Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-0801 1 and Temp. Reso. #10963 May 3, 2006 Revision #1 — May 10, 2006 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2006- -aO A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID NUMBER 06-15B TO HORIZON SIGNAL TECHNOLOGIES, INC., FOR THE PURCHASE OF TEN (10) TRAILER MOUNTED EMERGENCY PORTABLE TRAFFIC SIGNALS, INCLUDING THE OPTIONAL LEFT HAND TURN SIGNAL INDICATORS TO PROVIDE FOR TRAFFIC SAFETY, AUTHORIZING AN EXPENDITURE IN AN AMOUNT NOT TO EXCEED $137,610.00, PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac is located in a high velocity wind zone; WHEREAS, immediately following a hurricane, power may be interrupted for a long period of time; and WHEREAS, power interruptions may disrupt traffic control, due to damage or loss of power or severe damage to traffic signals; and WHEREAS, it is in the best interest of the City of Tamarac to maintain traffic control at major intersections within the City; and WHEREAS, trailer mounted solar/battery powered portable emergency traffic signals will provide emergency traffic signal devices for traffic control; and WHEREAS, specifications were submitted and bids were solicited to purchase ten (10) emergency portable traffic signals and related equipment, a copy of said bid is included herein as Exhibit "1 "; and Temp. Reso. #10963 May 3, 2006 Revision #1 — May 10, 2006 Page 2 WHEREAS, bids were received on April 19, 2006, from the following bidders, a copy of said bid tab is included herein as Exhibit "2": HORIZON SIGNAL IST INTERNATIONAL R.C. FLAGMAN VER-MAC OMJC SIGNAL, INC. $122,610.00 $154,945.00 $154,980.00 $155,000.00 $1,340,000.00 ; and WHEREAS, Horizon Signal Technologies, Inc., was the lowest responsive and responsible bidder, with a per unit cost of $12,261.00 for each trailer mounted traffic signal and $1,500.00 per unit cost for each optional left turn indicator, for a cost of $122,610.00 for the ten (10) traffic signal units and $15,000.00 for the optional left turn signal indicators, for a total cost of $137,610.00 for all equipment, a copy of said response is included herein as Exhibit "3"; and WHEREAS, funding was appropriated by the City Commission in the FY 06 budget for said purpose; and WHEREAS, the Fire/Rescue Chief and the Purchasing and Contracts Manager recommend that the City award the bid to Horizon Signal Technologies, Inc., for the purchase of ten (10) trailer mounted emergency portable traffic signals with left turn signal indicators; 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 award the bid for ten (10) trailer mounted emergency portable traffic signals with left hand turning signals to Horizon Signal Technologies, Inc., for a total price not to exceed $137,610.00. Temp. Reso. #10963 May 3, 2006 Revision #1 — May 10, 2006 Page 3 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 accept Bid Number 06-15B for the purchase of ten (10) trailer mounted portable emergency traffic signals from Horizon Signal Technologies, Inc., in the amount of $122,610.00, adding ten (10) optional left hand turn signal indicators for an additional $15,000, for a total cost not to exceed $137,610.00. SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. 1 Temp. Reso. #10963 May 3, 2006 Revision #1 — May 10, 2006 Page 4 SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of 2006. BETH FLANSBAUM-TAL BISCO MAYOR ATTEST: MARION S ENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. S/1_s/06 CITY AnDRNEY RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: V/M PORTNER DIST 2: COMM ATKINS-GRAD 1 ;25 DIST 3: COMM. SULTANOF DIST 4: COMM. DRESSLER TR 10963 - EXHIBIT 1 INVITATION FOR BID Bid # 46-15B Emergency Portable Traffic Signal System Issued on behalf of the Fire -Rescue Department City of Tamarac Purchasing Division 7525 NW 88th Avenue Room 108 Tamarac, Florida 33321-2401 (954) 597-3570 SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 752.5 NW 88TH AVENUE TAMARAC, FL 33321 954-597-3570 It is the intent of the City to award this bid to the lowest responsible and responsive Bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of the City. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated, whichever is in the best interest of the City. This solicitation is issued pursuant to the City of Tamarac Code, Chapter 6, "Finance & Taxation", Article V, "Purchasing Procedures", Section 6-141 et seq. completed in ink. The Bidder must initial any erasures or corrections in ink. All bids shall be submitted in the English language. All prices, terms and conditions quoted in the submitted bid shall be expressed in U.S. Dollars, and will be firm for acceptance for sixty (60) calendar days from the date of the bid opening unless otherwise stated by the City. The Bidder preparing a bid in response to this solicitation shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for expenses related to its preparation. GENERAL TERMS AND CONDITIONS 2. BID DEPOSIT These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective Bidders. 1, SUBMISSION OF THE BID The Bidder is directed to deliver sealed bids to the City of Tamarac, Purchasing Division, 7525 N. W. 88th Avenue, Room 108, Tamarac, Florida 33321, no later than the date and time specified on the cover page of this solicitation document. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall become a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified, the Bidder must use the bid form furnished in the bid document. The Bidder is requested to submit one (1) original and two (2) copies of the bid. The original bid must be manually and duly signed In ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All bid forms must be typewritten or When required on the cover page, a bid deposit or bid surety bond in the amount specified shall accompany the bid. Bid deposits shall be in the form of cash, certified check or cashier's check, drawn on a responsible bank doing business in the United States, and shall be made payable to the City of Tamarac. In lieu of a bid deposit, a bid surety provided by a firm licensed to business in the State of Florida shall be provided to the City. Any bid deposits will be returned to the Bidders at the time of contract award. The bid deposit of the successful vendor shall be returned upon receipt of acceptable Performance and/or Payment bonds. 3. BONDING When required by the specification herein, the successful Bidder shall furnish a Performance and Payment bond, and/or Warranty bond, as stated on the cover page of this solicitation, on the City's forms, within fifteen (15) calendar days after notification of contract award. Failure to furnish the required bonds within the time specified may be cause for rejection of the bid and any bid deposit may be retained by the City as liquidated damages. and not as a penalty. Said sum shall be a fair estimate of the amount of damages the City would sustain due to Bidder's failure to furnish said bonds. 4. WITHDRAWAL OF BID Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the Purchasing Office. SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88r" AVENUE TAMARAC, FL 33321 954-597-3570 standard. 12. SAMPLES AND DEMONSTRATIONS When requested, samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the Bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. �FII=TL•I��I:TN1�1:I �71; ITI���L��C•T►1 As a part of the Bid evaluation process, the City may conduct a background investigation including a criminal record check of Bidder's officers and/or employees, by the Broward County Sheriffs Office. Bidder's submission of a bid constitutes acknowledgement of and consent to such investigation. City shall be the sole judge in determining Bidder's qualifications. 14. CONDITIONS OF MATERIALS All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. Successful Bidder shall furnish all guarantees and warranties to the Purchasing Division prior to final acceptance and payment. The warranty period shall commence upon final acceptance of the product. 15. COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 16. SAFETY STANDARDS The Bidder warrants that the product(s) supplied to the City conform with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards, if applicable. 17. PERFORMANCE Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirements of the bid shall be just cause for cancellation of the bid award, notwithstanding any additional requirements enumerated in the Special conditions herein relating to performance based contracting. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 18. INSPECTION The City shall have the right to inspect any materials, components, equipment, supplies, services or completed work specified herein. Any of said items not complying with these specifications are subject to rejection at the option of the City. Any items rejected shall be removed from the premises of the City and/or replaced at the entire expense of the successful vendor. 19. TERMINATION a. DEFAULT In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the. Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. b. TERMINATION FOR CONVENIENCE OF CITY Notwithstanding any additional requirements for performance based contracting contained in the special conditions herein, the final Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88T" AVENUE TAMARAC, FL 33321 954-597-3570 Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' statutory Compensation & Employer's Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shalt commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverage throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per A.M. Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carer will give the City sixty (60) days notice prior to cancellation. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. If the Bidder is to provide professional services under this Agreement, the Bidder must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability insurance. 26. INDEMNIFICATION The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. 27. CLARIFICATION & ADDENDA Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special ConditionsE and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. If, upon review, any material errors in specifications are found, the Bidder shall contact the Purchasing Office immediately. Any inquires, suggestions, requests concerning clarification, or requests for additional information shall be submitted in writing to the Purchasing and Contracts Manager. The City of Tamarac reserves the right to amend this bid prior to the Bid opening date indicated by written addenda. Written addenda shall serve as the sole means of clarification. The City shall not be responsible for oral interpretations given by any City employee or its representative. 28. BID TABULATION Bidders may download the bid tabulation directly from the Internet at htt://www.tamarac.or /De t/fin/ urch/results.html. The City does not notify unsuccessful Bidders of contract awards. Pursuant to Florida Statute Chapter 119, Section City of Tamarac PI------------------- - - --11 -.1 e, . ...... ... .urchasing & Contracts Division 1. 2. 3. GENERAL REQUIREMENTS BID 06-15B MATERIALS, WORKMANSHIP AND COMPATIBILITY INFORMATION All furnished equipment, materials and workmanship shall be of the highest grade in accordance with modern industry practices. The equipment supplied shall be new and unused except for the necessary testing, calibration and transportation. Meets Specification: Deviates: WARRANTY All items furnished in accordance with these specifications shall be covered by the manufacturer's and/or supplier's standard warranty or guarantee on new equipment. The minimum warranty period on new equipment must be for the period specified in the Technical Specifications herein, for all parts and labor. Meets Specification: Deviates: EXCEPTIONS Any exceptions to the component list and specification requirements, or failure to submit requested information will be considered sufficient cause for rejection of a bid. Meets Specification: Deviates: 4. INFORMATION TO BE FURNISHED BY BIDDER Each supplier shall furnish the following information with their bid. Please place a check in each box below to indicate your bid's compliance: A. ❑ Detailed component list. B. ❑ Literature describing the equipment proposed. C. ❑ Operator Training manuals and / or videotapes produced- by a professional production company. D. ❑ Any deviations to these specifications shall be clearly indicated and referenced Failure to provide information concerning any deviations from the specifications may be cause for rejection of the bid. E. ❑ State time for contract Delivery / completion in calendar days: days. City of Tamarac �.-�... --- 7 Purchasing f 017trlCtS DIViS1(ar.. TECHNICAL SPECIFICATIONS BID NO. 06-1 SB Emergency Portable Traffic Signal System 1.0 Introduction 1.1 The Portable Traffic Signal System herein specified is intended for applications resulting from disaster, power failure or other temporary emergency requirements. 1.2 The Emergency Portable Traffic Signal System shall be referred to in this specification as EPTSS. 1.3 The EPTSS shall be trailer mounted with a retractable mast arm equipped with signal heads sufficient to control four traffic phases (typical intersection). The unit shall also be capable of adding a separate and exclusive turn phase function as an option. 2.0 Trailer Specs: 2.1 The EPTSS trailer shall be capable of accommodating a retractable vertical upright which can be extended by engaging a power switch. The trailer and all mounted equipment shall be structurally adequate for normal operation in wind velocities typically encountered on the roadway. 2.2 EPTSS trailers shall be equipped with adequate reflectivity on four (4) sides to facilitate placement in intersections. 2.3 EPTSS Main body to measure no more than 5'X 5' excluding mast and tongue. 2.4 Each signal trailer shall be equipped with four stabilizing/leveling jacks, which facilitate ease of deployment and provide sufficient stabilization. 2.5 The EPTSS trailer shall have adequate structural integrity to facilitate lifting and placing the EPTSS trailer as required. 2.6 The EPTSS tow arm must be removable for on site safety 2.7 The EPTSS Trailer must have a locking mechanism for a wheel to prevent theft. 2.8 Each EPTSS trailer to include 50 large DOT cones per unit delivered (36" w/ two reflective bands) (included when delivered). �. .. __..._ . __....... .....__.. _ _.... & ...... acts DrvrSran Gray o. Tar arac Purchasing..... _.... _,.n 5.5 The wireless remote control mode shall not allow the operator to interrupt the preprogrammed all red clearance times in a manner that would create a conflict. 5.6 Shall have the capability of facilitating standby modes of red, red flash and yellow flash mode. 5.7 The operating system shall have an integrated mechanism capable of recording system malfunction including date and time of system failure. This information shall be available in a printable format. 5.8 The operating system shall be equipped with diagnostic capabilities in the event of a system default. The system shall have the capability of identifying the default in a manner that will expedite the return to full operational mode. 6.0 Communications 6.1 The EPTSS must be operated in a manner that will maintain communication and monitoring by a master controller at all times. 6.2 The wireless remote control module shall be operated by utilizing wireless radio link communication. Wireless remote operation shall employ safeguards to ensure conflicting indications cannot occur. It shall also have proper safeguards to prevent the operator from overriding red clearance times. When radio link communication option is utilized clear line of sight must be maintained between EPTSS and the wireless remote control operator. 7.0 Defaults 7.1 Systems shall have the capability of reverting to a red, red flash or yellow flash mode upon system default. 8.0 Service 8.1 The manufacturer of the EPTSS shall maintain a 24-hour technical phone support system to provide support in the event of a system malfunction. 9.0 Warranty 9.1 All EPTSS manufactured parts to be warranted no less than five (5) Years 9.2 All EPTSS Component parts not manufactured by vendor to hold manufacturer warranty. 9.3 Inasmuch as the units may be first generation or prototype units, the City requires that if the units do not operate as indicated herein, the City will have the right to require the manufacturer to remove the units at no additional cost to the City. City ufT�n�..rPurch ,mJ & Contracts Dfvrsiari .. _......... ....... ._. BID FORM BID NO. 06-15B EMERGENCY PORTABLE TRAFFIC SIGNAL SYSTEM Submitted by: THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88t" Avenue Tamarac, Florida 33321 Date 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. Bidder will sign and submit the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. City of Tamarac BID FORM (continued) BID NO. 06-I SB Purchasing ._ ivis.G...i ,.. The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. Authorized Signature Typed/Printed Name Telephone Fax Company Name Address City, State, ZIP Federal Tax ID Number Email address for above signer (if any) Contractor's License Number or 7 y sing and ConN,,icts Division .Cit ,.nt Tamarac _—...__.. _ Purchasing BIDDER'S QUALIFICATION STATEMENT The. undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company Address City State Zip Telephone Fax Number 1. How many years has your organization been in business under its present name? Years 2, If Vendor is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: 3. Under what former name(s) has your business operated? List former address(es) of that business (if any). 4. Are you Certified? Yes ❑ No ❑ If Yes, attach copy of Certification 5. Are you Licensed? Yes ❑ No ❑ If Yes, attach copy of License 6. Has your company ever declared bankruptcy? Yes ❑ No ❑ If Yes, explain: 7. Are you a Sales Representative ❑ Distributor ❑ Broker ❑ or Manufacturer ❑ of the commodities/services bid upon? 8. Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes ❑ No ❑ If yes, explain (date, service/project, bid title etc.) 9. Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No ❑ If yes, explain: 10. Have you ever been debarred or suspended from doing business with any governmental entity? Yes ❑ No ❑ If yes, explain: ------_..Perna ..._....�_._..—..-�.-.._._.....__..-...._......._.._,------'_..._.., .. �.,.__...r 1 of 1 Airtrlar'.G Otialifir:atinn Statement - Purchasing & Coniracts brvraion^rtY of ..... ............. _.......... ....._ CERTIFIED RESOLUTION I, (Name), the duly elected Secretary of (Corporate Title), a corporation organized and existing under the laws of the State of , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (Name)", the duly elected (Title of Officer) of (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in, writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE Given under my hand and the Seal of the said corporation this (SEAL) NOTE: SIGNATURE day of , 20—. Secretary Corporate Title The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. Page 1 of 1 Certified Resolution nf Tamarac.,,. _. Purchasing Contracts Dfvisit� r City .�. VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1,.1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about .the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contenders 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 that five (5) days after each conviction. 5. Impose a section 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. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Authorized Signature Company Name Page 1 of 7 Drug -Free Workplace City of Tamarac Purchasing&Ccnir cis Divivon __ _ ...--_.. ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of On this the day of , 20 , before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 1 of 2 Non -Collusive Affidavit City of --. m rr Purchasing. & Contracts Gi_vi..s.ron ... ......._ . ....._... ....._ ... _.._... ._. ... .. 7. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts led by a public entity or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members and agents who are active in management of an entity. 8. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) ❑ Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity were charged with and convicted of a public entity crime after July 1, 1989. ❑ The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity was charged with and convicted of a public entity crime after July 1, 1989. ❑ The entity submitting this sworn statement, or one of its officers, director, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or the affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH (ONE) ABOVE, IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (Signature) (Date) a� Tart City of Tamarac err "Committed to Excellence ... Always" Purchasing and Contracts Division ADDENDUM NUMBER 1 BID NO. 06-1513 PORTABLE EMERGENCY TRAFFIC SIGNALS BID OPENING DATE & TIME: April 19, 2006, 4:00 P.M. DATE OF ADDENDUM: April 10, 2006 Proposers are hereby notified that this Addendum shall be made part of the above named Request for Proposal document. Please sign where indicated on the next page and submit with your proposal. The following questions have been received regarding this bid: 1. Q. When is delivery required? A. No later than the August 1, 2006. 2. Q. Do manuals and component lists have to be included with the bid response? A. No, these items must be included at the time the equipment is delivered. 3. Q. is there a special type of controller needed? A. We have not specified a specific controller, but the controller must fully support up to a 4 head corner. 4. Q. What is the remote function needed, and what basic functionality is required? A. The remote function is to be available for manual operation by law enforcement personnel to provide manual intersection control as needed. The user should be able to remotely change the lights (RED, YELLOW AND GREEN), and to actuate flashing of all four sides. 5. Q. Section 1.3 of the Technical Specifications states that "The unit shall also be capable of adding a separate and exclusive turn phase function as an option. " Please provide more information. A. The City would like the option of specifying if a turn signal is needed or not. The price for the signal should provide for the unit without the turn signal. Please provide the turn signal as an option. An amended bid form is included herein. 7525 NW 88th Avenue 2 Tamarac, Florida 33321-2401 5 (954) 597-3570 0 Fax (954) 597-3565 0 www.tamoraC.org y City of ramara PUichasing &Contracts Division ......._ .... -_..........._... 12. Q. Section 1.0 of the Technical Specifications -- Introduction Item 1.3 it states that the signal heads shall be sufficient to control 4 traffic phases. Then it states "also capable of adding an exclusive left turn phase function as an option." Is this left turn option 1 additional signal display with a left turn green arrow... -so now you have 4 signal balls aligned vertically for each direction? If this is correct then does the left tum "Green arrow" just turn OFF when the left turn time expires or is there an LED light on the market that turns all three colors, green amber and red? A. If an optional left turn signal functionality is purchased, there will be 4 signal balls aligned vertically in each direction. The City will permit a design where the "green arrow" will turn off when the left turn time expires, however, it would be preferred, but not required, to provide an LED light that will turn green, amber and red. The City reserves the right to purchase additional quantities of units at the time of contract execution. In addition, the City requests that the Contractor make units available for other members of the Southeast Florida Governmental Purchasing Cooperative and other governmental units within the State of Florida. Pricing for the original order shall be the basis for contract award. Please find attached, an updated Bid Form document. There are no other changes to this bid. Please bid accordingly. If you have any questions regarding this addendum, please call (954) 597-3567. Sincerely, t' a Keith K. Glatz, CPPO Purchasing & Contracts Manager Acknowledged: Date: co N Q Z N U LL u_ H U Z W C7 W rE W W a m a �c 0 IL N m W TR 10963 - EXHIBIT 3 SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88T" AVENUE TAMARAC, FL 33321 954-597-3570 INVITATION FOR BID Bidder Acknowledaement AID NO.: 06-1SB BID TITLE: Emergency Portable Traffic Signal System glp OPENING DATE/TIME: April 19, 2006, 4:00 P.M. EWYER NAME: Keith K. Glatz, CPPO BUYER PHONE: 954-597-3667 BUYER EMAIL: keithg@tamarac.org pFZE-BID CONFERENCE/SITE INSPECTION: None 13ONDING: Not required for this bid. GENERAL CONDITIONS -THESE INSTRUCTIONS ARE STANDARD FOR ALL BIDS FOR COMMODITIES/SERVICES ISSUED BY THE CITY OF TAMARAC. THE CITY OF TAMARAC MAY DELETE, SUPERSEDE OR MODIFY ANY OF THESE STANDARD INSTRUCTIONS FOR A PARTICULAR BID 13y INDICATING SUCH CHANGE IN THE INSTRUCTIONS TO BIDDERS OR IN THE SPECIAL CONDITIONS OF THE BID. ANY AND ALL SPECIAL CONDITIONS THAT MAY VARY FROM THESE GENERAL CONDITIONS SHALL PREVAIL OVER ANY CONFLICTING PROVISION WITHIN ANY VENDOR'S STANDARD TERMS AND CONDITIONS REGARDLESS OF ANY LANGUAGE IN VENDOR'S DOCUMENTATION TO THE CONTRARY. SEALED BIDS THIS FORM SHOULD BE EXECUTED AND SUBMITTED WITH ALL I31D FORMS IN A SEALED ENVELOPE. THE FACE OF THE ENVELOPE SHALL CONTAIN THE ABOVE ADDRESS, THE BID NUMBER AND THE BID TITLE. BIDS NOT SUBMITTED ON THE ATTACHED BID FORM MAY BE DEEMED NON -RESPONSIVE. ALL BIDS ARE SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. THOSE BIDS THAT DO NOT COMPLY WITH THESE CONDITIONS MAY BE DEEMED NON -RESPONSIVE. BIDDER COMPANY NI COMPANY ADDRESS: COMPANY PHONE: \ - - act _ �- NAME OF AUTHORIZED AGENT: J ►�_� \�,,,,,,} TITLE OF AUTHORIZED AGENT: '3\ AUTHORIZED AGENT EMAIL ADDRESS: BIDDER TAXPAYER ID OR SOCIAL SECURITY NUMBER: a 3 -• O'R SIGNATURE OF AUTHORIZED AGENT: Ci v of Tamarac 4 3 4. 11 GENERAL REQUIREMENTS BID 06-158 MATERIALS, WORKMANSHIP AND COMPATIBILITY INFORMATION All furnished equipment, materials and workmanship shall be of the highest grade in accordance with modern industry practices. The equipment supplied shall be new and unused except for the necessary testing, calibration and transportation. Meets Specification: Deviates: WARRANTY All items furnished in accordance with these specifications shall be covered by the manufacturer's and/or supplier's standard warranty or guarantee on new equipment. The minimum warranty period on new equipment must be for the period specified in the Technical Specifications herein, for all parts and labor. Meets Specification: Deviates: EXCEPTIONS Any exceptions to the component list and specification requirements, or failure to submit requested information will be considered sufficient cause for rejection of a bid. Meets Specification: Deviates: INFORMATION TO BE FURNISHED BY BIDDER Each supplier shall furnish the following information with their bid. Please place a check in each box below to indicate your bid's compliance: A. ❑ Detailed component list. B. [ Literature describing the equipment proposed. Q. ❑ Operator Training manuals and / or videotapes produced by a professional production company. D. ❑ Any deviations to these specifications shall be clearly indicated and referenced Failure to provide information concerning any deviations from the _specifications may be cause for rejection of the bid. E. State time for contract Delivery / completion in calendar days:'� days. City of Tamarac PUrcha in,q $ C. r; ravc-lt? 5. DEVIATIONS FROM SPECIFICATIONS Any deviations from the specifications contained herein shall be fully described and checked as instructed. Failure to note or describe any deviations will be considered sufficient cause for rejection of the proposal. Please use additional sheets if necessary. {� n TECHNICAL SPECIFICATIONS BID NO. 06-1 SB Emergency Portable Traffic Signal System 1.0 Introduction 1.1 The Portable Traffic Signal System herein specified is intended for applications resulting from disaster, power failure or other temporary emergency requirements. 1.2 The Emergency Portable Traffic Signal System shall be referred to in this specification as EPTSS. 1.3 The EPTSS shall be trailer mounted with a retractable mast arm equipped with signal heads sufficient to control four traffic phases (typical intersection). The unit shall also be capable of adding a separate and exclusive turn phase function as an option. 2.0 Trailer Specs: 2.1 The EPTSS trailer shall be capable of accommodating a retractable vertical upright which can be extended by engaging a power switch. The trailer and all mounted equipment shall be structurally adequate for normal operation in wind velocities typically encountered on the roadway. 2.2 EPTSS trailers shall be equipped with adequate reflectivity on four (4) sides to facilitate placement in intersections. 2.3 EPTSS Main body to measure no more than 5'X 5' excluding mast and tongue. 2.4 Each signal trailer shall be equipped with four stabilizing/leveling jacks, which facilitate ease of deployment and provide sufficient stabilization. 2.5 The EPTSS trailer shall have adequate structural integrity to facilitate lifting and placing the EPTSS trailer as required. 2.6 The EPTSS tow arm must be removable for on site safety 2.7 The EPTSS Trailer must have a locking mechanism for a wheel to prevent theft. 2.8 Each EPTSS trailer to include 50 large DOT cones per unit delivered (36" w/ two reflective bands) (included when delivered). 3.0 Signal/Display Requirements 3.1 The EPTSS shall meet the physical display and operational requirements of conventional traffic signals as specified in Part IV of the Manual on Uniform Traffic Control Devices (MUTCD). 3.2 Signal Heads shall be black in color. The signal heads shall be equipped with 8 inch minimum diameter LED indications, conforming to ITE Specification "Vehicle Traffic Control Signal Heads" and NEMA Standards TS1 and TS2. 3.3 The EPTSS shall be equipped with three ball indications (red, amber, green). Signal heads shall be equipped with visors which extend beyond the signal head a minimum of 8 inches. Optional left•turn arrow component shall also provide for three indications (red, amber, green) 3.4 The signal heads shall be mounted to a vertical upright with a minimum height capacity of 8 ft. measured from the bottom of the green indication to the road surface. 4.0 Power Source 4.1 Each EPTSS Trailer shall be equipped with batteries sufficient to operate the signal for a minimum of 14 days without charging. 4.2 The charging system shall include 20 watts (minimum) of solar collection capability and an onboard battery charger capable of being used with a 110 volt power source. 4.3 The EPTSS shall be designed to facilitate battery replacement without interruption of the signal operation. 5.0 Other requirements: 5.1 The EPTSS shall have the capability of being operated in a fixed time or wireless remote control mode. 5.2. The EPTSS Remote will be a single remote controlling all four sides of operation. 5.3 Fixed time mode operation option must include the ability to provide a minimum of five automatic signal timing changes within a 24-hour period. 5.4 The operating system shall have the ability to control a minimum of 8 traffic phases. Programmable green times from 3 second to 250 seconds and red times from 1 second to 250 seconds in 1 second increments shall ti 5.5 The wireless remote control mode shall not allow the operator to interrupt the preprogrammed all red clearance times in a manner that would create a conflict. 5.6 Shall have the capability of facilitating standby modes of red, red flash and yellow flash mode. 5.7 The operating system shall have an integrated mechanism capable of recording system malfunction including date and time of system failure. This information shall be available in a printable format. 5.8 The operating system shall be equipped with diagnostic capabilities in the event of a system default. The system shall have the capability of identifying the default in a manner that will expedite the return to full operational mode. 6.0 Communications 6.1 The EPTSS must be operated in a manner that will maintain communication and monitoring by a master controller at all times. 6.2 The wireless remote control module shall be operated by utilizing wireless radio link communication. Wireless remote operation shall employ safeguards to ensure conflicting indications cannot occur. It shall also have proper safeguards to prevent the operator from overriding red clearance times. When radio link communication option is utilized clear line of sight must be maintained between EPTSS and the wireless remote control operator. 7.0 Defaults 7.1 Systems shall have the capability of reverting to a red, red flash or yellow flash mode upon system default. 8.0 Service 8.1 The manufacturer of the EPTSS shall maintain a 24-hour technical phone support system to provide support in the event of a system malfunction. 9.0 Warranty 9.1 All EPTSS manufactured parts to be warranted no less than five (5) Years 9.2 All EPTSS Component parts not manufactured by vendor to hold manufacturer warranty. 9.3 Inasmuch as the units may be first generation or prototype units, the City requires that if the units do not operate as indicated herein, the City will have the right to require the manufacturer to remove the units at no additional cost to the City. COMPANY NAME: (Please Print): are Zon ilnw 1. i"4k, 0 110elf, e �n c Phone: f 9 00 - a ~ �� °� Lo . _ _._ _ Fax: o L: "7 - 51 BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... D1 Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. [� 2 + Properly fill out the Bid Form. LT S• Fill out and sign the Non -Collusive Affidavit and have' it properly notarized. [3 4 • Sign the Certification page. Failure to do so will result in your Bid being deemed non -responsive. 35 Fill out the Offeror's Qualification Statement. [3 6 Fill out the References page. L� Sign the Vendor Drug Free Workplace Form. E3 8 Fill out the List of Subcontractors. [a9 Fill out and sign the Certified Resolution. 10. Submit ONE (1) Original AND TWO (2) Photocopies of your bid, clearly marked with the BID NUMBER AND BID NAME on the outside of the package. Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. Failure to provide the requested attachments may result in your bid being deemed non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. BID FORM BID NO.06-15B EMERGENCY PORTABLE TRAFFIC SIGNAL SYSTEM Submitted by: _ J�},,..�s �• vti e r THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 881' Avenue Tamarac, Florida 33321 Date q / 7 OLv 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. Bidder will sign and submit the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. c(Tor,ierac PUq'cikat;.'rg & .'.:r;; ?l';3 BID FORM (continued). BID NO. 06-15B (REVISED PAGE -- 4/10/06) The City of Tamarac is hereby requesting Bids, from qualified vendors, to provide emergency portable traffic signal systems for use in an emergency situation where traditional traffic signals are inoperable We propose to furnish the following in conformity with the specifications and at the prices indicated below. Said bid prices have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder upon successful completion of its obligation as specified in the contract documents. Description Quantity Unit Price Total Cost Emergency Portable. Traffic Signal System as specified in 10 EA $ La /. 00 $ /�,�, to /0 • va Technical Specifications Herein. Option; Left Turn Signal EA $ /,57 • t� Indicator Company Na JAB 13 �- l-k4� Print Name Above sign 's em ' dress (if any) Gar - /� , " r- � horized Signature Titl (o l b '- a s Co ~ -7S5 Direct Phone Number BID FORM (continued) BID NO. 06-I SB The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. A orized Signature Company Na e Aga Typed/Printed Name Address l- bco _ 5a Telephone Fax Loa — Email Z-a n Sr' �- addrp s for signer (if any) �►-n �� nzy City, State, ZIP Federal Tax ID Number Contractor's Number BID FORM (continued) BID NO.06-15B Bidders Name: Ab r► Zw h 5; cen,- l l �c li rie /ate �'� s . Z v V TERMS: % (percent discount, If any, if payment made within DAYS; otherwise, terms are NET 30 days. Delivery/completion: o- cacalendar days after receipt of Notice to Proceed or Purchase Order, whichever is applicable for this project. To be considered eligible for award, one (1) original and three (3) copies of this bid form should be submitted with the Bid. Copies must be provided within 3 business days of City's request. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder, as evidenced by completion of the Certified Resolution form contained herein (or acceptable Corporate _Resolution) may be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. M BIDDER'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company 140rk an Address Lr e_ Aed City State Zip Telephone Fax Number /o- 6; 7 - / a 3 1. How many years has your organization been in business under its present name? 7 Years 2. If Vendor is operating under Fictitious Nanle, submit evidence of compliance with Florida Fictitious Name Statute: N 19 3. Under what former name(s) has your business operated? A List former address(es) of that business (if any). 4. Are you Certified? Yes ❑ No S-Kes, attach copy of Certification V 5. Are you Licensed? Yes ❑ No [-Yes, attach copy of License A/A 6. Has your company ever declared bankruptcy? Yes ❑ No [--� . If Yes, explain: 7. Are you a Sales Representative ❑ Distributor ❑ Broker ❑ or Manufacturer [� of the commodities/services bid upon? 8. Have you ever received a contract ou purchase order from the City of Tamarac or & other governmental entity? Yes ryo ❑ If yes, explain (date, service/project, bid title etc.) /t� A /7 d,4r Zun - e,. %u.�nvl �� Inc . a' Ca n �I .1 1 If T—,_ A._. .1_ 1_ __L dGhw" -057� a Have you ever received a complaint on a contract or bid awarded governmental entity? Yes ❑ No E f yes, explain: to you by any 10. Have you ever been debarred or suspended from doing business with any governmental entity? Yes ❑ No Dlff yes, explain: 0 REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name >-. .1r4 Address .. ..... .. . .......... .... ......__t_%....___. - City State Zip Phone/Fax I - Soo - ys-4 - ff7 J7 _Lof 3 E-mail 4, Agency/Firm, Name: .... .... ..... .... . .. . Address CityState Zip ... ... . .... ... ........ . ......... ....... . . ........ ..... .. ... ... ........ . . Phone/Fax Contact Name .. .. ........... ....... .... Agency/Firm Name: .. ..... ... on . ... .......... . Address q00 4-k,- City State Zip ------------- Phone/Fax -7 - Contact Name ----- --- ----------- -- - --- Agency/Firm Name: .. .... ...... Address City State Zip ;�f 7-79 Phone/Fax Jo. Contact Name . .... . . ..... . ......... . . Agency/Firm Name: - A, ... ...... . ... ............ ..... . .. Address /700 .......... City State Zip 'P" I V-4 Phone/Fax 2 Contact Name .. . . ......... ... . .............. F CERTIFIED RESOLUTION I Albert v er (Name), the duly elected Secretary of Horizon Limial )Losgorporate Title), a corporation organized and existing under the laws of the State of Pgnm Lva_1a __ , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT Albert Voelwimer (Name)", the duly elected Secretary (Title of Officer) of Horizon Sigial Technologies),Inc. (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE SIGNATURE Albert V President CEiJ Albert Vodrimer CFO Given under my hand and the Seal of the said corporation this _Ly __ day of (SEAL) By 4� Secretary 140rizar► Sisal Technol ies, Inc, Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE B.ID We (1), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. INDICATE WHICH TYPE OF ORGANIZATION BELOW. INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION [" OTHER ❑ . If "Other", Explain: orized Signature Company Nam Typed/Printed Name Address / - e00 - a'Sc�- - F7 9 c. Telephone (pia- �d7- Si�3 Fax Aol-izat S" & e 0v. com Email addres6 for ab v signer (if any) k a /uer-rt PY 3 SS City, State, ZIP a3-- a9J / Cu Federal Tax ID Number Number i VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section.287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDEN ICAL TIE @IDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the state orervices ba bid received from apolitical lvision basin sos that r the procurement of commodities or contractual certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation,and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section 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. fi. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. yu/i J/' /� Zn ;6Z_ horized Signature Company Na e NON -COLLUSIVE AFFIDAVIT State of E6r, - ei )ss. County of Oro GIe,� BEING FIRST DULY SWORN, DEPOSES AND SAYS THAT: 1. He/she is the 14a t n 7 1_ , (Owner, Partner, Officer, Representative or Agent) OV IV the Offeror that has submitted the attached Proposal; 2. Helshe is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. net', seal d and deli red in the presence of: Iness qL By -� r Printed Name IIM177 ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Flori a County of On this the day of , 20A before me, the undersigned Notary Public of the State of Florida, pens ally appeared JAs u and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NO U L OF FLORIDA NOTARY PUBLIC NOTARY PUBLIC -STATE OF FLORID_ 61A� 6 !' (it SEAL OF OFFICE: Clayton Lee Cambli Commission # DD464986 (N me of Notary Public: Print, Expires: AUG, 23, 2009 Stamp, or Type as Commissioned) Bonded Thru Adan¢c Bonding Co., Inc, ❑ Personally known to me, or O\PIva"'vc- roduced identification: t1 S QL (Typ of Identification Produced) ❑ DID take an oath, o0qID NOT take an oath SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted with Bid, Proposal or Contract No. L, — / to the City of Tamarac for %r �wr 2. This sworn statement is submitted by (Name of enti submitting sworn tement) Federal Employer Identification Number (FEIN) (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 3. My name is� (Print name of individual signing) My relationship to the entity named above is �e 10nwlSAIK2 A'C 4_ 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services, any lease for real properly, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Sta ute , means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entity of a plea of guilt or nolo contenders. 6. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: a. A predecessor or successor of.a person convicted of a public entity crime: or b. An entity under the control of any natural person who is active in the .management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners,, shareholders, employees, members, and agents who are active in the management of an affiliate. The owner by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 0 211 .'o-� i. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florid Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts led by a public entity or which otherwise transacts or applies to transact business with a public entity. The term person includes those officers, directors, executives, partners, shareholders, employees, members and agents who are active in management of an entity. 8. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity were charged with and convicted of a public entity crime after July 1, 1989. ❑ The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity was charged with and convicted of a public entity crime after July 1, 1989. ❑ The entity submitting this sworn statement, or one of its officers, director, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or the affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order.) 1 UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH (ONE) ABOVE, IS FOR. THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FL RI A STATUj0 FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. r i (sign tune) � a4 (Date) ACKNOWLEDGMENT State of Flori a County of &D cv," C� On this the le day of r� , 2006 before me, the undersigned Notary Public of the State of Florida, perso ally appeared -- � �►_�.� � � . �rn ,...__ ,... ,and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY pUBLIC•STATE OF FLORIDA Clayton Lee Camblin Commission # DD464986 Mires: AUG. 23, 2009 Bonded Ttuu Atlantic BondingInc' PUBLIC, STATE OF FLORIDA (N me of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or Produced identification: On', 06 (Type ofdentification Produced) ❑ DID take an oath, ovIQDID NOT take an oath Purchasing and Contracts Division City of Tamarac "Committed to Excellence... Always" ADDENDUM NUMBER 1 BID NO. 06-1 SB PORTABLE EMERGENCY TRAFFIC SIGNALS BID OPENING DATE & TIME: April 19, 2006, 4:00 P.M. DATE OF ADDENDUM: April 10, 2006 Proposers are hereby notified that this .Addendum shall be made part of the above named Request for Proposal document. Please sign where indicated on the next page and submit with your proposal. The following questions have been received regarding this bid: 1. Q. When is delivery required? A. No later than the August 1, 2006, 2. Q. Do manuals and component lists have to be included with the bid response? A. No, these items must be included at the time the equipment is delivered. 3. Q. Is there a special type of controller needed? A. We have not specified a specific controller, but the controller must fully support up to a 4 head corner. 4. Q. What is the remote function needed, and what basic functionality is required? A. The remote function is to be available for manual operation by law enforcement personnel to provide manual intersection control as needed. The user should be able to remotely change the lights (RED, YELLOW AND GREEN), and to actuate flashing of all four sides. 5. Q. Section 1.3. of the Technical Specifications. states that "The unit shall also be capable of adding a separate and exclusive turn phase function as an option. " Please provide more information. A. The City would like the option of specifying if a turn signal is needed or not. The price for the signal should provide for the unit without the turn signal. Please provide the turn signal as an option. An amended bid form Is included herein. 6. Q. Section 5.4 of the Technical Specifications states that ' "the operating system shall have the ability to control a minimum of 8 traffic phases." Please provide more detailed information. A. We require the capability for a self-contained four-way traffic signal and four optional turn signals. 7. Q. Section 3.1 of the Technical Specifications states that "the EPTSS shall meet the physical display and operational requirements of conventional traffic signals as specified in Part IV of the Manual on Uniform Traffic Control Devices (MUTCD). " For the controller, is the unit required to fully comply with MUTCD . . . in the way of programming standard fixed systems, or in a manner to just "get the job done"? A. The City is looking to achieve the performance necessary to "get the job done." 8. Q. Will the unit be used in a 2 or 3 or 4 comer setting, or just 4 corner? A. The unit will be placed in the center of an intersection to maintain traffic control after a storm event, when no power and/or conventional signals are available. 9. Q. Section 3.0 of the Technical Specifications -- Signal Display Requirements: 3.3 — "Optional left turn arrow component shall also provide for three indications (red, amber and green)". Please clarify in detail what the signal head looks like and how left tum arrow component provides for three indications red, amber and green? A. The City would prefer a single turn signal unit for the left turn signal, that provides red, amber and green indications without need for separate signal heads, however, the City will accept a single phase on/off green left turn signal. 10. Q. Section 4.0 of the Technical Specifications — Power Source: 4.1 and 4.2 — states that the system should be "...equipped with batteries sufficient to operate the signal for a minimum of 14 days without charging." Are the "14 days without charging" calculated while the solar panels are operational and the charging referred to here is when utilizing the onboard battery charger? A. The solar panels are used to enhance the battery power, however, the batteries should be capable of sustaining for 14 days without the need for the solar panel. 11. Q. Section 5.0 of the Technical Specifications --Other Requirements: Item 5.4 — '...have the ability to control a minimum of 8 traffic phases." Are these 4 traffic phases as per a typical intersection plus 4 left turn phases? 12. Q. Section 1.0 of the Technical Specifications -- Introduction Item 1.3 it states that the signal heads shall be sufficient to control 4 traffic phases. Then it states "also capable of adding an exclusive left turn phase function as an option." Is this left turn option 1 additional signal display with a left turn green arrow....so now you have 4 signal balls aligned vertically for each direction? If this is correct then does the left turn "Green arrow" just turn OFF when the left turn time expires or is there an LED light on the market that turns all three colors, green amber and red? A. If an optional left turn signal functionality is purchased, there will be 4 signal balls aligned vertically in each direction. The City will permit a design where the "green arrow" will turn off when the left turn time expires, however, it would be preferred, but not required, to provide an LED light that will turn green, amber and red. The City reserves the right to purchase additional quantities of units at the time of contract execution. In addition, the City requests that the Contractor make units available for other members of the Southeast Florida Governmental Purchasing Cooperative and other governmental units within the State of Florida. Pricing for the original order shall be the basis for contract award. Please find attached, an updated Bid Form document. There are no other changes to this bid. Please bid accordingly. If you have any questions regarding this addendum, please call (954) 597-3567. Sincerely, Keith K. Glatz, CPPO Purchasing & Contracts Manag Acknowledged:. Date: I-1 -7- G Co