................................... 28 ➢ Insurance Requirements...................................................................................... 29 ➢ "Funding Out'- Termination -Cancellation .....................................................4..... 30 8 Statement of "No" Bid........................................................... ...................... I............... 31 ATTACHMENT A - Preventive Maintenance and Survey Identification Form ATTACHMENT B - Cost Estimate for Repairs Form ATTACHMENT C - Cost Estimate for Preventive Maintenance Form Page i of i Page Y The School Board of, Broward County, Florida INVITATION TO BID PURCHASING DEPARTMENT ter= 7720 West Oakland Park Boulevard, Suite 323 Sunrise, Florida 33351-6704 (ITB) 754.321-0505 DUE DATE (Bids due at 2:00 p.m.): ITB NO.: RELEASE DATE: PURCHASING AGENT: FEBRUARY 18, 2004 24-052R DECEMBER 18, 2003 Mark Alan 754-321-0507 Bids must be submitted to the Purchasing BID TITLE: Department and received on or before 2,00 p.m. on SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY the date due. Bids may not be withdrawn for 60 IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND days after due date. INSTALLATION SECTION 1, Bidder Acknowledgement IN ACCORDANCE WITH GENERAL CONDITION 1, THIS SECTION MUST BE COMPLETED IN ITS ENTIRETY INCLUDING THE SIGNATURE OF AN AUTHORIZED REPRESENTATIVE WHERE INDICATED BELOW. Bidder Name: Purchase Order Address: If Purchase Orders are to be mailed to address other than as stated on left, please complete section below. Address: P.O. Address: City: State: Zip Code: City: Telephone Number. State: Zip Code: Toll Free Number. Contact; Fax Number, Telephone Number: Internet Web Site: Toll Free Number. Internet E-Mail Address: Fax Number. Federal Tax Identification Number: Internet E-Mail Address; / certify that this bid is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same materials, supplies, or equipment and is in all respects fair Signature of Authorized Representative (Manual) and without collusion or fraud. I certify acceptance of this bid's terms, conditions, specifications, attachments and addendum. I certify that l d or Printed) am authorized to sign this bid for the bidder. Name of Authorized Representative (Type .. .. Iugree that this bid cannot be wr'.m withdrawn within a� from date Title d SECTION 2, Submittal Requirements S BMITT L REQUIREMENTS: In order to assure that your bid is in compliance with bid requirements, please verify that the submittals indicated by the ®below have been submitted. ❑ ❑ Bid Bond Descriptive Literature ® Licenses ElMaterial Safety Data Sheets Special Condition Y Special Condition — Special Condition 1 Special Condition — ❑ Other ❑ Manufacturers Authorization ❑ References Special Condition ❑ Bidder Questionnaire Special Condition Special Condition Special Condition — T Note: if your firm wishes to not submit a bid in response to the ITB, please complete and return, via mail or fax, the Statement of No Bidattached as the last page. of this ITB. Form 3270D Broward County Public Schools Is An Equal Opportunity/Equal Access Employer Revised 7/15/2003 Page 1 SECTION 3, GENERAL CONDITIONS SFALED BID R IREME S: The "Bidder Acknowledgement Section" must be completed, signed and returned with the bid. The Bid Summary Sheet pages on which the bidder actually submits a bid, and any pages, upon which information is required to be inserted, must be completed and submitted with the bid. $BBC reserves the right to reject any bid that fails to comply with these submittal requirements. a) BIDDER'S RESPONSIBILITY: it is the responsibility of the bidder to be certain that all numbered pages of the bid and all attachments thereto are received and all addendum released are received prior to submitting a bid without regard to how a copy of this ITS was obtained. All bids are subject to the conditions specified herein on the attached bid documents and on any addenda issued thereto, b) BID SUBMITTED: Completed bid must be submitted in a sealed envelope with bid number and name clearly typed or written on the front of the envelope. Bids must be time stamped in the Purchasing Department on or before 2:00 p.m, on date due for bid to be considered. Bids will be opened at 2.00 p,m, on date due. Bids submitted by telegraphic or facsimile transmission will not be accepted. c) EXECUTION OF BID: Bid must contain an original manual signature of an authorized representative in the space provided above, All bids must be completed in ink or typewritten. If a price correction is necessary, draw a single line through the entered figure and enter the corrected figure or use an opaque correction fluid. All ric correc ions must be i i led bv It e Derson sionin the bid even when usinu onar>uue correction fluid. $BBC reserves the right to reject any bid or bid hem completed in pencil or any bid that contains Illegible entries or price corrections not initialed. 2. PRICES pUOL: Deduct trade discounts and quote firm net prices. Give both unit price and extended total. Prices must be stated in units to quantity specified in the bidding specification. In case of discrepancy in computing the amount of the bid, the Unit Price quoted will govern. All prices quoted shall be F.O.S. destination and freight prepaid (bidder pays and bears freight charges). Bidder owns goods in transit and files any claims unless otherwise stated in Special Conditions. Discounts for prompt payment: Award, h made, will be in accordance with terms and conditions stated herein. Each hem must be bid separately and no attempt is to be made to tie any item or items in win any other hem or items. h Or attars ity disc nts offered will not be a consideration in determination of award of 1r'id1aL N a bidder offers a discount or offers terms less than Net 30, it is understood that a minimum of 30 days will be required for payment. and h a payment discount is offered, the discount time will be computed from the dale of satisfactory delivery at place of acceptance and receipt of correct invoice at the office specified, a) TAXES: The School Board or Broward County, Florida does not pay Federal Excise and State taxes on direct purchase of tangible personal property. The applicable tax exemption number is shown on the purchase order. This exemption does 4t apply to purchases of tangible personal property made by contractors who use the tangible personal property in the performance of contracts for the improvement of School Board owned real property as defined in Chapter 192 of the Florida Statutes. b) MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at bidders risk. c) CONDITION AND PACKAGING: If is understood and agreed that any hem offered or shipped as a result of this bid shall be new (current production model at the time of this bid) unies3 otherwise specified. All containers shall be suitable for storage or shipment and all prices shall include standard commercial packaging. d) UNDERWRITERS' LABORATORIES: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be UL listed where such has been established by UL for the hems) offered and furnished. In lieu of the UL listing, bidder may substitute a listing by an independent testing laboratory recognized by OSHA under the Nationally Recognized Testing Laboratories (NRTL) Recognition Program. e) BIDDER'S CONDITIONS: Bid conditions and specifications shall not be changed, ahered or conditioned in any way, The Board specifically reserves the right io reject any conditional bid. 14OKMRMAKE TO CONTRA T CON OIT hems offered may be tested for compliance with bid conditions and specifications at any time. hems delivered, not conforming to bid conditions or specifications, may be rejected and returned at vendor's expense. Goods or services not delivered as per delivery date in bid andlor purchase order may be rejected upon delivery and/or may be purchased on the open market. Any increase in cost may be charged against the awardee. Any violation of these stipulations may also result in: a) For a period of two years, any bid submitted by vendor will not be considered and will not be recommended for award. b) All departments being advised not to do business with vendor. SAMPLES: Samples of hems, when required, must be furnished free of expense within five working days of request unless otherwise stated and, h not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within 30 days after bid opening. All samples will be disposed of after 30 days. Each individual sample must be labeled •.with bidder's name, bid number and hem number. Failure of bidder to either deliver required samples or to clearly identify samples as indicated may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the office of the Purchasing Department of The School Board of Broward County, Florida, Sufte 323, T720 West Oakland, Park Boulevard, Sunrise, Florida 33351- 6704, S. DEUVERY: All deliveries shall be F.O.B. destination point. Unless actual date of delivery is specified (or it specified delivery cannot be met), show number of days required to make delivery after receipt of purchase order in space provided. Delivery time may become a basis for making an award (see Special Conditions). Delivery shall be within the normal working hours of the user, Monday through Friday, excluding legal holidays and days during which the school district administration is closed. 6, INT PRETAT • Any questions concerning conditions and specfications must be submitted in writing and received by the Department of Purchasing no later than live working days prior to the original bid opening date. If necessary, an Addendum will be issued, 7. AWARDS: In the best interest of the School Board, the Board reserves the right to: 1) withdraw this bid at any time prior to the time and date specitied for the bid opening; 2) to reject any or all bids received when there are sound documented business reasons that serve the best interest of SBBC; 3) to accept any hem or group of items unless quafdied by bidder, and 4) to acquire additional quantities at prices quoted on this ITS unless additional quantities are not acceptable, in which case, the bid sheets must be noted 'BID IS FOR SPECIFIED QUANTITY ONLY.' All awards made as a result of this bid shall conform to applicable Florida Statutes. 8. BID OPENING: Shall be public, on the date and at the time specified on the bid font. All bids received after that time shall not be considered. 9. ADVERTISING: In submitting a bid, bidder agrees not to use the results therefrom as a part of any commercial advertising without prior approval of the School Board. 10, N P ON ACC PT N TITLE: Inspection and acceptance will be at destination unless otherwise provided. Title tolor risk of loss or damage to all hems shall be the responsibility of the awardee until acceptance by the buyer unless loss or damage resulting from negligence by the buyer. It the materials or services supplied to the Board are found to be defective or not conform to specifications, the Board reserves the right to cancel the order upon written notice to the seller and return product at awardee's expense. 11, PAYMENT: Payment will be made by the buyer after the items awarded to a vendor have been received, inspected, found to comply with award. specifications and tree of damage or defect and properly invoiced. 12. C_ONPLICT OF INTEREST: In addition to full and complete adherence to the requirements provided in Chapter 112.313, Florida Statutes, all bidders must disclose with their bid the name of any officer, director, or agent who has a material interest in the bidders firm and who is also an employee of The School Board of Broward County, Florida. 13, INSURANCE: Bidder, by virtue of submitting a bid, shall be in full compliance with paragraph 21: LIABILITY INSURANCE, LICENSES AND PERMrrS of the General Conditions. Insurance Requirements are shown in FORMS AND ATTACHMENTS Section of this iTS. Bidder shall take special notice that SBBC shall be named as an additional insured under the General Liability policy including Products Liability. Revised 12/0412003 Broward County Public Schools Is An Equal Opportunity/Equal Access Employer Page 2 14. DISPUTES: In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the School Board shall be final and binding on both parties. 15, LICENSES. C RTIFICATIONS AND REGISTRATIONS:_ As of the Bid Opening Date, Bidder must have all Licenses, Certifications and Registrations required when performing the services as described herein, in order for Bid to be considered a responsive and responsible W. Licenses, Certifications and Registrations required for this Bid shall be as required by Chapter 489, Florida Statutes, as currently enacted or as amended from time to time; by the State Requirements for Educational Facilities (SREF), latest version; and by Broward County. Florida. Bidder must submit a M of all its current Licenses, Certifications and Registrations required as described herein, either with its Bid or within five working days of notification. An awardee who has any License, Certification or Registration either suspended, revoked or expired after the date of the Bid Opening, shall provide notice to the Director of Purchasing within five woAdng days of such suspension, revocation or expiration. However, such suspension, revocation or expiration after the date of the Bid Opening shall not relieve the awardee of its responsibilities under a contract awarded under this bid. 16. PATENTS &_BQXJA TIES: The awardee, without exception, shall indemnify and save harmless The School Board of Broward County, Florida and it's employees from liability of any nature or kind, including cost and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by The School Board of Broward County, Florida, K the awardee uses any design, device, or materials covered by letters, patent, or copyright, it is mutually understood and agreed without exception that the bid prices shall include all royalties or cost arising from the use of such design, device or materials in any way involved in the work. 17. OSHA: The awardee warrants that the product supplied to The School Board of Broward County, Florida shall conform in all respects to the standards set forty in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be considered as a breach of contract. 18. �pEC1Al CON IQNS_ The Superintendent or Designee has the authority to issue Special Conditions and Specifications as required for individual bids. Any and an Special Conditions that may vary from these General Conditions shalt have precedence. 19. ANTI -DI RIMINATION' The bidder certifies that he or she is n compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Osier 11375. relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. The School Board of Broward County, Florida, prohibits any policy or procedure which results in discrimination on the basis of age, color, disability, gender, national origin, marital status, race, religion or sexual orieritalion. 20, OUA :All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new unless otherwise specified. The items bid must be new, the latest model, of the best quality and highest grade workmanship. 21, WABILITY. INSURANCE .LICENSES NDA PERMIT$., Where awardees are required to enter or go onto School Board property to deliver materials or perform work or services as a result of a bid award, the awardee agrees to The Hold Harmless Agreement stated herein and will assume the full duty obligation and expense of obtaining all necessary licenses• permits and insurance, The awardee shall be liable for any damages corloss t the Board has designated ed by negligence the compthe letion o1 awardee (or agent) or any personig the contract as a resultol. their bid. 22. 010 BONDS FO AN EC BONDS AND CERTIFICATES OF INSURANCE: Bid bonds, when required, shall be submitted with the bid in the amount specified in Special Conditions. Bid bonds will be returned to unawardees. After acceptance of bid the Board will netiiy the awardee to submit a pedormance bond and certificate of insurance in the amount specified in Special Conditions. Upon receipt of the performance bond, the bid bond will be retumed 10 the awardee. 23. FAU .T A VENU : In the event of a default on this contract, the defaulting Party shall pay all attorney's tees and court costs incurred by the non -defaulting party, at both the trial and appellate level, in any action brought to enforce and collect damages arising from the default. Any action by the non -defaulting party to enforce this contract shall be instituted and prosecuted in the court having jurisdiction in Broward County, Florida, and the defaulting parry waives venue in any other jurisdiction. 24, CANCELLATION: In the event any of the provisions of this bid are violated by the contractor, the Superintendent shall give written notice to the contractor stating the deficiencies and unless deficiencies are corrected within five days, recommendation will be made to the School Board for immediate cancellation. The School Board of Broward' County, Florida reserves the right to terminate any contract resulting from this invilation at any time and for no reason, upon giving 30 days prior written notice to the other party. 25. BIL order CTI • Invoices, unless otherwise indicated, must show purchase numbers and shall be submitted in duplicate to the Accounts Payable Department of The School Board of Broward County, Florida, Suite 304, 7720 West Oakland Park Blvd, Sunrise, Florida 33351-6704. Payment will be made a minimum of 30 days after delivery, authorized inspection and acceptance. When vendors are directed to send invoices to a school, the school will make direct payments to the vendor. 26. NOTE TO VENDO bELIV R G TO OUR CENTRAL WAREHO—Ij Receiving hours are Monday through Friday (excluduig legal holidays and days during which the school district administration is closed) 7:00 a.m. to 2 00 p.m. This warehouse is no longer accessible by the Seaboard Coast Line siding for rail car routing. 27. SUBSTITUTIONS: The School Board of Broward County, Florida WILL NOT accept substitute shipments of any kind. Awardees are expected to furnish the brand quoted in their bid once awarded by the School Board. Any substitute shipments win be returned at the awardee's expense. 28. FACILITIES: SSBC reserves the right to inspect the awardee's facilities at any tine with prior notice. SW may use the information obtained from this in determining whether a bidder is a responsible bidder, 29. D A STRAC • Bidders desiring a copy of bid tabulation may request same by enclosin�dressed stamped envelope with bid. Bid tabulation will be mailed after oompletiori of the rules shown in School Board Policy 3320. 30. ASBESTOS AND FORMALDEHYDE STATEMENT; All building materials, pressed boards, and furniture supplied to SBBC shall be 100% asbestos free. It is desirous that all building materials, pressed boards and furniture supplied to the School Board also be 100% formaldehyde free. Bidder, by virtue of bidding, certifies by signing bid that, 4 awarded this bid, only building materials, pressed boards, and/or furniture that is 100% asbestos free will be supplied. 31. ASSIGNMENT Neither any award of this Bid nor any interest in any award of this Bid may be assigned, transferred or encumbered by any party without the prior written consent from the Director, Purchasing Depanmerd.. $2. EHXf NSION: In addition to any extension options contained herein, SBBC is granted the right to extend any award resulting from this bid for the period of time necessary for SBBC to release, award and implement a replacement bid for the goods, products and/or services provided through this bid. Such extension shall be upon the same prices, terns and conditions as existing at the time of SBBC's exercise of this extension right. The period of any extension under this provision shall not be for a period in excess of six months from (a) the termination date of a contract entered into as a result of this bid or (b) the termination date under any applicable period of extension under a contract entered into as a result of this bid. 33. The apparent silence of this specification and any Addendum regarding any details or the omission from the specification of a detailed description concerning any point shall be regarded as meaning that only the best available units shall be provided and the best commercial practices are to prevail, and that only materials and workmanship of first quality are to be used. All interpretations of this specification shall be made upon the bass of this agreement. 34, SUBMITTAL OF INVOIgp., All bidders are hereby notified that any invoice submitted as a result of the award of this bid must W in the same format as any purchase order released as a result of the award of this bid. Each lire of the i iyyice must reference a cQrreSeon4l_n_g single line shown on thepurchgsg er. A single invoice line must not correspond to or commingle the cost shown on multiple purchase order lines. An invoice submitted that does not follow the same format and line numbering as shown on the purchase order will be deemed to be not correct, and may be returned to the vendor by the Accounts Payable Department for correction. Address for submitting invoices is included on Purchase Order. 35. PURCHASE AGREEME : This bid and the corresponding purchase orders will constitute the complete agreement. SBBC will not accept proposed terms and conditions that are different than those contained in this invitation to Bid, including pre-printed text contained on catalogs, price lists, other descriptive information submitted or any other materials. By virtue of submitting a bid, vendor agrees to not submit to any SBBC employee, for signature, any document that contains terms and conditions that are different than those contained herein and that in the event any document containing any term or condition that differs from those contained herein is executed, said document shall not be binding on SBBC. Revised 12/04/2003 Broward County Public Schools Is An Equal OpporlunityfEqual Access Employer Page 3 36. PROTESTING OF BID COND I)ONMPECIFICATIONS: Any person desiring to protest the conditions/specifications in this bid, or any Addendum subsequently released thereto, shall file a notice o1 protest, in writing, within 72 consecutive hours after the receipt of the bid or Addendum and shall file a formal written protest within ten calendar days after the date the notice of protest was filed. The time provided for fang a notice of protest shall be based upon whenever a person receives this bid, or any Addendum released thereto. Receipt of a copy of this bid, or any Addendum released thereto, which is received in accordance with Chapter 119, Florida Statutes, or School Board Policy 1343, as currently enacted or as amended from time to time, shall pry be used as a basis for tiling a notice of protest as described herein. Saturdays, Sundays, legal holidays and days during which the school district administration 'a closed shall be excluded in the computation of the 72 consecutive hours. If the tenth calendar day falls on a Saturday, Sunday, legal holidays and days. during which the school district administration is closed, the formal written protest must be received on or before 5:00 p.m. of the next calendar day that is not a Saturday, Sunday, legal holiday and days during which the school district administration is closed. Section 120.57(3)(b), Florida Statutes, as currently enacted or as amended from time to time, states that "The formal written protest shall state with particularity the facts and law upon which the protest is based". Failure to file a notice of protest or to file a formal written protest within the time prescribed by Section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under School Board Policy 3320 and Chapter 120, Florida Statutes, The failure to post the bond required by School Board Policy 3320, Part VI, within the time prescribed by School Board Policy 3320, Part VI, as currently enacted or as amended from time to time, shall constitute a waiver of proceedings under School Board Policy 3320 and Chapter 120, Florida Statutes. Notices of protest, formal written protests, and the bonds required by School Board Policy 3320, Part VI, shall be filed at the office of the Director of Purchasing, 7720 West Oakland park Boulevard, Suite 323, Sunrise, Florida (Continued): Failure to file a notice of protest or to file a formal written protest within the time prescribed by Section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under School Board Policy =0 and Chapter 120, Florida Statutes. The failure to post the bond required by School Board Policy 3320, part VI, within the time prescribed by School Board Policy 3320, Part VI, as currently enacted or as amended from time to time, shall constitute a waiver of proceedings under School Board Policy 3320 and Chapter 120, Florida Statutes, Notices of protest, formal written protests, and the bonds required by School Board Policy 3320, Pen VI, shall be tiled at the office of the Director of Purchasing, 7720 West Oakland Park Boulevard, Suite 323, Sunrise, Florida 33351 (fax 754-321-0936). Fax filing will not be acceptable for the filing of bonds required by School Board Policy 3320, Pan VI. 36. �UBMTTTAL OF BIDS: All bidders are reminded that it is the sole responsibility of the BIDDER to assure that their bids time stamped in the PURCHASING DEPARTMENT on or before 2:00 p.m. on date due. The address for bid submittal, including hand delivery and overnight courier delivery, is indicated as: 7720 West Oakland Park Boulevard, Suite 323, Sunrise, Florida 33351. The bidder is fully and completely responsible for the payment of all delivery costs associated with the delivery of their bid or related material. The Purchasing Department will not accept delivery of any bid or related material requiring the School Board to pay for any portion of the delivery cost or the complete delivery cost. Prior to bid submittal, it is the responsibility of the bidder to be certain that all addendum released have been received, that all addendum requirements have been completed, and that all submittals required by the addendum have been timely filed. (See General Condition 1.) 39, PACKING SLIPS: R will be the responsibility of the awardee to attach all packing slips to the OUTSIDE of each shipment, Packing slip must reference SBBC purchase order number/control number. Failure to provide packing slip attached to the outside of shipment will result in refusal of shipment at vendor's expense. 33351 (tax 754-321-0936). Fax filing will not be acceptable for the filing of A0 bonds required by School Board Policy 3320, Part VI. POSTING OF BID RECOMMENPAT1014VTABULATIQNS: Bid Recommendations and Tabulations will be posted in the Purchasing Department on MARCH 10, 2004 al 3:00 p.m., and will remain posted for 72 consecutive hours. Any change to the dale and time established herein for posting of Bid Recommendationaffabulahons shall be posted in the Purchasing Department and/or at www.demandstar.com (under the document section for this ITB). In the event the date and time of the posting of Bid RecommendationsfrabuLgions is changed, k is the responsibility of each bidder to ascertain the revised date of the posting of Bid Recommendations/Tabulations, Any person desiring to protest the intended decision shall tie a notice of protest, in writing, within 72 consecutive hours after the posting of the bid tabulation (or receipt of written notice of intended decision) and shag file a formal written protest within ten calendar days after the date the notice of protest was filed. A written notice of intended decision shall only apply when the Purchasing Department gives notice of an intended decision about this bid- A written notice of intended decision received in accordance with Chapter 119, Florida Statutes, or School Board Policy 1343, as currently enacted or as amended from time to lime, shag not be used as a basis for filing a notice of protest as described herein. Saturdays, Sundays, legal holidays and days during which the school district administration is closed shag be excluded in the computation of the 72 consecutive hours. If the tenth calendar day falls on a Saturday, Sunday, legal holidays and days during which the school district administration is closed, the formal written protest must be received on or before 5:00 p.m. of the next calendar day that is not a Saturday, Sunday, "at holiday and days during which the school district administration is closed. No submissions made after the bid opening amending or supplementing the bid shall be considered. Section 12Q.57(3xb),.Florida_Statutes, as currently enacted or as amended from time to time, states that 'The formal written protest shall stale with particularity, the facts and law upon which the protest Is based". Any person who files an action protesting an Intended decision shall post with the School Board, at the time of filing the formal written protest, a bond, payable to The School Board of Broward County, Florida, in an amount equal to one percent (1%) of the Board's estimate of the total volume of the contract or $5,000, whichever is less, which bond shall be conditioned upon the payment of all costs which may be adjudged against the protestant in an Administrative Hearing in which the action is brought and in any subsequent appellate coun proceeding. USE OF OTHER CONTRACTS: SBBC reserves the right to utilize any other SBBC contract, any State of Fonda Contract, any contract awarded by any other city or county governmental agencies, other school hoard, other community collegelstaie university system cooperative bid agreement, or to directly negotiate/purchase per School Board policy and/or State Board Rule 6A-1.012, as currently enacted or as amended from time to time, in liou of any offer received or award made as a re-suh of this bid if $ is in its best interest to do so. 41. DEMIN NLF 'CATION; $BBC agrees to be fully responsible for its acts of negligence, or its agents' acts of negligence when acting within the scope of their employment and agrees to be liable for any damages resulting from said negligence. Nothing herein is intended to serve as a waiver of sovereign immunity by SBBC. Nothing herein shall be construed as consent by SBBC to be sued by third parties in any matter arising out of any contract. VENDOR agrees to indemnify, hold harmless and defend SBBC, its agents, servants and employees from any and all claims, judgments, costs and expenses including, but not limited to, reasonable attorney's fees, reasonable investigative and discovery costs, court costs and all other sums which SBBC, its agents, servants and employees may pay or become obligated to pay on account of any, all and every claim or demand, or assertion of liability, or any claim or action founded thereon, arising or alleged to have arisen out of the products, goods or services furnished by the VENDOR, its agents, servants or employees; the equipment of the VENDOR, its agents, servants or employees while such equipment is on premises owned or controlled by SBBC; or the negligence of VENDOR or the negligence of VENDOR's agents when acting . within the scope of their employment, whether such claims, judgments, costs and expenses be for damages, damage to property including SBBC's property, and Injury or death of any person whether employed by the VENDOR, SBBC or otherwise. Revised 12104/2003 Broward County Public Schools Is An Equal Oppodunity/Equal Access Employer Page 4 42, PU C E TY RIME : Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from lime to time, states that a person or affiliate who has been placed on the convicted vendor fist 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 teases 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 Section 287.017 for CATEGORY TWO [currently $25,000] for a period of 36 months from the date of being placed on The convicted vendor list. 43. CERTIFlCATION REGARNNG DE AR -Uff SUSPENSION,_INELIGIBILITY OR VOLU TARP EXCLUSION - Louver Tier Covered Tre sections: Executive Order 12549, as currently enacted or as amended prom time to time, provides that, to the extent permitted by law, Executive departments and agencies Shag participate in a govemmentwide system for nonprocurement debarment and suspension. A person who is debarred or suspended shag be excluded from Federal financial and non- financial assistance and benefits under Federal programs and activities- Except as provided in § 85.200, Debarment or Suspension, § 85.201, Treatment of Title IV HEA participation, and §85.215, Exception provision, debarment or suspension of a participant in a program by one agency shall have govemmentwide effect. A lower Pier covered transaction is, in part, any transaction between a participant [SBBC] and a person other than a procurement contract for goods or services, regardless of type, under a primary covered transaction: and any procurement contract for goods or services between a participant and a person, regardless of type, expected to equal or exceed the Federal procurement small purchase threshold fixed at 10 U.S.C. 2304(g) and 41 U.S.C. 253(g) (currently $100,000) under a primary covered transaction; or any procurement contract for goods or services between a participant and a person under a covered transaction, regardless of amount, under which that person Oil have a critical influence on or substantive control over that covered transaction. A participant may rely upon the certification of a prospective participant in a lower tier covered transaction that A and its principals are not debarred, suspended, proposed for debarment under 48 CFR part 9, subpart 9.4, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous, Each participant shall require participants in lower tier covered transactions to include the certification for g and As principals in any proposal submitted in connection with such lower tier covered transactions. CERTIRCATION a) The prospective lower ber participant ceddies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. b) Where the prospective lower tier participant is unable to certiy to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 44, EA ONA E COMMO Ail N: In accordance with Title It of the Americans with Disabilities Act, any person requiring an accommodation at the bid opening because of a disability must contact the Equal Educational Opportunities Department at 954.765.6187 or TDD 964-765-6188. 45, TERMINATIONlCANCELLATI N: Section 237,161, Florida Statutes, prohibits SBBC from creating obligations on anticipation of budgeted revenues for a period in excess of one year. As such, SBBC may, during the contract period, terminate or discontinue the items covered in this bid. This written notice will release SBBC of all obligations, subsequent to the termination date, in any way related to the gems covered in this bid upon 30 days prior written notice to the awardee. These provisions must be included as part of any lease agreement between the parties. No lease will be considered that does not include these provisions. 46. LOBS YI T ACTIVITIES: Persons acting as lobbyists must state, at the beginning Of their presentation, letter, telephone call, e-mail or facsimile transmission to School Board Members, Superintendent or Members of Senior Management, the group, association, organization or business interest she/he is representing. a) For purposes of School Board Policy t I OOB, as currently enacted or as amended from time to time, a lobbyist is defined as a person who for immediate or subsequent compensation, (e,g., monetary proffl/personal gain) represents a public or private group, association, organization or business interest and engages in efforts to influence School Board members on matters within their official jurisdiction. b) For purposes of this Policy, a lobbyist is not considered to be a person representing school allied groups (e.g., PTA, DAC, Band Booster Associations, etc.) nor a public official acting in herlhis official capacity. c) Lobbyists shall annually (July 1) disclose in each instance and for each client prior to any lobbying activities, their identity and activities by completing the lobbyist statement torn which can be obtained from official School Board Records, School Board Member's Offices or the Superintendent's Office. d) The lobbyist must disclose any direct business association with any current elected or appointed official or employee or any immediate tamily member of the School Board. e) Senior -level employees (Pay Grade 30 and above) and School Board members are prohibited from lobbying activities for one year after resignation or retirement or expiration of the term of office, f) The Deputy to the Superintendent shall keep a current list of persons who have submitted the lobbyist statement form. 47. TIE BID PR CED S: When identical prices are received from two or more vendors and all other factors are equal, priority for award shall be given to vendors In the following sequence: ➢ A business that certifies that it has implemented a drug -free workplace program shall be given preference in accordance with the provisions of Chapter 287.087, Florida Statutes, as currently enacted or as amended from time to time; ➢ The Broward County Certified Minorrfty/Women Business Enterprise vendor; ➢ The Palm Beach or Miami -Dade County Certified MinorltyMlomen Business Enterprise vendor, ➢ The Florida Cert'rfled Minority/Women Business Enterprise vendor, ➢ The Broward County vendor, other than a Minoriy/Women Business Enterprise vendor; ➢ The Pam Beach or Miami -Dade County vendor, other than a Minority/Women Business Enterprise vendor; ➢ The Florida vendor, other than a Minorf y/Women Business Enterprise vendor. ➢ if application of the above criteria does not indicate a prloriry for award, the award will be decided by a coin foss. The coin toss shall be held publicly in the. Purchasing Department; the tie low bid vendors invited to be present as witnesses. Included as a pan of these bid documents is a Form entitled SWORN STATEMENT PURSUANT TO SECTION 287.087 FLOR A STATl1T AS U NT Y ENACT D OR AS AMENDED FROM TIME TO TIM ON EFE EN TO S N WITH DRUG -FREE WOR P CE PROGRA S. This form will be used by the bidder to certify that it has implemented a drug -free workplace program. In order for bid to be considered, the Invitation to Bid form (Page 1 of this bid) must be property signed in order for the bid to be considered. A bidder can not sign this form in lieu of proped signing the Invitation to Bid Corm, Revised 12/04/2003 Broward County Public Schools Is An Equal Opportunity/Equal Access Employer Page 5 40. MINORITY(WOMEN BUSINESS ENTERPRISE UWBEI PARTICIPATION: SBBC has a Minority/Women Business Enterprise (M/WBE) program. A MIWBE is defined by SBBC as any legal entity, other than a joint venture, which is organized to engage in commercial transactions and which is at least 51% owned and controlled by minority persons. If the bidder is a Certified M/WBE by SBBC or by the Department of Management Services, Division of Purchasing, State of Florida, as per Chapter 287.0943, Florida Statutes, as currently enacted or as amended from time to time, bidder should indicate its certification number on the Bid Summary Sheet. For information on M/WBE Certification, contact the School Board's M/WBE office at 954.760.7470. it is a goal of the School Board to incorporate at least five percent MNBE participation in any award made as a result of this bid. If the bidder is not a Certified MWBE, bidder should 'include, as an attachment to is bid, a plan to show how it will incorporate at least five percent M/WBE participation in any award received as a result of this bid. 49. BBC ITEM IDENTIFICATI N SYSTEM: The five digit, nine digt, or 13 character/digit gem number shown in parenthesis at the beginning of an item on the Bid Summary Sheet represents the School Board's identification number for the item. It does not represent any manufacturer/distributor modellpart number. 50. SBBC PHOTO IDENTIFICATION BADGE SBBC photo identification badge will apply to all vendors other than those making deliveries. An awardee shall be required to have all its employees: sub -contractors or agents who will be entering onto School Board property as a result of this award wear, while on SBBC property, a photo identification badge issued by SBBC. Each individual for whom a SBBC photo identification badge Is requested will be required to fill out forms, show his/her driver's license and social security card, and be fingerprinted. A background check will then be conducted on each badge applicant. SBBC reserves the right to require additional information from any applicant and to deny a badge to any applicant. Any applicant denied a badge is prohibited from entering onto School Board property as an employee, sub- contractor or agent of an awardee. The current total fee for a SBBC photo •: Identification badge, including fingerprinting and FBI background check is I currently $67.00, Fingerprinting and FBI check is $52.00 and must be in the ``form of a money order made payable to Fingerprinting Services, LLC or credit card payment may be made via the Internet at httpJhvww.flgdn.cam or by calling 877357-7456. The photo identification badge is $15,00 payable to The School Board of Broward County In the form of a money order or company check These fees are not refundable and sublet" to change without notice. Vendor will be required to pay the rate current at the time of request of badge. THIS SPACE INTENTIONALLY LEFT BLANK Revised 12/04/2003 Broward County Public Schools Is An Equal Opportunity/Equal Access Employer Page 6 Bid No. 24-052R Page 7 of 31 Pages BID PROPOSAL SECTION 4 SPECIAL CONDITIONS INTRODUCTION AND SCOPE; The School Board of Broward County, Florida (hereinafter referred to as "SBBC") acting as lead agency for the Southeast Florida Governmental Purchasing Co-operative Group, desires bids on SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION as specified herein. The scope of requirements includes, but is not limited to, security lighting, parking lot light poles, outdoor building lighting, lighting protection systems, stadium lighting, gymnasium and sports field lighting to be performed by State of Florida -licensed electrical contractor (EC) without restriction or a Florida County -registered electrical contractor (RC) without restriction. Unit prices quoted shall include on -site service to various schools, departments `and centers as well as designated municipal and Cooperative agency -owned facilities within the Florida Counties of Miami -Dade, Broward and Palm Beach at the direction of the District Maintenance Department, 3810 NW 10 Avenue, Fort Lauderdale, Florida 33309, unless otherwise indicated. SBBC locations may issue open (blanket) purchase orders as required. Receipt of open orders does not authorize the release or shipment of any goods or service. For all open orders, items will be ordered on an as needed basis through the use of an order form. Shipments received as a result of an open order, where an order form has not been released, will not be accepted and no cost shall be incurred by SBBC as a result. z. TERM: The award of this bid shall establish a contract for the period beginning May 1, 2004 and continuing through June 30, 2006. Bids will not be considered for a shorter period of time. All prices quoted must be firm throughout the contract period. Items will be ordered on an as needed basis. 3. BIDDERS' CONFERENCE: A Bidders' Conference will be held on Tuesday, February 3, 2004 beginning at 9:00 a.m., in the 2^d Floor Conference Room, District Maintenance Department, 3810 NW 10 Avenue, Fort Lauderdale, Florida 33309. Representatives from all interested companies are encouraged to attend. The purpose of this conference is to discuss any concerns a bidder may have. 4. AWARD: In order to meet the needs of SBBC, the GROUP, as indicated on the Bid Summary Sheet, shall be awarded up to the three lowest responsive and responsible bidders meeting specifications, terms and conditions. The lowest awardee for the group shall be considered the primary vendor and should receive the largest volume of work. Therefore, it is necessary to bid on every item in the group, and all items in the group must meet specifications in order to have the bid considered for award. Unit prices must be stated in the space provided on the Bid Summary Sheet. SBBC reserves the right to procure goods from the second and third lowest bidders if: a) the lowest awardee cannot comply with delivery requirements or specifications; b) the lowest awardee is not in compliance with delivery requirements or specifications on current or previous orders; c) in cases of emergency; d) it is in the best interest of SBBC to do so regardless of reason. After award of this bid, any bidder receiving an award who violates any specification, term or condition of this bid can be found in default of its contract, have its contract canceled, be subject to the payment of liquidated damages, and be removed from the bid list and not be eligible to do business with this School Board for two years, as described in General Conditions 3, 23 and 24. VENDOR NAME: MA/Ir Bid No. 24-052R Page 8 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION SECTION 4 SPECIAL CONDITIONS Continued 5. PARTICIPATING BROWARD CO-OPERATIVE PURCHASINf2 GROUP MEMBERS: The following is a listing of the participating governments and agencies that have committed their annual volume for products awarded through this contract: ➢ Broward Community College ➢ Broward County Board of Commissioners ➢ City of Coconut Creek ➢ City of Coral Springs ➢ City of Hollywood ➢ City of Margate ➢ City of Pompano Beach ➢ City of Tamarac ➢ The School Board of Broward County, Florida INFORMATION: Any questions by prospective bidders concerning this Invitation to Bid should be addressed to Mr. Mark Alan, Purchasing Agent, Purchasing Department, 754-321-0507 or email at mark.alan@browardschools.com who is authorized only to direct the attention of prospective bidders to various portions of the Bid so they may read and interpret such for themselves. Neither Mr. Alan nor any employee of SBBC is authorized to interpret any portion of the Bid or give information as to the requirements of the Bid in addition to that contained in the written Bid Document. Questions should be submitted in accordance with General Condition 6. Interpretations of the Bid or additional information as to its requirements, where necessary, shall be communicated to bidders only by written addendum. Any verbal or written information, which is obtained other than, by information in this ITS; document or by Addenda, shall not be binding on SBBC. 7. CONTRACT EXTENSION: The purpose of this bid is to establish a contract, at firm unit prices, for the purchase of estimated requirements for the items listed. The term of the bid shall be for 26 months, and may, by mutual agreement between SBBC and the awardee, upon final School Board approval, be extended for two additional one year periods and, if needed, 180 days beyond the expiration date of the final renewal period. The Board, through its Purchasing Department, will, if considering to extend, request a letter of intent to extend from each awardee, prior to the end of the current contract period. The awardee will be notified when the recommendation has been acted upon by the School Board. All prices shall be firm for the term of the contract. Awardee(s) agree to this condition by signing their bid. 8. QUANTITIES: The quantities listed on the Bid Summary Sheet are estimated quantities to be ordered throughout the contract period for each item and are not a guarantee. Actual quantities ordered throughout the contract period may be greater or lesser than the bid estimates and shall be furnished at the fixed contract price. Purchases will be requested as needed throughout the contract period. VENDOR NAME' MAJIr Bid No. 24-052A Page 9 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY AND INSTALLATION IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR SECTION 4 SPECIAL CONDITIONS Continued 9. COMPANY REPRESENTATIVE: Bidder(s) must indicate in the space provided on the Bid Summary Sheet, or upon request, the name, address and telephone number of the representative who could make scheduled visits to the schools/departments and who will be available upon request'to resolve billing and delivery problems. 10 ly INV 0ICES: Delivery copies, packing slips and invoices to SBBC MUST include the following to permit SBBC to — -- verify prices with this contract and expedite the use of material. FAILURE OF AN AWARDEE TO PROVIDE THIS INFORMATION WILL RESULT IN EITHER THE INVOICE BEING RETURNED FOR CLARIFICATION OR A DELAY IN PROCESSING SAID INVOICE FOR PAYMENT. Invoices are to be mailed to District Maintenance Department, Contract Services, 3810 NW 10 Avenue, Fort Lauderdale, Florida 33309. A. Material release number OR the control number B. Purchase order number C. Complete description of the items D. Hourly rate per bid E. Copy of signed and approved UBCI Inspection from the SBBC Building Department, if required. F. List of authorized materials supplied by the awardee, original cost and cost-plus mark-up percentage. G. Total dollar amount will be net 11. PROTECT! N OF WORK PROPERTY AND PERSONNEL: The awardee shall at all times guard against damage and/or loss to the property of SBBC, and shall replace and/or repair any loss or damages unless such be caused by SBBC personnel. SBBC may withhold payment or make such deductions, as it might deem necessary to insure reimbursement for loss and/or damages to the property through negligence of the awardee. The awardee shall take the necessary safety precautions to protect both personnel and property while the work is in progress simultaneously adhering to the project schedule. 12. CORRECTION OF WORK: Awardee(s) shall re -execute, within 10 calendar days, any project that fails to conform to the requirements of the contract and/or remedy deficiencies that appear during the progress of the work as well as warranty defects due to faulty workmanship which appear within a period of one year from the date of completion. Awardee(s) may be liable to SBBC for the cost of materials that may be required in correcting the deficiencies in the project. 13. CLEAN UP AND. REMOVAL OF DEBRIS: Awardee(s) shall keep. the premises free from accumulation of waste material and rubbish on a daily basis. No tools, materials or equipment are to be left in the work area unsecured at the end of the workday. Work areas must be left free of hazards that may cause injury to occupants. At the completion of each project, awardee(s) shall remove from the premises all equipment and debris. Any salvaged materials provided by SBBC shall remain the property of SBBC and be secured and stored if SBBC desires to keep material. If SBBC does not desire this material, it shall be disposed of by the awardee(s). SBBC will provide trash receptacle(s) for the use of the awardee(s). Awardee(s) must remove all trash from the job site. The cost of clean-up and removal of debris must be included in the bid price offered. VENDOR NAME: MA/Ir Bid No. 24.052R Page 10 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION SECTION 4 SPECIAL CONDITIONS Continued 14. ACCEPTANCE OF MATERfALS: The material delivered under this bid shall remain the property of the seller until a physical inspection and actual usage of this material is made and thereafter accepted to the satisfaction of SBBC and must comply with the terms herein, and be fully in accord with specifications. In the event the material supplied to SBBC is found to be defective or does not conform to specifications, SBBC reserves the right to cancel the order upon written request to the seller and return the product to seller, at seller's expense. 15. C4OPERATlON WITH SBBC AND OTHER AWARDEES: SBBC reserves the right to supervise all services, repairs and/or installation required under this contract and to provide the requisite parts from SBBC stock. SBBC also reserves the right to have SBBC personnel assist and work together with awardees' personnel when it is deemed in the best interest of SBBC. This Special Condition will NOT void ANY warranty provisions or Bid Specifications stated in this document, including the one-year `on -site" warranty for parts and labor provided by the awardees, while working in cooperation with SBBC authorized personnel. 16. SUBCONTRACTING: Awardees may subcontract survey identification, preventive maintenance, repair and installation project work with the expressed written approval of the Supervisor, District Electrical. Subcontractors, if employed by awardees, must be in compliance with all licensing and certification requirements, as well as be in compliance with the security clearance requirements set forth in General Condition 50, in order for awardees to obtain approval to utilize any subcontractors. 17. CANCELLATION: Any contract awarded as a result of this bid will be subject to cancellation at any time by SBBC for one or more of the following reasons: A.. Awardee(s) failure to respond and schedule work requested within the scheduled parameters agreed upon by the awardee(s) and the Supervisor, District Electrical or his designee. B. Awardee(s) failure to provide a 24-hour, 7 days per week emergency call service or respond to emergency calls within the 24-hour period required by the Bid Specifications. C. Awardee(s) use of service personnel that are not qualified to perform services specified by this subject contract. D. Unsatisfactory workmanship, unacceptable attitude, behavior or communication of awardee(s) personnel during project times. E. Failure to maintain and/or furnish required records on equipment repaired and/or serviced. F. Excessive labor and/or parts cost in conjunction with installation of replacement parts on specific serial numbered equipment being serviced. G. Unsatisfactory. evaluation by designated. $BBC representative monitoring technicians' performance when installation and project work is performed. H. Substantial changes to Codes, SREF or other standards that would dramatically alter the cost-effectiveness of this contract to SBBC and/or awardee(s). 18. WARRANTY: The awardee shall fully guarantee the cost of parts and labor (except for abusive or operator incurred damage which could have been avoided by referring to instructional manual) for a period of one year for all items after date of delivery and installation to provide SBBC with an "on -site" warranty. In the event a dispute on requested repairs between the District Maintenance Department and the awardee, the decision of SBBC shall be final and binding on both parties. VENDOR NAME: MA/lr Bid No. 24-052R Page 11 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION SECTION 5, BID SUMMARY SHEET UNIT PRICE TOTAL COST ITEM 1: TO BE AWARDED AS A GROUP A. 1000 each SURVEY IDENTIFICATION ONLY for poles up to 50 feet high $ /hr $ B. 500 each SURVEY IDENTIFICATION ONLY for poles greater than 50 feet high $ /hr $ C. 10,000 hours JOURNEYMAN ELECTRICIAN, hourly labor rate $ /hr $ D. 10,000 hours ELECTRICIAN'S HELPER, hourly labor rate $ /hr $ EQUIPMENT RENTALS WITH OPERATORS, per hour, for all of the following equipment, to include any required operators and transportation to the sites, as required for projects and the Bid Specifications: E. 800 hours 100-foot bucket truck $ /hr $ F. 3,500 hours 65-foot bucket truck $ /hr $ G. 300 hours 30-foot, 2-man platform lift $ /hr $ H. 1,200 hours Auger with pole setter, 9-foot digging depth with up to 24-inch diameter $ /hr $ I. 1,000 hours Auger with pole setter, 15•foot digging depth with up to 60-inch diameter $ hr $ J. 1,300 hours Trencher with line layer $ /hr $ K. 1,200 hours Trencher with 5-foot digging depth and rock chain $ /hr $ ............................................. . TOTAL BID ITEM (A -� K Inclusive). ............................................................ VENDOR NAME: MA/Ir Bid No. 24.052R Page 12 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION SECTION 5 BID SUMMARY SHEET ADDITIONAL REQUIRED INFORMATION FOR HOURLY LABOR RATES OVERTIME: Journeyman Electrician /hr Electrician's Helper inr Rental Equipment Operator 1hr Bidder must state the times when overtime hourly rates apply other than normal SBBC working hours of 8 am to 5 pm, Monday through Friday: WEEKEND. Journeyman Electrician Electrician's Helper Rental Equipment Operator Weekend labor rates will apply all day on Saturdays and Sundays only. HOLIDAY: Journeyman Electrician Electrician's Helper Rental Equipment Operator Bidder must attach a list of holidays observed that qualify for holiday labor rates. EMERGENCY CALL-BACK: Journeyman Electrician Electrician's Helper Rental Equipment Operator /hr Bidder must state the minimum number of hours necessary for compensation (may not exceed 4 hours for any period on the clock, any day, any time.) hr(s) Vendors shall provide quality equipment, experienced operators, transport capabilities and all other appropriate items to ensure maximum performance of equipment. Payment of the rental due to equipment failure will be pro -rated to the timeframe when the equipment rented was used prior to failure, dependent upon the total equipment cost of item rented for the original timeframe requested. VENDOR NAME: MA/Ir Bid No. 24-052R Page 13 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION SECTION 5 BID SUMMARY SHEET Continued OTHER ADDITIONAL INFORMATION Continued Electrical supplies used MAY be purchased under this contract on a strictly COST-PLUS arrangement only, under the terms indicated in General Bid Specification 4. Documentation of vendor cost must be provided with written estimates if the District Maintenance Department elects to have vendor replace any type of electrical materials necessary to complete a scheduled work project in a timely manner. The cost-plus mark-up for these materials % cannot exceed the percentage indicated. Installation of one 2-inch HDPE conduit underground/under foot pavement per OF by directional bore method. Installation of one 3-inch HDPE conduit underground/under foot pavement per OF by directional bore method. Installation of one 4-inch HDPE conduit underground/under foot pavement per OF by directional bore method. NOTE TO BIDDER: Review General Condition 48 prior to completing and mailing this bid. Bidder's M/WBE Certification Number: Agency Issuing This Number: NO Q YES ❑ Bidder is not a certified M/WBE, but has included a plan to show how it will incorporate at least five percent MANBE participation in any award received as a result of this bid. VENDOR NAME: MA/Ir Bid No. 24-052R Page 14 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION OTHER ADDITIONAL INFORMATION Continued Bidder to state additional HOURLY RATES for other than listed equipment (including operators and transportation) available for this contract. If you need to use additional sheets, please include the bid number and the name of your company on each sheet. EQUIPMENT VENDOR NAME: MA/Ir HOURLY RATE Bid No. 24-052R Page 15 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION OTHER ADDITIONAL INFORMATION Continued COMPANY REPRESENTATIVE: (See Special Condition 9) Company Name Company Representative Street Address City, State and Zip Phone Number Fax Number LocaVToll-Free Phone Number E-Mail Address VENDOR NAME' MA/Ir Bid No. 24-052R Page 16 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION SECTION 6, BID SPECIFICATIONS GENERAL BID SPECIFICATIONS The services required in this bid are the specific standards employed by the SBBC Facilities and Construction Management Department, modified to the needs of the SBBC District Maintenance Department. This document is in no wa to be construed as a licable to an s ecific needs re uirements and standard of an Co-o erative agency that has agreed to commit their annual volume of work to this contract. Co-operative agencyageng;y facilities slated to use -vev identification reventive maintenance repair and/or installation of securi1y and spgrt lighting systems may differ somewhat from the needs of the School Board. 2, Attachments A, B and C are copies of sample documents that may be used to evaluate and schedule preventive maintenance and/or survey identification projects, as well as examples of cost estimates for both repairs and preventive maintenance sought by the District Maintenance Department. These documents will serve as a guide to awardee(s) and/or agencies to use and modify as needed. 3. The following requirements will be the sole responsibility of the awardee(s) and must be adhered to during the execution of each project that is required by the District Maintenance Department: Awardee(s) must furnish all labor, equipment and supervision necessary for the requested survey identification, preventive maintenance, repair and installation of security and sport -type lighting, including related electrical wiring to assure proper compliance with the following standards: a) National Electrical Code (NEC) b) Underwriters' Laboratories, Inc. (UL) labeling c) PCI Design Handbook, 5th edition, PCI MNL—120-99 d) Manual for Quality Control for Plants and Production of Structural Precast Concrete Products, PCI MNL- 116 e) Guide for the Design of Prestressed Concrete Poles, PCI JR -- 412. f) Illuminating Engineering Society of North America (IESNA) handbook, latest edition g) Photometric data of independent, nationally recognized testing agencies will be accepted. Photometric data of testing laboratories of luminaire manufacturers may be accepted if certified and approved by the District Maintenance Department Supervisor assigned h) Conformance with any other applicable local codes and standards. 5. Additional electrical supplies and materials, including lamps, MAY be provided by the SBBC District Maintenance Department or the awardee(s) at the option of the District Maintenance Supervisor assigned. Documentation of vendor cost must be provided with written estimates if the District Maintenance Department elects to have an awardee replace any type of electrical materials necessary to complete a scheduled work project in a timely manner. Transportation costs between work sites will be reimbursed at the hourly rate for installation when an awardee's supervisor and personnel are assigned more than one SBBC work location per day. 7. Transportation costs for the rental of equipment related to specific projects will be reimbursed at the hourly rate of rental of specific equipment when picked -up and returned to the rental location.. VENDOR NAME: MA/Ir Bid No. 24-052R Page 17 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION SECTION 6 BID SPECIFICATIONS (Continued) GENERAL BID SPECIFICATIONS (Continued) 8.. Transportation costs of rental equipment between work sites will be reimbursed at the hourly rate of rental of specific equipment when an awardee's supervisor and personnel are assigned to more than one SBBC work location per day. I. 9. Awardee(s) will be responsible for the prompt removal of all. debris that is a result or part of all related work per Special Condition 13. All excavation or drilling areas must be backfilled and restored to similar surrounding landscape conditions within 5 business days after completion of the project. 10. Awardee(s) will check and correct the aim of security and sport -type lighting to achieve quality lighting and test all lighting equipment for full operation. REQUIRED RESPONSE TIMES FOR PROJECTS 1. Awardee(s) are required to respond within 5 business days after notice or mutually approved agreement to proceed with project work from the District Maintenance Department Supervisor assigned. 2. Emergency installation and service must be available 7 days per week, 24 hours per day defined by the District Maintenance Department as threatening to life, safety or public health conditions. SBBC will require the awardee(s) to provide emergency installation, replacement and repairs within 24 hours of such declaration. 3. Emergency installation and service hours are considered after 5:00 p.m. and prior to 8:00 a.m. Monday through Friday, after 5:00 p.m. Friday and before 8:00 a.m. for weekend or emergency work and all SBBC-recognized holidays, or at any time that a District Maintenance Supervisor declares a situation to be an emergency. EXTERIOR LUMINARIES 1. If required, submit shop drawings and product data and/or samples when requested by the District Maintenance Supervisor assigned. The shop drawings must be of a sufficient size to show necessary detail for each luminaire type, and its components. Catalog cuts or scale drawings will not be acceptable. 2. Shop drawings may include but may not be limited to manufacturer's dimensioned scale drawings showing in complete detail the fabrication of all luminaires including finish, metal thickness, fabrication methods, support method, ballasts, socket type of shielding, reflectors, provisions for relamping, EPA for, and all other information to show compliance with NEC and UL. 3. Luminaire details may vary slightly from those shown on drawings provided the changes do not adversely affect size of installation, durability, performance or appearance of the luminaire. SBBC reserves the right to subject materials to photometric testing at an independent testing laboratory. 4. Shop drawings and supporting calculations that contain structural information shall be signed and sealed by a State of Florida -registered Professional Engineer. VENDOR NAME: MA/Ir Bid No. 24-052R Page 18 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION SECTION 6 BID SPECIFICATIONS JContinued EXTERIOR LUMINAIRES 5. When requested, awardee(s) must submit for review and approval one representative sample of any luminaire or component required under the scope of a specific project. After review and approval, luminaire materials are to be shipped to the location indicated by the District Maintenance Supervisor assigned. Samples are to be provided at no charge to SBBC. Luminaire parts and components not specifically identified or indicated are to manufactured of materials appropriate for their function and resistant to corrosion and thermal and mechanical stresses encountered in the normal application and functioning of the luminaries with any particular emphasis on south Florida climatic conditions. 6. All cast parts, including die-cast members are to be of uniform quality, free from blow holes, pores, hard spots, shrinkage defects, cracks or other imperfections that affect strength and appearance, or are indicative of inferior metals or alloys. Exterior surfaces which do not otherwise receive a finishing coating: machined, sanded or similarly treated areas, such as extruded metal parts. All finished castings shall be given a minimum of one coat of baked -on clear methacrylate lacquer unless a painted finish is specified. Manufacturer shall have a minimum of 10 years of experience in the design and production of their products listed in this section. PARKING LOT LIGHTING Minimum of 1 foot-candle with a maximum of 12:1, not to exceed 0.05W per square foot. 2. Indicate light loss factor (LLF). a) The suggested standard for a metal halide luminaire's LLF equals 0.75W. b) For high-pressure sodium luminaries, the LLF standard equals 0.90W. c) SBBC reserves the right of actual performance verification. Computer analysis shall be based upon a 10 foot grid. 3. Concrete poles must achieve a minimum 28-day compressive strength of 8,000 PSI. Cement shall conform to the latest requirements of Type III Portland Cement in accordance with ASTM-C150. Maximum size aggregate may be 3/4-inch (19mm) or 3/4 of the clear spacing between reinforcing steel and surface of pole. Any water reducers, retarders, or accelerating admixtures must conform to ASTM-C494. Water shall be free from foreign materials in amounts harmful to concrete and embedded. steel. VENDOR NAME: MA/Ir Bid No. 24-052R Page 19 of 31 Pages The School Board of Broward County, Florida I SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION SECTION 6 BID SPECIFICATIONS Continued PARKING LOT LIGHTING Continued 4. Steel reinforcement and fastener standards: a) Deformed steel reinforcement shall conform to requirements per ASTM-A615 for Grade 60 Rebar. b) Prestressed steel reinforcement shall conform to ungoated 7-wire, stress -relieved strand per ASTM-A416. c) Steel spiral reinforcement shall conform to the requirements per ASTM-A82 and shall not be less than 0.150-inch diameter. d) All structural steel hardware and anchor bolts must conform to ASTM-A36 with zinc alloy AC41 A shall conform to ASTM-8240 possessing a hot -dipped galvanized finish per ASTM-Al53. e) Anchor bolts' threaded end to be HDG for minimum of 12-inch nuts, with washers and spacers to be fabricated of HDG Steel, 5. Finishing standards: a) Luminaire finish should be applied in a manner that will assure a durable wear -resistant surfacing. Prior to finishing, hot clean surface by accepted chemical means and receive corrosion inhibiting (phosphating) treatment assuring positive paint adhesion. b) Exposed metal surfaces, except chromium plated parts, shall be given an even coat of high-grade methacrylate lacquer, or transparent epoxy. c) Aluminum surfaces exposed to weather must receive a duranidic finish for corrosion resistance. d) Sheet steel luminaire housings, iron and steel parts, which have not received corrosion inhibiting (phosphating or bonderizing) treatment are to be utilized in exterior applications and made corrosion - resistant by zinc-, hot -dipped zinc galvanizing or cadmium -plating after completion of all forming, welding, or drilling operations. e) The minimum thickness of above protective coatings must be: (1) Hot -dipped galvanized zinc coating - .0005 inch. (2) Cadmium -plating - .0001 inch. (3) Electroplate parts operated under temperatures injurious to hot -dipped galvanizing. 6. Painted reflectors must be completely formed before application of primer and enamel color coatings. 7. Reflectors and bodies for fluorescent lamp luminaires made of steel of the thickness specified, have a baked -on white synthetic enamel finish and given a suitable primer and.white. color coats properly applied. . . 8. If requested by the District Maintenance Department Supervisor assigned, awardee must submit a sufficient quantity of flat steel panels having the identical primer and color coats applied in the same manner as proposed for the contract items, for subjection to any one or all of the tests listed herein by an SBBC-approved independent testing laboratory. The panels must be of a suitable size and drilled as necessary for a particular test procedure. SBBC will bear the cost of all required tests if they pass; the awardee will bear the cost of testing if they fail. VENDOR NAME: MA/Ir Bid No, 24-052R Page 20 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION SECTION 6 BID SPECIFICATIONS Continued LAMPS 1. Provide lamps for luminaries when requested by the District Maintenance Supervisor assigned. SBBC reserves the right to provide the lamps from its own stock when it is cost effective to do so. Any remaining lamps not used in any project remain the property of SBBC, 2. Lamps as specified for the individual luminaries or lighting equipment must be. delivered and installed, leaving luminaries completely lamped and in normal operating condition. 3. Lamps produced by the manufacturers such as General Electric, Osram/Sylvania Lighting or Phillips should be used. Fluorescent lamps should be F32TS/RS/CW (2900 Lumens), energy savings unless specifically noted otherwise. 4, All incandescent lamps must be IF (inside frost) and rated for nominal operation at 130V, extended service, unless specifically noted otherwise. 120V lamps are NOT acceptable. REFLECTORS 1. Reflectors, reflecting cones and baffles should be fabricated from no. 12 aluminum reflector sheets, 0.57-inch (15 gauge) or heavier, free of any tooling marks, spinning lines and be free of any marks or indentations caused by riveting or other assembly techniques. Ensure that no rivets, springs or other hardware are visible after installation. 2. Reflectors and baffles must be of first quality, polished, buffed and anodized or Alzak finished, and have a color as selected by the District Maintenance Supervisor assigned. Reflector. and baffles must have modified elliptical contour and produce no apparent brightness from nadir to 40 degrees above nadir, nor the lamp image nor any part of the lamp visible from nadir to 40 degrees above nadir. 3. Aluminum reflectors, where required, are to be formed and finished as noted on drawings or as directed by the District Maintenance Supervisor assigned. Reflectors should be free from blemishes, scratches or indentations which would distort their reflective function, finished by means of the Alzak or a similar process. 4, When requested, awardee shall supply samples of colored aluminum finished in black, brass, bronze, etc., for review by the District Maintenance Supervisor assigned before fabrication. LAM PHOLDERS 1. Lamp sockets must be rigidly and securely attached to the luminaire enclosure or husk. 2. Incandescent and metallic vapor lamp sockets must be fabricated of heavy-duty, heat -resistant porcelain. Plastic or metal sheet sockets cannot be used unless specifically requested by SBBC. 3. Fluorescent lamp sockets operating with an open circuit voltage in excess of 300V must be of the safety type, and open the supply circuit when the lamp is removed from the sockets. VENDOR NAME: MA/Ir Bid No. 24-052R Page 21 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION SECTION 6 BID SPECIFICATIONS Continued WIRING 1. Wiring between fluorescent lampholders, associated operating and starting equipment must be of similar or heavier gauge than the leads furnished with the approved types of ballasts and have equal or better insulating and heat - resisting characteristics. i 2. Wire within housing must be entirely covered with flexible woven fiberglass sleeve. Protect wiring with tape or tubing at all points where abrasion may occur. Conceal wiring within luminaire construction except where the luminaire design or mounting dictates otherwise. & Connections of wires to lampholder terminals and other accessories must be made in a neat and workmanlike manner and be electrically and mechanically secured with no protruding loose strands. The number of wires extending to or from the terminals of a lampholder or other accessory shall not exceed the number that the accessory is designed to accommodate. 4. Wiring channels and wire ways must be free from projections, rough or sharp edges throughout. All points or edges over which conductors must pass and may be subject to injury or wear shall be rounded or bushed. 5. Insulated bushings are to be installed at points of entrance and exit of flexible wiring. 6. Junction boxes attached to luminaires must be approved for the number of conductors indicated on the drawings with supplementary junction boxes installed where required and comply with NEC. 7. For exterior lighting, provide a fuse and fuse holder in the primary side of each ungrounded conductor for all ballasts, at the hand hole of each exterior pole -mounted luminaire or junction box for each wall -mounted luminaire. 8. Ballasts shall be CWA for designated voltage. The approved manufacturers are: Advance, Jefferson, General Electric, Sola or Universal. 9. All splices in ground boxes shall be sealed with approved sealing packs. Approved brand: 3M Scotch Lock 3570. All conduits entering ground boxes shall be sealed with an approved duct seal in an attempt to prevent the intrusion of water and other objects. ILLUMINATION Provide illumination computer printouts for all parking lots. Provide a maintained minimum of 1 foot-candle with a maximum to minimum ratio of 12:1. Illumination of fagade should be accomplished with multiple controlled beam floodlights as shown on luminaire schedule. Floodlights must be contained in aluminum -fabricated housings mounted vertically on the face of each pole. VENDOR NAME: MAhr Bid No. 24-052R Page 22 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE, MAINTENANCE, REPAIR AND INSTALLATION SECTION 6 BID SPECIFICATIONS Continued ILLUMINATION Continued 4. Luminaries must provide 5 foot -candies average with a maximum to minimum ratio of 4.1. 5. Provide computer printout of point -by -point vertical foot-candles with the shop drawings and prior to fabrication. LIGHTING CONTACTORS Lighting contactors shall be electrically operated, mechanically held with double break silver alloy contacts, fully - rated for tungsten, fluorescent or general use loads with interrupting capacity of 300 percent of rated current and NEMA I enclosure except otherwise specified. Approved manufacturers are ASCO-920RC, Square-D Class 8903, General Electric CR160MB and Westinghouse A202. PRESTRESSED CONCRETE POLES 1. The poles shall be fabricated in steel molds by the centrifugal spinning process or by static casting methods and have a smooth natural form finish, soft gray in color. 2. Poles shall be designed and constructed so that all wiring and grounding facilities are concealed within the pole. All hand holes, couplings, inserts for step bolts, thru-bolt holes and ground wire shall be cast into the pole during the manufacturing process. 3. Poles shall be round or square in cross-section and provide a continuous taper of a minimum 0.18 inches per foot of length to maximum of 0.25 inches per foot, providing a minimum of 1-1/2 inches of concrete coverage over the reinforcing steel. 4, All cable entry holes shall be in accordance with the location and sizes as required by the District Maintenance Supervisor assigned, free from sharp edges for passages of electrical wiring. All hand hole frames shall be composed of a non-metallic, non-conductive injection molded material. 5. Poles, facade, base, anchorage and foundations shall be designed considering application of wind load and dead load. The moment at any point along the length of the pole is the sum of the moments resulting from dead loads and forces from wind loads. The wind force is equal to the wind pressure multiplied by the effective projected area of the objects involved and designed to Florida Building Code standards. 6. Submit computations of wind loading for approval demonstrating compliance with wind loading requirements. Bases must be fabricated of cast -in -place or precast concrete. Provide precast concrete as manufactured by Brooks Products for Precast Corporation or by detail of Structural Engineer as shown on approved shop drawings. Awardee is responsible for providing concrete bases for all poles. Provide 1 PVC conduit for a grounding conductor. VENDOR NAME: MA/IT Bid No, 24-052R Page 23 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION SECTION 6, BID SPECIFICATIONS (Continues PRESTRESSED CONCRETE POLES (Continued) 9. An aluminum nameplate cast into the wall of the pole approximately 4-5 inches above the ground line identifying the manufacturer, date of manufacture, length, weight, class, SBBC, fabrication number and when required, a purchase order number. INSTALLATION 1, Awardee must be aware that luminaire locations as indicated on the drawings are approximate. Awardee is responsible to verify future locations with any existing plans provided by the District Maintenance Department or other reference data prior to installation. Awardee is also responsible to check for adequacy and non-interference with other equipment. 2. Manufactured poles shall be lifted and supported during manufacturing, stockpiling, transporting and erection operations only at the points shown on the shop drawings. Transportation, site handling, and erection shall be performed with acceptable equipment and methods, and by qualified personnel. Upon completion of the installation, the luminaires and lighting equipment must be in complete operating order, free from defects in condition and finish. At the time of final inspection, luminaires and equipment must be fully lamped, and be complete with required lenses of diffusers, reflectors, side panels, louvers or other components necessary for the proper functioning of the luminaires. Luminaires and equipment must be clean and free from dust, plaster or paint spots. Any reflectors, lenses, diffusers, side panels or other parts damaged prior to the final inspection must be replaced by the awardee at no additional expense to SBBC. 4. Housings installed directly in concrete should be fabricated of hot -dipped galvanized steel or cast aluminum. Where cast aluminum housings are used, provide two coats of asphaltum paint prior to installation. Provide 1/8-inch thick x 2-inch diameter solid neoprene grommets at every mounting point for all luminaires surface - mounted to concrete structure to prevent direct contact of housing to concrete. Adjust all directional luminaires to obtain the most uniform light distribution. Orient similar luminaires consistently. Coordinate luminaires with speakers, air grilles, pipes and ductwork. 7. Luminaire bottoms, edges and ends of rows must be even. Bows shall be straight, aligned and equally spaced in distinct areas.. Clean all luminaires of debris and fingerprints and adjust trim to fit surface snuggly. Provide all necessary hangers and mounting accessories for a complete installation. 8. Locate the fluorescent luminaires in the equipment rooms to provide the best illumination of the equipment already installed. Use chains or rods to support luminaries installed below ducts and pipes, as required. Install luminaires after pipes and ducts are installed. 9. After the installation of luminaires is completed, adjust luminaires after dark under the supervision of the District Maintenance Supervisor assigned. VENDOR NAME: MA/Ir Bid No. 24-052R Page 24 of 31 pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION SECTION 5 BID SPECIFICATIONS Continued INSTALLATION (Continued) 10. Upon completion of the luminaire projects, turn on lighting for a continuous 48-hour period in order to observe, replace any burned -out lamps, defective ballasts, fuses and related material. GROUNDING Install complete grounding system in accordance with NEC 250. Measure ground grid resistance with earth test megger and install additional ground rods and conductors as required until resistance to ground does not exceed 5 ohms. 3. Ground bus shall be a minimum of 4 x 1/4 inch copper, mounted on insulating standoff, complete with lugs for connecting grounding cables. 4. Ground rods shall be copper clad steel, 3/4 inch in diameter x 10 feet long, minimum. 5. Supplement the grounded neutral of the secondary distribution system by an equipment grounding system. Arrange the equipment grounding system so that all non -current carrying items in close proximity with electrical circuits are maintained continuously at ground potential and provided with a low impedance path for ground fault currents. The system must comply with the NEC 250, modified as indicated and/or specified. 6. The basic grounding system shall utilize the reinforcing bars in the footings of the building supplemented by ground rods and a connection to a cold water pipe where required to meet the test requirements specified. Provide, in conduit, a green insulated copper ground conductor as required to the main metallic water service entrance and connect to the supply side of same by means of ground clamps with the conduit: bonded to the ground conductor at each end. Low voltage system neutrals shall be grounded at the related transformers to the feeder ground and to the nearest cold water line all in accordance with NEC. g. Ground conductors, connections and straps must be provided in accordance with NEC. a) Equipment grounding conductors must be provided with green insulation, the same type as the associated g b The related ufeederbground grounding conductors are to be conne cted ected to the grounding bar with compression indent -type connectors or as specified. 10. A feeder serving several panel boards must be provided with a continuous grounding conductor which is connected to each related cabinet grounding bar. VENDOR NAME: MA/Ir Bid No. 24-052R Page 25 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION SECTION 6 BID SPECIFICATIONS Continued GROUNDING Continued 11. Low voltage distribution systems must be provided with a separate green insulated equipment -grounding conductor for each three-phase or single-phase feeder. The required grounding conductor shall be installed in the common conduit with the related phase conductors. Where there are parallel feeders installed in more than one raceway, provide each raceway with a green insulated equipment ground conductor. l 12. Single phase branch circuits required for lighting and receptacles shall consist of phase and neutral conductors installed in common metallic conduits. Provide flexible metallic conduit equipment connections utilized in conjunction with the branch circuits with approved grounding terminals at each end. Provide single phase branch circuits required for special equipment and all branch circuits installed in nonmetallic conduits with a separate grounding conductor. 13. Provide in panel boards and other electrical equipment the number and size of pressure connectors on all equipment grounding bars required for the termination of the equipment grounding conductors. In addition to the active circuits, provide pressure connectors for all spares and spaces. 14. Provide each electrical expansion fitting with a flexible copper ground securely bonded by approved grounding straps on each end of the fitting. 15. Provide ground conductor from equipment ground bus in motor control center through conduit and flexible metallic conduit to ground terminal in connection box mounted on motor. Where motor has separate starter and disconnect device, the ground conductor originates at the ground bar in the panel board or switchboard supplying these motors and be bonded to each starter and disconnect device enclosure. 16. Where electric devices such as electric heaters are installed in air ducts, provide a green insulated equipment ground conductor size based on the rating of the over current device supplying the unit. Bond the conductor to each unit air duct, and to the ground in the panel board. 17. For conduit ground continuity, locknuts, bushings, joiners and similar conduit fittings: made up sufficiently tight to assure a continuous and permanent metal -to -metal flow throughout each system. Where conduits terminate without mechanical connection to a metallic housing of electrical equipment, provide each conduit with a ground bushing and each bushing connected with a bar copper conductor to the ground bus in the electrical equipment. 18. Provide an unspliced main bonding. jumper to connect the equipment grounding conductor and the service - equipment enclosure to the grounded conductor of the system within the service equipment or within the service conductor enclosure. 19. Communication grounding requirements are: a) Telephone: Provide 1 no. 6 from main ground bus to ground bus on telephone equipment board b) Fire alarm and detection: Provide 1 no. 8 to nearest ground bus c) Television distribution system: Provide 1 no. 8 to nearest ground bus d) Public address system: Provide 1 no. 8 to the nearest ground bus e) Computer networking: Provide 1 no. 6 to the nearest ground bus. VENDOR NAME: MA/Ir Bid No. 24-052R Page 26 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION SECTION 6, BID SPECIFICATIONS (Continued) GROUNDING Continued 20. Installation requirements: a) End -to -end luminaires shall be continuously bonded b) Grounding contacts of receptacles shall connect to a system -grounding conductor, NOT the system neutral, by a minimum no. 12 AWG stranded copper wire. The resistance between the contacts and solid earth ground must not exceed 3 ohms. c) Bond all metal parts. Make equipment and bus connections with suitable lugs or clamps. Cadweld all wire - to -ground rod joints. Cadweld all wire -to -wire joints no.1/0 and over. d) Bond all conduits stubbing under switchboards, transformer and similar locations using bonding bushings. e) Provide a bond wire in all flexible metal conduits and connect to the boxes at each end in an approved manner f) Use PVC for sleeving grounding conductors, except that where sleeves are subject to extreme injury use rigid metal conduit bonded at both ends g) The TV antenna ground wire shall be connected to the main grounding system h) Paint buried joints with red glyptal i) Ground all transformer secondaries per NEC 250 unless shown otherwise on the drawings j) The resistance to ground must be tested and logged by the awardee in the presence of the District Maintenance Supervisor assigned in order to assure less than 5 ohms resistance. Testing will be conducted per NEC and Institute of Electrical and Electronic Engineers (IEEE) 142 recommended practices after the complete system has been fully grounded. k) For exterior light poles and sport lighting, provide a ground rod inside the Quazite ground box near pole bases with no. 6 AWG copper wire from the pole to the top of the ground rod; per NEC 250.70, Methods of Grounding and Bonding Copper Connection to Electrodes. 1) Provide and insulated green equipment grounding conductor, sized per NEC 250.122, Minimum Size Equipment Grounding Conductors for Grounding Raceway and Equipment, in each power and/or lighting raceway. Awardee shall bond all associated metal parts of the pole lighting system to the equipment ground conductor. VENDOR NAME: MA/Ir Bid No. 24-052R Page 27 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION SECTION 6 BID SPECIFICATIONS Continued PROJECT PROPOSALS The following proposed project is strictly an outline of the installation work that MAY be envisioned under this contract. Funding and the particular details, specifications and scope for this proposed project or any other project during the term of this contract may be amended, changed or deleted at the sole discretion of the Co-operative agency. Agencies are NOT required to use this contract as their sole source of awardee(s) to perform this type of work. a) Location: City of Tamarac b) Facility: Tamarac Park, 7501 North University Drive c) Outline of scope: Replacement of 13 each, 85-foot poles and 92 each, 150OW lamps. Awardee will be required to remove existing poles and wiring. VENDOR NAME: MA/Ir Bid No. 24-052R Page 28 of 31 Pages SECTION 7, ATTACHMENT 1 THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA SW RN STATEMENT PURSUANT TO SECTION 287.087 FL RIDA STAT ES AS C RRENTLY EN T D R A AMENDED FROM TIME TO TIME DN PREFERENCE TO BUSINESSES WITH DRUG•FREE WORK t�►�E PROGRAMS. THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. This swom statement is submitted to The School Board of Broward County, Florida, by (Print individual's name and title) for (Print name of entity submitting swom statement) whose business address is and (it applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing . this swam statement: I certify that I have established a drug -free workplace program and have complied with the following: 1. Published a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Infon"ned employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Given each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notified the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or polo oontendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five days after such conviction. 5. Will impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6. Am making a good faith effort to continue to maintain a drug free workplace through implementation of this section. Sworn to and subscribed before me this Personally Known OR Produced identification (Type of identification) FORM: #4530 3193 VENDOR NAME: MAAr (Signature) day of 20 _ Notary Public - State of - My commission expires_. (Printed, typed or stamped commissioned name of notary public) Bid No. 24-052R Page 29 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION SECTION 7, ATTACHMENT 2 INSURANCE REQUIREMENTS Proof of the following insurance will be furnished by the awardee tolthe Board by Certificate of Insurance. Such certificate must contain a provision for notification to the Board 30 days in advance of any material change in coverage or cancellation. SBBC shall be named as an additional insured under the General Liability policy including Products Liability. Include. the Bid Number on the Certificate. A. General Liability Insurance with limits of not less than $1,000,000 per occurrence combined single limit for bodily injury and property damage. B, Product Liability or Completed Operations Insurance with bodily injury limits of liability of not less than $1,000,000 per occurrence and $1,000,000 aggregate. C. Auto Liability Insurance covering all owned, non -owned and hired vehicles used in connection with this bid, with bodily injury limits of liability of not less than $1,000,000 per person; and $1,000,000 per occurrence and property damage limits of not less than $1,000,000. D. Worker's Compensation in accordance with Florida Statutory limits and Employer's Liability Insurance. The insurance. policies shall be issued by companies qualified to do business in the State of Florida and grant The School Board of Broward County, Florida thirty days of advanced written notice of a cancellation, expiration or any material change in the specified coverage. The insurance companies must be rated at least A- VI by AM Best or Aa3 by Moody's Investor Service. All policies must remain in effect during the Derformance of the contract. Prior to the commencement of any work the awardee must provide SBBC Purchasing Department with a Certificate of Insurance which is evidence of the above coverage and with SBBC named as an additional insured. Any questions as to the intent or meaning of any part of the above required coverages should be submitted in writing in accordance with General Condition 6. See also General Conditions 13 and 21. VENDOR NAME: MA/lr Bid No. 24-052R Page 30 of 31 Pages The School Board of Broward County, Florida SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION SECTION 7, ATTACHMENT 3 "FUNDING OUT" - TERMINATION - CANCELLATION Florida School Laws prohibit School Board from creating obligations on anticipation of budgeted revenues from one fiscal year to another without year to year extension provisions in the agreements. It is necessary that fiscal funding out provisions be included in all Bids/RFPs in which the terms are for periods of longer than one year. Therefore, the following funding out provisions are an integral part of this Bid/RFP, and must be agreed to by all bidders: • The School Board may, during the contract period, terminate or discontinue the items or services covered in this Bid/RFP only at the end of the School Board's then current fiscal year upon 30 days prior written notice to the awardee(s). Such prior written notice will state: a. That the lack of appropriated funds is the reason for termination, and b. Agreement not to replace the items or services being terminated with items or services with functions similar to those performed by the items or services covered in this Bid/RFP from another vendor in the succeeding funding period. "This written notification will thereafter release the School Board of all further obligations in any way related to such items or services covered herein". This completed statement must be included as part of any lease agreement submitted by the awardee. No lease will be considered that does not include this provision for "funding out". VENDOR NAME: MA/Ir It your company will not be submitting a bid in response to this Invitation to Bid or Request for Proposal, please complete this Statement of "No' Bid Sheet and return, prior to the Bid/RFP Due Date established within, to: The School Board of Broward County, Florida Purchasing Department Suite 323 7720 West Oakland Park Boulevard Sunrise, Florida 3P351 This information will help The School Board of Broward County, Florida in the preparation of future Bids and RFPs. Bid/RFP Number: Company Name: Contact: Address: Telephone: Comments: Facsimile: Signature: Date: Page 31 of 31 Pages SAMPLEATTACHMENT A DISTRICT MAINTENANCE DEPARTMENT DISTRICT ELECTRIC EXTERIOR SECURITY AND SPORTS LIGHTING PREVENTIVE MAINTENANCE AND SURVEY IDENTIFICATION FORM Reports generated will be provided in electronic format on CD-ROM SECTION 1: FACILITY NAME AND LOCATION: MAINTENANCE AREA: STENCILED COLOR CODE: LOCATION No: NORTH ❑ GENTRAL ❑ GREEN ❑ RED ❑ POLE No: Pole numbering accomplished clockwise from front of school. POLE TYPE ALUMINUM ❑ POLE HEIGHT: ft VOLTAGE: LAMP WATTAGE: FIXTURE TYPE: NUMBER OF FIXTURES: BULL HORN: BRACKET: LIGHT USAGE: V MT CONCRETE ❑ High Pressure Sodium ❑ SECURITY ❑ Metal Halide ❑ PARKING ❑ SOUTH ❑ BLUE ❑ OTHER ❑ _ OTHER ❑ SPORTS ❑ SECTION 2: Please check off from the following list after each individual item is inspected and verified for compliance. ❑ 1. Check physical condition of light pole, base, hand hole cover and base fasteners. ❑ 2. Check the power feed to the fuse. Feed from panel , Circuit No. ❑ 3. Check the fuses and fuse holders and size. Fuse size ❑ 4. Check for proper grounding of pole circuit, Ouazite Box and all metal parts. ❑ 5. Check physical condition of fixture, wiring within the pole and arm. ❑ 6. Check physical condition of fixture lenses. ❑ 7. Check to see if pole has Ouazite Box with steel traffic cover. SAMPLEATTACHM ENT A DISTRICT MAINTENANCE DEPARTMENT DISTRICT ELECTRIC EXTERIOR SECURITY AND SPORTS LIGHTING PREVENTIVE MAINTENANCE AND SURVEY IDENTIFICATION FORM (continued) ❑ 8. Check that the no. 6 AWG lightning bond wire from pole is connected to 3/4-inch x 10-foot copper -clad ground rod and copper lug on steel cover of Quazite, Box. ❑ 9. Check that all splices in the Quazite Box are sealed with approved sealing packs. Approved brand: 3M Scotch Lock 3570. ❑ 10. Check current feed to fixture to detect possible wiring problems inside the pole, arm and fixture. ❑ 11, Check lamp condition. ❑ 12. Measure amperage and ensure that it is within specifications. Amperage of pole: NOTES: Deficiencies found: Corrective Actions Needed: Awardee: Representative Name: (Please print) Representative Signature: Date: SAMPLEATTACHMENT B DISTRICT MAINTENANCE DEPARTMENT DISTRICT ELECTRIC EXTERIOR SECURITY POLE LIGHT PREVENTIVE MAINTENANCE PROGRAM POST ESTIMATE FOR REPAIRS Total Cost 1. Labor per hour, straight -time (per bid) Total estimated hours $ 2. Quazite-brand PG1118DA12 box with bolt down polymer concrete cover (PG1118HA0017) with Electric logo...........................................................................................................$ 3. Bond existing steel cover with no. 6 wire and tie into the equipment grounding conductor ....................... $ 4. 3/4-inch x 10-foot copper clad ground rod with 3/4-inch clamp .................................................. ... I ....... I.... $ 5. 3M 3570 epoxy kit with 3M scotch lock wire nut........................................................................................ $ 6. HEB AA in line fuse holder......................................................................................................................... $ 7. KTK fuse 5-20 amp ... .............. ....... ....:............................ ..................................................... ............... ....... $ 8. Bond the hand hole cover of the pole and/or metal pole and tie into the equipment groundingconductor.................................................................................................................................. $ 9. 50-15OW high-pressure sodium lamp....................................................................................................... $ 10. 200-40OW high-pressure sodium lamp...................................................................................................... $ 11. 1000W high-pressure sodium lamp ..................... ................. ............................................................. .,$ 12. 70-175W metal halide lamp....................................................................................................................... $ 13. 250-40OW metal halide lamp..................................................................................................................... $ 14. 1000W metal halide lamp ................................................... .............. .................... .................... ................. .. $ 15. 1000W metal halide/high pressure sodium shoe box fixture...................................................................... $ 16. 1000W metal halide/high pressure sodium flood fixture............................................................................ $ 17. 50-15OW high-pressure sodium ballast kit................................................................................................. $ 18. 250-40OW high-pressure sodium ballast kit...............................................................................................$ 19. 1000W high-pressure sodium ballast kit.................................................................................................... $ 20. 70-10pW metal halide ballast kit................................................................................................................ $ 21. 175W metal halide ballast kit..................................................................................................................... $ 22. 250-40OW metal halide ballast kit .......... ...... :........... ................. ................................... ........... 1................... ..$ 23. 1000W metal halide ballast kit .............. .................. ........ ................................... ............... ......... I ... ...... ..... I $ 24. 150OW metal halide ballast kit................................._.............................................................................. $ 25. 40OW metal halide/high pressure sodium shoe box fixture........................................................................ $ 26. 40OW metal halide/high pressure sodium flood fixture.............................................................................. $ 27. Replacement fixture lens (security, sports light or parking lot)...... .................. .................................... . $ 28. Replace security light fixture.. ... ... _ ...... ........... ............................................ ___ .................... ............... $ 29. Replace sports light fixture......................................................................................................................... $ 30. Replace parking lot light fixture.................................................................................................................. $ SAMPLEATTACHM ENT C DISTRICT MAINTENANCE DEPARTMENT DISTRICT ELECTRIC PROCEDURES FOR PREVENTIVE MAINTENANCE PROGRAM COST ESTIMATE FOR PREVENTIVE MAINTENANCE SECURITY AND PARKING LOT LIGHTING Based on awardee's labor rate (Using a truck with 55400t boom) Elerh'entary schools only Middle, High schools or Centers Other facilities 2. Provide one completed data sheet per pole to District Electric. Cost per Pole $ 3. Pole numbers to be stenciled vertically a minimum of 4 inches high, color -coded per the assigned Maintenance Area, 6 feet above the ground. SPORTS FIELD LIGHTING Football Softball Baseball Cost per Pole Based on awardee's labor rate (Using a truck with 105-foot boom) Elementary schools only $ Middle, High schools or Centers $ Other facilities $ Provide one completed data sheet per pole to District Electric. 3. Pole numbers to be stenciled vertically a minimum of 4 inches high, color -coded per the assigned Maintenance Area, 6 feet above the ground, facing outward from the field. THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA 7720 WEST OAKLAND PARK BOULEVARD, SUITE 323 • SUNRISE, FLORIDA 33351-6704 - TEL 754.321-0505 DONNIE CARTER Oirector ol'Purchasing January 16, 2004 ADDENDUM NO.1 SCHOOL BOARD Chair- CAROLE L..ANDREWS Vice Chair S I EPIIANIE. ARMA KR AFT, ESQ. JUDIE S. BUDNICK DARLA L. GARTER BEVERLY A. GALLAGHLR DR. ROBERT D. PARKS MARTY RL,BMSTEiN LOIS WEXLER 13ENJAn11N J. WILUAMS Bid No, 24-052R DR, FRANK TILL Security and Sport Lighting Systems, Survey Identification, Superintendent 0 SChool., Preventive Maintenance, Repair and Installation CALLED FOR 2:00 P.M., FEBRUARY 18, 2004 TO ALL BIDDERS: This amends the above referenced Bid in the following particulars only: Please note the new departmental phone number for the School Board's Minority and Women Business Enterprise Office (MIWBE). The new phone number for the M/WBE Office is (754) 321-2290. The M/WBE Off ice's new fax number is (754) 321-2714, This Addendum amends the above -referenced bid in the listed particulars and has been issued for informational purposes only. By virtue of signing the "Invitation to Bid" Form 3270D, Page 1 of Bid 24-052R, bidder certifies acceptance of this Addendum. Sincerely, f Mark Alan Purchasing Agent III Transforming Education: One Student at A Time Broward County Public Schools Is An Equal OpportunityiEqual Access Employer THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA 7720 WEST OAKLAND PARK BOULEVARD, SUITE 323 • SUNRISE, FLORIDA 33351-6704 • TEL 754-321-0505 DONNIE CARTER SCHOOL, BOARD Director of Purc ha.si.n Chme CAROLL L. ANDREWS Vice Grair STETHANIF AR.NIA KRAF'T, ESQ February 13, 2004 JuDIe s. Bt.1DNICK DARLA L. CARTER ADDENDUM NO. 2 BEVERLY A. GALLAGHER DR. ROBERT D. NARKS Bid 24`052R MARTY RLIBINSTE.IN Security and Sport Lighting Systems, Survey Identification, LOIS WEXLER BENJA:MIN J. WILLIAMS Preventive Maintenance, Repair and Installation CALLED FOR 2:00 P.M., FEBRUARY 18, 2004 DR. FRANK TILL oj Superinreuden! Schools TO: ALL BIDDERS Amend the above referenced Bid in the following particulars only: 1. Delete Pages 8,11, 24 and 27 of 31 Pages. Delete Attachment "A". Insert Pages 8,11, 24 and 27 of 31 Pages. —REVISED.- Insert Attachment "A" —REVISED.- 2. The bid opening date has been changed to February 24, 2004. Bids must be received in the Purchasing Department on or before 2:00 p.m, on February 24, 2004. 3. The posting date of the bid has been changed to March 9, 2004. 4. Questions on the following two pages, were received in accordance with Special Condition 6, INFORMATION. Answers,. as stated herein, shall be incorporated as part of the bid documents. 5. It is required that receipt of this addendum be acknowledged by executing it and attaching the entire addendum to your bid or, if bid has already been submitted, return it in a separate envelope in time for bid opening. No bid will be considered unless this addendum is completed, executed and the addendum returned. Please indicate bid number and opening date on the envelope. Sincerely, Y6-,Z- W,,-- Mark Alan Purchasing Agent III RECEIPT OF ADDENDUM ACKNOWLEDGED: SIGNATURE OF AUTHORIZED REPRESENTATIVE COMPANY NAME COMPANY ADDRESS Transforming Education: One Student at A Tinte Broward County Public Schools Is An Equal OpportunityiEqual Access Emplover QUESTION #1: On [Page] 11 of 31, Items 1 A and IS, please identify what the hourly rate is representative of. Is it to include all equipment and labor that is needed to perform an accurate survey called for in sample Attachment "AT' The reason I ask this is that on the survey form there are some questions asked which require some form of a lift truck. Obviously, Item 1 E,1 F and 1 G ask for hourly rates for a lift. ANSWER TO QUESTION #1: The hourly rate must include all the specifications listed in General Bid Specification 4 on Page 16 of 31 and Attachment "A" — REVISED,- included with this document, QUESTION #2: On Page 24 of 31 Pages, [Grounding Specification] no. 2, please verify resistance to group no to exceed 5 ohms. The NEC states 25 ohms. ANSWER TO QUESTION #2: A corrected Grounding Specification no. 2 can be found on Page 24 of 31 Pages —REVISED.- QUESTION #3: Sample Attachment "A", Section 2, Item 7 indicated poles are to have Quazite box with steel traffic cover. Sample Attachment "B" requires a Quazite box with a polymer cover. Which is to be quoted for contract pricing and, are the Quazite-brand materials the only type of pull box allowed? ANSWER TO QUESTION #3: Please see Page 11 of 31 Pages --REVISED- and Attachment "A" —REVISED.- The details as listed in Attachment "B" is the correct description and the only pull box allowed with SBBC-owned poles. Please see In addition, please take particular note of the caveat in General Bid Specification no. 1 on Page 16 of 31 Pages and the revised Page 27 of 31 Pages, included with this document. QUESTION #4: For Bid Items 1 A and 16, what is to be included in the cost? ANSWER TO QUESTION #4: Please see General Bid Specification 4 and Attachment "A" -REVISED. - QUESTION #5: Can a supplier of lamps bid only on lamps [themselves] or join with a partnering entity? ANSWER TO QUESTION #5: The bid specifications are written for performance by State of Florida -licensed and/or Florida County -registered contractors at an hourly labor rate. General Bid Specification no. 5 states that additional electrical supplies and materials, including lamps, .MAY be provided by the SBBC District Maintenance Department OR the awardee(s) at the option of the District Maintenance Supervisor assigned. You are welcome to contact any of the awardee(s) to develop a business relationship. QUESTION #6: Can a list of specific lamps be provided or, can SBBC provide a list of lamps currently in use for this purpose? ANSWER TO OUESTION M. Not at this time. The survey identification portion of the contract, when implemented, will be assist SBBC in obtaining the data necessary to hopefully begin building such a list in the future. Temporary Reso. No. 10905 — Exhibit 2 NOTICE CONTRACT AWARD INFORMATION SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY Title BID INDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR ANC INSTALLATION Bid Number: 24-052R Start Date: MAY 1, 2004 Expiration Date: JUNE 30, 2006 Suersedes: 20-129R Purchasing Agent: III MARK ALAN Attached is a copy of important term contract information for vendors contracted by SBBC to provide Security and Sport Lighting Systems, Survey Idetif"ication, Preventive maintenance, Repair and Installation. The attached copy should remain with the Bookkeeper/Budgetkeeper at your location. Additional copies should be made and distributed to the appropriate staff at your location. Mark Alan, Purchasing Agent 11 Phone: 765-6129 Fax: 768-8911 The School Board of Broward County, Florida Purchasing Department Bid No.: 24-052R Description: SECURITY AND SPORT LIGHTING SYSTEMS SURVEY INDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION — TERM CONTACT For. DISTRICT MAINTENANCE (School/Department) Fund: DEPARTMENT'S OPERATING BUDGET Board Meeting APRIL 20, 2004 Bids Sent: 41 Bids Rec'd: 5 No Bids: 0 Bid Opening: FEBRUARY 24 2004 Advertised Date: FEBRUARY 10 2004 Award Amount: S 1 600 000 PER CONTRACT PERIOD POSTIN F OMMyNDATION/TABuLATI Bid Recommendations and Tabulations will be posted in the Purchasing MARCH 9 2004 3:00 P.M. 'and will remain posted for 72 hours. Any person Department on desiring to protest the Bid Recommendation/Tabulation shall file, in writing, a notice of protest within 72 hours after the time posted as stated herein, and shall file a formal written protest within ten days after filing the notice of protest. Saturdays, Sundays and legal holidays shall be excluded in the computation of the 72-hour time period. Filings shall be at the office of the Director of Purchasing, 7720 West Oakland Park Boulevard, Suite 323, Sunrise, Florida 33351. Section 120.57(3)(b), Florida Statutes, states that "The formal written protest shall state with particularity the facts and law upon which the protest is based." RECOMMENDATION/TABULATION AW * FLORIDA ELECTRIC CONTRACTING SERVICE, INC. PRIMARY: ITEM I (AFRICAN AMERICAN M/WBE: FT. LAUDERDALE, FL) HORSEPOWER ELECTRIC, INC. I sT ALTERNATE: ITEM I DAVCO ELECTRICAL CONTRACTORS, CORP. 2"D ALTERNATE: ITEM I * CERTIFIED MIW13E VENDOR IN ORDER TO MEET THE NEEDS Of THE SCHOOL SYSTEM AND IN THE BEST INTEREST OF THE SCHOOL BOARD, THE ABOVE ITEM IS RECOMMENDED TO BE AWARDED TO THE BIDDERS LISTED. THIS LOW BIDDER FOR EACH ITEM WILL BE THE SCHOOL BOARD'S PRIMARY VENDOR IF THE LOW BIDDER IS UNABLE TO MEET THE BID REQUIREMENTS, THEN THE NEXT BIDDER WILL BE UTILIZED, CONTRACT PERIOD: MAY 1, 2004 THROUGH TUNE 30, 2006. Date: 03/09/04 By: (Buyer/Purchasing Agent) 9/8/00 Broward County Public Schools is An Equal Opportunity Employer a O O CC rw a r� 1 ff1 W U z a ua Z a w F- w 5 w Ix CL O cn, cm a o U m u. w Z z LU W O cc CA O r= T^ z p x w W cr o a a cc � z z o 4 U W w W H r cc N LO C7 CV m m z a CO LU w ou cr O 0 z LLI 53 co cc a N CD O C+ 4� ~ C. 4 w cc uj uj w w LLJ r Cd ui f- °c r � a a cc N o 2 c w N 0$ s cc)00 w wLU a © 0 O ui y 2 0 F- cr cc cc -j a o OG co Q mti z4 �-j L c[ cvQ O N 0 7 cc M cc c � Y�� 4 o Uw4. CO h cN7 [�� Uw xg8�JOc�n�r[r�- z75 -i�19 � J z p UZ �+z m W W �p�a^U)W N � -4gw,mW µVjy�0.Q> W Go a V a Q 4J ~ .0 per, N�] Y W w '2 3atiiu aJaui�w aQniao 0 Z>� a `n a x �0 ��ooxaoC;, z =R9�,4 je 0 T - Z P Q H Z C1 z Q d ui LLI C? z d z W z �,p 5 C"> zz W LU = 9= (� d CC o CC LLB N to Z r LU >- z�a z 0 Lu 7 0 cc Fr =) W V) a. Lu cc � U U U) 0 (3 0 z 0 F- CC 0 Q U) 0 z Q 1-^ cc r�. 0 ui H 0 O o 0 U Q U U N b 41 a q a W �CC Uck 0 cc J Q0x ac axQeQa p w`.�i �u F�iFa�n J W Jw.WJ w.,4w WW W�?w cc �'w`c oq as-0CLpa y� 7 I. Q at as clLLI asdadz 470�C? Z 2 2 a WX Wz .sc= LLI Jg �K2 J Q -aj W CC V} W lh W �pgyp� %rWN W co r 3ui WI 3ui ui$ui nCy1 pLL0 L tU o N1U4 ILJ cc xr 0: -cr cC� as =zza� uj (w w N r i a U U U U cc cc fr ° 0as 0a0craa: U x U Z U x U x p W�UwWamisW W W W W wLi tJlA w O O cc O x a Z s cc O~ J Z CC O~O~Oz J CC J Z a .,J 2 LL 7 LL:D � LL 7 LL� z w x LL x 4 O w W 4 - m CC a o y OLL 4 } m Er U U O cc W ZLu a L7i C? C.) w J W x LU Z wLU to LU LLJ 2 cc S w D ui co Z y Ln w IL cc a cc a m cI- cc a m �d 0. q O U © Q U U 6 O U 6 4 U Q Q < d iipp pz. .z OC Qx plL COj 4qj x (qjx 7CUxUZ d S U 4 a U_po�p7U c+ $ U� W +H �U�U� F R. t a�, (LyW F" Fa- uva�ij w�' JQ—A0! 1± WwWwutulWJtii 22ujRWx�'ur52,�i c0i°'va avu.da.v�vLL azaxaxQxaxaz G' 0 0 Cl 4i 0 0 A b -CC x Q 0 52 S2 cc CC CC a: cc CCx W JS W J w J W$ J w J u] w$ ' J g w � w W� W Wcn lii w lLl C7 M `w iji i!%i36j3t �ui�! b U aao-acaoratcaCC0.xaat O U o U pU O c] O S2 OU w4,lu O�gzgzOZOz��.O� x LU0.LUi°"vwi0_Wj°'uj0. x�trtcrE t=2i= �xa x0x�x�x0x0 cj U U U U U U Ld G] U U_U V wu a w vi to [A N N r7i i a z i i c? U U U Ucc U U d d Q O xua OGuC 0c.Sr z 0 OU UxUxUxQ=U U OUO c2 oug Z¢F UQct=� xxg Wa Ww ear w tll� W tlf -.�] icc C�M► W �+► W W W w W W W W W W d Q11 R c W R W dR�' w RPC w Cl ° °"�arca OxOz4zSz0=J0-0- � � � fin F- LL ? W LL a LL 7 LL x x F' z a F_ � � U n w t7 z i a c a o u°I ►- Q o s d " LL Lb FS W W Id C7 0 Y x �rw W LL F J W W a w O a WJ q W J0 O J Z lit x X m a m m N T 4i q ~ 0 4 3: w ca w U LL LL U Lj-M w g w 0 o w 7 LL a. x x uA u. 9 x � Y LU V_ LLJ ME -j LL. Z Z 8 ti as W in � w O a ot-- �za J O CO cc W -'Ix O C Z Q Cl LL r 0 A o cc LL r0 43 aQ 6 Q. w U :2 aw. W w O F x a3 m wIL O 4 c a W � q cc W gr ][ O cc zg W u� IY] � co cc J 0 � Z xw N W 2 H O w in s in O O U Qr as QQ cui w F Z = p wx �O LU Z LU ..a 9 LU cc �0 wx F -' W a �+r w0 o� IQ z 0 r d J J a H cn d Z CC 4 CL W w C] Z d z W Z cp 7 C" LU Z Z W LLI = cCL 0 In i Z Le, 0� C? 'Cr Q � V W h N � o r Z z 4 ©fig m W [] 0. 0. LU Cn W CL Q � U Z F-- CD J cr 0 0. Z d 7- H U uj W J H h- i aaC = 0 0 � cc 0 w ¢ w 4 W W LU J x w W 0 d a x � � a z ` a r 7 J W O w cc a al 0 T w w aJ a as d p W O F F V x LL w a d w ... C%l Ga 0@ �jLU l�QLLI [p a: w in d Q a z d CL w jµj W U = z d F-e r O W d G C7 w yX� 0: LLJ W w0n CC p a in }" U w W . p p cc ZwQ 7 U p w 6 �(n o a W .. cl M feH x � W W n IL p In loc �U-j ui z x 101.z Y�CC a Z� O O t- cc u! O u a N x+ 11 o 2w ¢ w d =Z43- 4 0+• ?U+C W z d r~A z m w cn cc x U 7 a ! 0 OTie .r W W ►""�-w� ! W 4 CL w W [1C' LL S ' ! ¢ CC w z � q�p� cWn W J qF^w a I-- F- Lu i ¢ cc S U w a a � O maw �WU w z r LU Lucc j x cc Q tu .. > N y 4 U �_ w cA a f wy W GEC w p p O 0 Z 0) LLJF -=z Lu Q v cc '"' S, W `�" cc �..- W a o F r O IJL wad ao� LU a a. U W J U .., W W dT uj USN $ i g x LU 2 � H -tt raw jU W 0. .. py Z3 WO0 W WiF- a1 • w cc M ❑ g C -,, I— E i Cc cc = W w cc 0 u 7 W cc U fgo w W- r�nar I 4. '� W WO..� --J �W y��y,U t0�.� U to 2ap W j'{t,� = Cc! 0 O 0) 0� J2 wcc cc 4 - Wpz Q A 52. w U�2 w miX- 1 W .JF-OUz ca 70.W W6 CU a_ t— a N CO co IL z 0 N=- Q Z z R Q j t w w uj Q a a a a LU ti cc W V Z uj Q C CV W C5 } C•i L1j O Z Z H j Q W x c) W C CL= w W w Cr O N Z pOp m OW to J CC p � � LO: w w N LU Q Z r,3 � c Z Lu Qm m Z Z M= z LU } W W W CL � LU > CL 0 � ZE o a LL OLL Z cL LUv F^ w w w (n z0 CC a Rcc C"S V arc N: cc Z V O W � W CL T © 2 Z z Z C1 t% Q = z z } O O 0 r LL LL LL W a Cn d ¢ a J z. z z H F-- W Q LU LU z a s O r o a r O LL F LL LU LU W W � N fH K � � H e.4 VY. N Y'Y M► �? � M1 N N O x W J m • 4 S O H a r O CL N z q F z a O L CC US = OW LJ a d I',- z U � ( a C> i U c W cc 6. O W w O wa Q. 0 LU w r z w xa w a o .o xw w cc 2 .iv a -0 m z t c5 0 cc Dj$ Q H C) z W O Ir] J LL LU lA 0 w �. . W. w. pq. mg. .. W �........: .z.... lh CL O >- w m +n ub1 cc n.J O cr z O. th LL W N J cc z U Y � = d W 2 dam, a U U W O W U Y d .,cr W 0 zo a CC d ? OU W M z A�l 9 w I.- a � cc O m r w U W w a.. .�y� LC a C7 m O 4 w 7 Y w w w 2 rQi S F w Q N -r W cc d 4 4 a ' Q 2 W 4 O u- �_ O� -1 m U U U U �- w Q m m a o a r w z a a o O w O LU n 4 2 O Oz O P C?�i U r =� a a Cn ua V_ cc W Cn cr LU F- a z LC w w 0 z w J a U cc U w w (D 0) cv C1 t-- 0 CY) 0) m d M z w D 0 0 z r r 0 z 3 ..a Z cc .� o �[ o W ? ao 1 La w 0 x cc Q 4 O a x 2 N a0 7 > CO)m Q � Q � � [LLJ a = o 0 d -5 Cn ' 2 cc 2 cr Z cc T C14 Q CC 0 LLo v o $ $ Lr C cc �wcv d U L z,.. m y�WY C in z Q 0 a Z G mLU z o c D a > cc a — W CCLU s � CL w u air Lu Fes- ii Q r a r in I— z z ° d a ar O O WLL U z © °C P Q _cc C) cc s 't o a �:3„ CC ¢ W a CCO p a- U_ 0. a w = w z J y z IwL. f17 d S w -i cr w zd to p, z a e� U LLJ W a J o w N 5 w irr pa� ll.L fr o w xx f- � 0 w C) LLJ LJ w w o T © N W Y J LLJ w o M 3: H N O H Li w ca r O _ cod cn a� w F r z r d 0 x d U O U LLI S F^ S O 0 w a r � J z o x a °G Cl) Q a � w Cf) $ S S S ?Uc © z f%J N W N V), 4i w IA W Vi 4N b M w 0 z 4 N [S1 co GL !� 2 ti M Q) O C N 4 z [C U U- cc ..1 ?' Q } w m ... �' .. U ¢ W J w a o co cc c a 6 C!i LLI cc �1 Z LL I LU VV F C,9 w ccv o c RC J 2 W m 4 ix. w � LU Y = Q v d d a m -j w r W c) a m 4 w w C> [C LU W uJ w J c CC m L d ri o A cm � O m gn Q aJ cn V 4� wO .i wW Q A ULLJ w 1=- 2 Z LL-' LL W U O Z d0 Ww CC Ow (ny ra r w x Y z Q WCL 2 °pew 0. Wj L+. 7 �. a ("q��K LU W U Cr W w Q �© LU a a a CL W aw�UN claw WJ SOW W (n(no LL U w +HI a � w 0. 4 y U Z ¢ 2 tD E W LU C] w t� j U Q g as W C?ad www 12rw maw EL =3W M- LL, Z Q m Z ' LI.I'wW 7 szd� o z m W 0 r0. 0. wLLJ (z Y w w CL C�O5 wz4 Z w a W CC Q dW Z A zzcn w A A Cv CC 2w ccP� m mcr m z z z U) CC LL (D W W 9- � z W W W W N a Ln N- a 6 9 0 x A LU LL U C� cc Z a <a2 Q �2 ~tea i z Z¢ w LL W W W F CQ W r arw y � 7 7QF F-W z raw a nQ C� c7 d N O P: I-- I.- F- OC (A W 0 , a Q w z wCL 10i. LL Wwz w w cc da6 A z z P cr-wmm �—"xa o 2 0 V]PU:4,W ]- 2,z3m Fes'¢ z a a z o (nOc[wF- cc3o wra3 cc a cc U 7d 2W a -� LG cc F- �u ¢ Z UrEO (naw a.wx M t r. W X m U I-- p _= � 0.~ IX C 0 z O z O � aU. �- w w w m �" J r¢I W w CL w M Ow MIL cr x x x z p p¢ 00 A 0 z U z U z wJ� U cnC r Q o 2 w LL d�d z z z LLCC 0 a O N O O O W In p = WU. LL LL 0 du-U Jax d O U 0ti a 0o LLJ P- r Cf) cr <O w0QC1 N fn 0 aaw w0mz ? z F� W p O w z z 0 LL frJ d a W r m � O LL 0 w J C f a ■ d z C C s � O C r a z S d .. w C w � uxi L WIL U OW � 20 s U z C [Ai L Wcc L LL w O C w uj ca z L = uj x z WLU C a O m f � 0z N dLu s w cc W J w 4 cn Z 0. Y vri + b wA z cc .: vw. d cr 0 pra ti7�d a m p s r cc ti 0 wz d OC R O Q x 0 2 z 00 O � � d z A ax A ac x LL r xa O A U. CC h � LI. 7- $ p p Li CL p~C ,�, w O 0 LL d � La O LL c a �x r SC O q U m cn �F � O s Q � s w s n: = 8 O � a � d la. W � h^ � d 0 xO cc Jx r as x� u w a A L J w a Iw U) cc w 3 w x x "- w r 9) ri d CP �Qw m a Mn 4 0 L7 Q7 Ca p.. ti O LO W m m CL z W z O Q Q F- d Q Q CL LLJ cc LLJ U Z 4 Z LU �G ry ul W j UJ CJ = Cr CC to Z 0 Q CM LLI CV 0 Q Z m LLJcc C] = LAJ CC cn CL CL. w 4 O _Z F- F- CC CL cl Lii Q F- U W r � T Y 8 8 :� w z A a r U W W Y W 0 O 2 W x w w 3 cr P a ¢ W a O LU Ll. 7 w Q r z W ¢ c4j � o �r, o � w wr •::•a4 a�a � U W O w� Q dF �w vz Uo� LU � U . L L�l mrLw z qda. 4 p w aE W in .: �. W x cy¢In o w • ` emu. �O b- azo Uw2 W CCx o�z U U [x WSJ v CC wcnw i rr LAJ WW a.... 0 21 Y' �2.. .w dWr Wr 4aGL. N 'F .0 LU Y mwCC cc z z 2 ccO z �� aW w i zzm qr In :2 W l(1 J 0 W 4 F 2 a p Z C W a U W �n r (n QgL d 4 a.z Q M UU, r(n� f H W J aLU . P ,n �h� O. U cri C Co', Lr O �..aCW 7 w U . WU >-. ¢ W ��c ¢ A. a W W d �X ..: O Wa :...� [i�1 LL U 2 `aC w r x O Z d Ec-� �' � W W J Lai � p Q 2 �.. LLI Q 2 W W r µ. S2 p LU CC n 0. U J J W LUEna �..._...7 LU12 r W..W. C T z.m U. g a m a a a'aF W a cr ¢ yQ a � a- v uj w z W p m Vriwr GrC xcc 4 O w 4I �j U J W W 4U� p LLJ 0 [� U W cc W W � 6 J 12LLJ LLJN g d a to OLzu m=O w}a :n0 Q (n V =OU �oz aico aw L ¢ W2 Lu 2 cc 0ww r wA > a w mka' !EUSw Z Sn cc cc cr LU w 0. a' CL 9 $I it8o 4, O H Q J J F" z Q cic a. LL! Lu U 2 Q Z LL1 ZE � tD Z N >. R•7 w W � a w -� ac 0 o N 2o cc Zoo CC [V V a Q a: LL 3 LU 1-- !V Z,_" Z Z chi mLu0 O W = d Cl) ui tu mU � cc cn r ]^ Z Cn o U U z i— r cc 0 CL C3 z r U w in J r r AC ¢ � `2 Cl $ c ,3 Qu 8 8 8 8 8 ?:� !n J 1A !yfr jE Ir = H rs r�w va war m O O U- m a a ir a d m W W O F 0. LC T 9 W m z LL U Y y� C Y Q 4 S (n U cc U W a LUul � v0 o � x � � U J .c Q W = a g U Q w a w .O m C O w aa = v V m a aU ¢o � a aa p � w m BID 24-052R ADDITIONAL RECOMMENDATION I OF I BOARD MEETING: JANUARY 17, 2006 THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA ADDITIONAL RECOMMENDATION BID 24-052R SECURITY AND SPORT LIGHTING SYSTEMS, SURVEY IDENTIFICATION, PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION (CO-OP) It is recommended that the School Board authorize an additional expenditure of $5,000,000 to the subject contract. The amount of the recommended spending authority is available from funds already included in the District budget. This recommendation will allow the Physical Plant Operations Department continue purchasing security and sport lighting systems, survey identification, preventive maintenance, repair and installation as required through June 30, 2006, and will provide for an approximate total expenditure of $6,600,000 for the award period. Mark Alan Purchasing Agent III Attachment: Original Recommendation/Tabulation Temporary Reso. No. 10905 — Exhibit 3 Florida e t is C rac 'ing Service Inc. 1445 SW 21" Ave., Ft. Lauderdale, 33312 (954) 587-6760 (954) 321-0355 fax January 13, 2006 Rodney Sims P City of "Tamarac h<>t7e: (954) 724-24 I 1 Public Works Fax: (954) 724-2428 6011 Nob Hill Road Tamarac, FL 33321 Re. - Mr. Sims: Florida Electric Contracting Service Inc. respectfully submits the following prices to provide all labor, equipment and materials to complete the street light repairs per the list provided by the City of Tamarac on 12/06/05: Commercial Blvd from Pine Island to -Nob Hill Unit Price Total • C2, C5, C9, C 12, C 15 - Replace broken arms $1,950.00 $9,750.00 • C6, C7, C8, C13 - Straighten leaning poles $1,750.00 $7,000,00 Commercial Blvd. From State Road 7 to NW 32st avenue • WC I 1 & WC 25 - Install complete replacement pole $6,850.00 $13,700.00 State. Road 7 from Prospect to south of Comttiercial Blvd. • T7: T8, T 1 11 T 14, T 15, T 17, 'f 18,T21, T24, '1727, TZ 8, 'T29 Straighten leaning poles $1,750.00 $21,000.00 • T10 - Replace fixture $810.00 $810.00 McNab Road from Pine Island to University Drive • M34 - Replace fixture $810.00 $810,00 University Drive from McNab Road to Commercial Blvd. • W44 - Straighten leaning poles $1.,750.00 $1,750.00 • 662 - Replace fixture $810.00 $810.00 University Drive form Southgate Blvd. To McNab Road • W34 - Replace fixture $810.00 $810.00 Please feel free to call n1e at (954) 587-6760 should you have any questions or require further information. Sincerely, --Z Kevin J. Nuss, Vice President Florida Electric Contracting Service, Inc. License #ER0015484 I,:\Data\WP\C ITYDUC'.5\ I AMA RACTROPOSAI Mlurrieane Wilma Svccl l.ighB.pro,kevin.wVO