HomeMy WebLinkAboutCity of Tamarac Resolution R-98-294Temp. Reso. #8365
Page 1
September 4, 1998
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-98 .�
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO AWARD BID NO. 98-
31B TO JENED ELECTRICAL CONTRACTING, INC. FOR
THE RETROFIT OF CITY HALL PARKING LOT LIGHTS;
AUTHORIZING AN EXPENDITURE IN AN AMOUNT NOT TO
EXCEED $32,201; PROVIDING FOR CONFLICTS;
PROVIDING FOR SEVERABILITY; AND PROVIDING FOR
AN EFFECTIVE DATE.
WHEREAS, the parking lot lights at City Hall have repeatedly failed as a result of
water infiltration into the fixtures; and
WHEREAS, the current light fixtures were custom made and replacement parts are
not readily available; and
WHEREAS, an adequately illuminated parking area is required for enhanced
safety of employees and visitors; and
WHEREAS, the Public Works Department determined that the replacement of the
existing lights is the most cost effective long term solution; and
WHEREAS, the City of Tamarac publicly advertised Bid No. 98-31 B for the retrofit
of City Hall Parking Lot Lights, attached hereto as Exhibit 1; and
WHEREAS, on July 22, 1998 three (3) bids were opened and reviewed in order to
determine cost and responsiveness to the City's technical specifications; and
WHEREAS, the result of the bid opening were as follows:
Jened Electrical Contracting, Inc...........................$32,201
Davco Electrical Contractors Corp . .......................$35,949
Advanced Energy Management Corp . ................. $43,525
Temp. Reso. #8365
Page 2
September 4, 1998
WHEREAS, Jened Electrical Contracting, Inc., submitted the lowest responsive and
responsible proposal; and
WHEREAS, funding was appropriated by the City Commission in the General Fund,
in Fiscal Year 1997, for said purpose; and
WHEREAS, the Public Works Director, Purchasing/Contracts Manager, and Public
Works Operations Manager recommend that the City utilizes Jened Electrical Contracting,
Inc., to retrofit City Hall parking lot lights; 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 retrofit
of City Hall Parking Lot Lights to Jened Electrical Contracting, Inc.
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 award of Bid #98-31 B to Jened Electrical Contracting, Inc.,
in the amount of $32,201 is HEREBY authorized.
SECTION 3: The City Manager or his designee is HEREBY authorized to
approve change orders in the amount not to exceed $3,220 which represents ten (10)
percent of the contract amount.
SECTION 4: The City Manager or his designee is HEREBY authorized to
close the bid award, including but not limited to making final payment and releasing of
funds upon the satisfactory completion of work.
SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are
Temp. Reso. #8365
Page 3
September 4, 1998
hereby repealed to the extent of such conflict.
SECTION 6: 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 7: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this day of 1998.
ATTE T:
CAROL(OLD, CMC/AAE
CITY CLERK
I HEREBY CERTIFY that I
roved this
' LUTION a to
L
MITCHELL SLKRAI
CITY ATTORNEY
WWI it
_7JOE SCHREIBER
O-
RECORD OF COMMISSIOI VOTE
MAYOR SCHREIBER / . , o
DIST 1: COMM. MCKAYE
DIST 2: WM MISHKIN
DIST 3: COMM. SULTANOF
DIST 4: COMM. ROBERTS
U:\adm correspondence\agenda\8365RES-City Hall Parking Lot lights
Exhibit 1
TEMP. RESO. No. Z 5
INVITATION TO BID
U
El
0' 1*
TA
BID # 98-31B
CITY HALL PARKING LOT LIGHTING RETROFIT
CITY OF TAMARAC
7525 NW 88TH AVENUE
TAMARAC, FLORIDA 33321-2401
of TAtiJq
•
R,oP ® City of Tamarac
Finance Department, Purchasing Division
7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401
Telephone: (954) 724-2450 Facsimile (954) 724-2408
Itanley D. Hawthorne
Director of Finance
Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac,
Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue,
Tamarac, Florida 33321-2401 until Wednesday, July 22,1998 at 2:00 p.m., at which time
bids will be publicly opened and announced for:
CITY HALL PARKING LOT LIGHTING RETROFIT
All bids received after the date and time stated above will be returned unopened to the
Bidder. All Bidders are invited to attend the opening.
One original and two copies (2) of the bid shall be submitted on an official bid form
furnished with the bid package and those submitted otherwise will not be considered
responsive. The submittal shall be plainly marked "Bid No. 98-31 B, CITY HALL
PARKING LOT LIGHTING RETROFIT opening July 22, 1998 at 2:00 p.m." on the
outside of the envelope.
A mandatory Pre -Bid Conference will be held on Wednesday, July 15, 1998 at 10:00
a.m., in the City Hall Conference Room, Room One (1), 7525 NW 88th Avenue,
Tamarac, Florida. A 5% bid bond must be submitted with each bid. Payment and
performance bonds will be required prior to execution of the contract.
The work performed consists of the Contractor furnishing all labor, materials, tools, and
equipment necessary as indicated in the specifications. The City reserves the right to
accept or reject any or all bids, or any part of any bid, to waive any informalities, and to
award in the best interest of the City of Tamarac.
Bid documents will be available for review and may be obtained from the Purchasing Office
at the above address. For inquiries, contact the Purchasing Office at (954) 724-2450.
da, f c
OA&V'--
Xyn S. Flurry, CPPO
Purchasing and Contracts Manager
Publish Sun Sentinel: Sunday, 7/07/98 & Sunday, 7/14/98
UAI9N BID1W31 819&31 B.doc 1
Equal Opportunity Employer
INSTRUCTIONS TO BIDDERS
BID NO.98-31 B
CITY HALL PARKING LOT LIGHTING RETROFIT
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 of Tamarac. The City reserves the right to award the bid on a split order basis,
lump sum or individual item basis unless otherwise stated.
GENERAL TERMS AND CONDITIONS
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's
Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321,
ON: Wednesday, July 22, 1998, no later than 2:00 PM. At this time the bids will be
opened, the names of all Bidders will be announced and all bids shall be 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 City 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 packet. Bidders
are required to state exactly what they intend to furnish to the City via this Solicitation and
must indicate any variances to the terms, conditions and specifications of this bid, no
matter how slight. If variations are not stated in the bid, it shall be construed that the
Bidder's bid fully complies with all conditions identified in this bid. The Bidder shall 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 quotations must be typewritten
or filled in with pen and ink. Bids having erasures or corrections must be initialed in ink by
the Bidder.
All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for
sixty days from the date of the bid opening unless otherwise stated by the City.
UAI M BIDSB-31 MW31 e.doc 2
BONDING: An acceptable Bid Bond, Cashier's Check, or Certified Check payable to the
City of Tamarac in amount not less than 5 % (percent) of the bid, must accompany the
bid. Additional bonding may be required in the Special Terms and Conditions of this
invitation. The Bonding must be executed by a surety company authorized to do business
in the State of Florida or secured in a manner satisfactory to the City of Tamarac.
2. 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 City Purchasing
Office.
3. PUBLIC ENTITY CRIMES FORM: A person or affiliate who has been placed on the
convicted vendor list following a conviction for public entity crime may not submit a bid on
a contract to provide any goods or services to a public entity, may not submit a bid on a
contract with a public entity for the construction or repair of a public building or public work,
may not submit bids on leases of real property to 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 for a period of 36 months
from the date of being placed on the convicted vendor list.
4. NON -COLLUSIVE AFFIDAVIT: Each Contractor shall complete the Non -Collusive
Form and shall submit the form with the Proposal. CITY considers the failure of the
Contractor to submit this document to be a major irregularity and may be cause for
rejection of the Proposal.
5. QUANTITIES: Quantities shown are estimates only. No guarantee or warranty is given
or implied by the City as to the total amount that may or may not be purchased from any
resulting contract. The City reserves the right to decrease or increase quantities or add or
delete any item from the contract if it is determined that it best serves the interests of the
City.
6. PRICES, PAYMENTS AND DISCOUNTS: Bid prices shall be fixed and firm to the
extent required under Special Conditions. Payment will be made only after receipt and
acceptance of materials/services. Cash discounts may be offered for prompt payment;
however, such discounts shall not be considered in determining the lowest net cost for bid
evaluation.
Bidders are encouraged to provide prompt payment terms in the space provided on the Bid
Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage
discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is
understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective
on the date that the City receives an accurate invoice or accepts the product, whichever
is the later date. Payment is deemed to be made on the date of the mailing of the check.
UA1998 BIbW-318\9&31B.d= 3
7. DELIVERY: All items shall be delivered F.O.B. destination to a specific City of Tamarac
address. All delivery cost and charges must be included in the bid price. All exceptions
shall be noted. Failure to do so may be cause for rejection of the bid. The City reserves
the right to cancel orders or any part thereof, without obligation if delivery is not made at
the time specified in the bid. Installation shall be completed within 60 days from
purchase order date.
8. BRAND NAMES: Manufacturers' name, brand name, model number or make is used
in these specifications for the sole purpose of establishing minimum requirements of
quality, performance and design.
9. 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.
10. 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.
11. 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.
12. SAFETY STANDARDS: The Bidder warrants that the product(s) supplied to the City
conforms with all respects to the standards set forth in the Occupational Safety and Health
Act and its amendments to any industry standards if applicable.
13. PERFORMANCE: Failure on the part of the Bidder to comply with the conditions,
terms, specifications and requirement of the bid shall be just cause for the cancellation of
the bid award. 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.
UA19W 81D%"1 BW"1 B.d= 4
14. DEFAULT: In the event that the Bidder defaults on the contract or the contract is
terminated for cause due to performance, the City reserves the right to obtain the materials
or services from the next lowest Bidder or other source during the remaining term of the
contract. Under this arrangement the City will charge the Bidder any excess cost
occasioned or incurred thereby and shall apply to any bid bond required.
15. TERMINATION FOR CONVENIENCE OF CITY: Upon seven (7) calendar days written
notice delivered by certified mail, return receipt requested, to the Bidder, the CITY may
without cause and without prejudice to any other right or remedy, terminate the agreement
for the CITY's convenience whenever the CITY determines that such termination is in the
best interest of the CITY. Where the agreement is terminated for the convenience of the
CITY the notice of termination to the Bidder must state that the contract is being terminated
for the convenience of the CITY under the termination clause and the extent of termination.
Upon receipt of the notice of termination for convenience, the Bidder shall promptly
discontinue all work at the time and to the extent indicated on the notice of termination,
terminate all outstanding sub -contractors and purchase orders to the extent that they relate
to the terminated portion of the Contract and refrain from placing further orders and sub-
contracts except as they may be necessary, and complete any continued portions of the
work.
16. ASSIGNMENT: The Bidder shall not transfer or assign the performance required by
this bid without the prior written consent of the City. Any award issued pursuant to this bid
and monies that may become due hereunder are not assignable except with prior written
approval of the City.
17. EMPLOYEES: Employees of the Bidder shall at all times be under its sole direction
and not an employee or agent of the City. The Bidder shall supply competent and
physically capable employees. The City may require the Bidder to remove an employee
it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be
responsible to the City for the acts and omissions of all employees working under its
directions.
18. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An
exemption certificate will be provided where applicable upon request.
19. BID PREPARATION EXPENSE: The Bidder preparing a bid in response to this bid
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 the
expense of bid preparation and/or presentation.
u:\i9w a1DW8-3i a%8-31 s.aoc 5
20. SITE INSPECTION: It shall be the responsibility of the Bidder to inspect the site before
submission of bids. No plea of ignorance by the Bidder of conditions that exist or that may
hereafter exist as a result of failure to fulfill the requirements of this contract will be
accepted as the basis for varying the requirements of the City or the compensation to the
Bidder.
21.OMISSION OF DETAILS: Omission of any essential details from these specifications
will not relieve the Bidder of supplying such product(s) as specified.
22. INSURANCE REQUIREMENTS: Bidder agrees that he or she will, in the performance
of work and services under this Agreement, comply with all Federal, State and Local laws
and regulations now in effect, or hereinafter enacted during the term of this Agreement that
are applicable to Contractor, its employees, agents or subcontractors, if any, with respect
to the work and services described herein.
Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount
as required by the City's Risk Manager before beginning work under this Agreement
including, but not limited to, Worker's Compensation Insurance, Unemployment Insurance,
Contractor3s Liability Insurance, and all other insurance required by law. Bidder shall
maintain such insurance in full force and effect during the life of this Agreement. Bidder
shall provide to the City's Risk Manager certificates of all insurances required under this
section prior to beginning any work under this Agreement.
Bidder shall maintain in full force and effect during the life of the contract, Workers'
Compensation insurance covering all employees in performance of work under the
contract. Bidder shall make this same requirement of any of its subcontractors.
Bidder shall indemnify and save the City harmless from any damage resulting to them for
failure of either Bidder or any subcontractor to take out or maintain such insurance.
The following are required types and minimum limits of insurance coverage which the
Bidder agrees to maintain during the term of this contract. -
GENERAL LIABILITY
Comprehensive
Premises -Operations
Contractual Liability
Personal Injury
Explosion and Collapse
Underground Hazard
Products/Completed Operations
Broad Form Property Damage
Independent Contractors
PER OCCURRENCE
$1, 000, 000
UAI9W siM"I a\W31 s.doc 6
AGGREGATE
$2,000,000
Cross Liability and Severability of Interest Clause
AUTOMOBILE LIABILITY PER PERSON PER OCCURRENCE
Comprehensive $500,000 $1,000,000
Owned
Hired
Non -Owned
WORKERS'__ COMPENSATION
STATUTORY AMOUNT
Neither Bidder nor any subcontractor shall commence work under this contract until they
have obtained all insurance required under this section and have supplied owner with
evidence of such coverage in the form of a Certificate of Insurance and endorsement.
Such certificates shall be approved by the City.
ALL INSURANCE COMPANIES PROVIDED SHALL: Be rated at least A VII per Best's Key
Rating Guide; be licensed to do business in Florida.
All policies provided shall be Occurrence not Claims Made forms. The Bidder's insurance
policies shall be endorsed to add the City of Tamarac as an Additional Insured. The Bidder
shall be responsible for all deductibles.
All of the policies of insurance so required to be purchased and maintained shall contain
a provision or endorsement that the coverage afforded shall not be canceled, materially
changed or renewal refused until at least thirty (30) calendar days written notice has been
given to the City by certified mail.
23. 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.
24. CLARIFICATION TO TERMS AND CONDITIONS: Where there appears to be
variances or conflicts between the General Terms and Conditions and the Special
Conditions and/or Technical Specifications outlined in this bid, the Special Conditions
and/or the Technical specifications shall prevail.
LIM 9W BID%9&31 B%W31 B.dw 7
The Bidder shall examine all bid documents and shall judge all matters relating to the
adequacy and accuracy of such documents. Any inquires, suggestions, request concerning
clarification or solicitation for additional information shall be submitted in writing to the City
of Tamarac Purchasing and Contract Manager. The City shall not be responsible for oral
interpretations given by any City employee or its representative.
25. BID TABULATION: Bidders who wish to receive a copy of the bid tabulation should
request it by enclosing a stamped, self-addressed envelope with their bid, or by requesting
a tabulation be sent to their fax machine. Bid results will not be given out by telephone.
The City does not notify unsuccessful bidders of contract awards.
SPECIAL CONDITIONS
1. ASSIGNMENT OF CONTRACT: Neither this contract, nor any portion thereof, shall be
assigned, except by formal approval of the City Commission. No such approval will be
construed as making the City a part of or to such assignment, or subjecting the City to
liability of any kind to any assignee. No subcontract or assignment shall, under any
circumstances, relieve the contractor of his liability and obligation under this contract, and
despite any such assignment, the City shall deal through the Contractor only. However,
if the company is sold during the life of the contact, the buying agent must provide the City
with a letter signed by an officer of the new owner that can legally bind the company,
stating that they will continue to perform the requirements of the contract under all the
terms, conditions, and specifications so stated in the contract.
2. CONTRACTOR'S RESPONSIBILITY: Contractor shall provide sufficient manpower so
as to perform work safely and expeditiously with all equipment plainly marked with the
company name. All equipment provided pursuant to this agreement shall be in good and
proper working order. The contractor shall provide a qualified foreman present on the site
at all times, as a fully authorized agent of the contractor, and capable of making on -site
decisions. The contractor shall be aware that the job site is in a City facility, that it is not
secure, and as such is subject to pedestrian traffic at all times of the day and night. It shall
be the responsibility of the contractor to secure the job site at all times during and after
construction to protect the general public from harm, and remove from the job site and
properly dispose of all residues at the end of each and every workday. No unsecured
materials or equipment are to be on site at night or over a weekend, unless arrangements
have been made with and prior approval obtained from applicable City personnel in
writing. Any materials or equipment left on site shall be with the Contractor, who is fully
and totally responsible for security.
3. DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY: Extreme care shall be taken
to safeguard all existing facilities, site amenities, utilities, irrigation systems, windows, and
vehicles on or around the job site. Damage to public and/or private property shall be the
responsibility of the contractor and shall be repaired and/or replaced in equal or better
UAI90 810%9&318\9&31 BAW 8
condition at no additional cost to the City. The contractor shall use all means to protect
existing objects, structures and vegetation designated to remain. In the event of damage,
immediately make all repairs, replacements and dressings to damaged materials, to the
approval of the City, at no additional cost to the City. In the event of damage to public
and/or private property, the contractor shall immediately contact the City's Public Work's
Department by telephone (954) 724-2410 and inform the appropriate staff member about
the location and extent of the damages.
4. PERMITS AND LICENSES: The contractor shall be responsible for securing all City
Building permits. However, all City permit fees are waived. The contractor shall submit
copies of all permits required for this work. The contractor will be responsible for all
County fees (B.O.R.A. - $0.35 per $1000).
5. PAYMENT: Payment will be made after project has been completed, accepted, and
properly invoiced. Invoices must bear the project name, bid number and purchase order
number. The City has up to thirty (30) days to review, approve and pay all invoices after
receipt. The contractor shall invoice the City and provide a written request to the City to
place the release of the Performance Bond on the City Commission Agenda, thereby
beginning the one-year warranty period.
6. CONTRACT DOCUMENTS: The contract documents shall consist of the Bid Proposal
executed and submitted by the contractor, Project specifications, plans and specifications
(where applicable), any addendum's or change orders, performance bond, insurance
certificate, and the City resolution awarding the bid.
7. CHANGE ORDERS: Without invalidating the contract, and without notice to any surety,
the City reserves and shall have the right to make increases, decreases or other changes
to the character or quality of the work as may be considered necessary or desirable to
complete the proposed construction in a satisfactory manner. The contractor shall not
start work on any such alteration that requires an increase to either the contract price or
contract time until a change order setting forth the adjustments is approved by the City,
and executed by the City and contractor. Once the change order is so approved, the
contractor shall promptly proceed with the work.
In the event satisfactory adjustment cannot be reached by the City and the contractor for
any item requiring a change in the contract price or contract time, and a change order has
not been issued, the City reserves the right at its sole option to terminate the contract as
it applies to these items in question and make such arrangements as the City deems
necessary to complete the work. The value of any work covered by a change order for an
increase or decrease in the contract price shall be determined by mutual acceptance of
a lump sum by the City and Contractor. If notice of any change in the contract or contract
time is required to be given to a surety by the provisions of the bond, the giving of such
notice shall be the contractor's responsibility, and the amount of each applicable bond
shall be adjusted accordingly.
U:\1998 BID W31 B\98-31 B.doc 9
8. BONDS: The contractor shall furnish separate Performance and Payment Bonds in the
amount of 100% of the total bid award amount as security for the faithful project
performance and payment of all of the contractor's obligations under the contract
documents, per City Code Section 10-156. At the completion and formal approval and
acceptance of all work associated with the project, a one year warranty period will begin.
At this time, a warranty bond in an amount not less than 25% of the final contract amount
must be submitted.
If the surety on any bond furnished by the contractor is declared bankrupt or becomes
insolvent, or its right to do business is terminated in Florida, the contractor shall, within
seven (7) days thereafter, substitute another bond meeting the requirements outlined
above, which must also be acceptable to the City.
uAIM a1oW&31s%9&318.dW 10
CITY HALL PARKING LOT LIGHTING RETROFIT
SPECIFICATIONS
I. SCOPE OF SERVICES:
The City of Tamarac is interested in obtaining proposals for a licensed electrical
contractor to provide labor, equipment and materials required for the installation and
replacement of its City Hall parking lot lighting (retrofit).
II. GENERAL PROVISIONS:
1. Pre -bid inspection is mandatory.
2. Contractor will provide post -installation photometric survey upon completion of
the project. Lighting performance results will meet or exceed City Code.
3. Removal and proper disposal of debris and/or existing components will be the
responsibility of the Contractor. Contractor will be responsible for the cleanup of
the work area at the end of each day. Area must be left in same condition as
before work was started.
4. Work hours for this program will be Monday through Friday, excluding holidays,
8:00 a.m. to 5:00 p.m. It is the responsibility of the Contractor to provide all
safety equipment while on the jobsite. All contractor field workers will wear
company identification and safety vests to highlight their presence when near
vehicular and pedestrian traffic areas.
5. City staff will install red cones where needed before commencing work.
Contractor will inform City staff ahead of time as to locations to be secured as
work progresses.
6. Contractor will make sure all work areas have been secured before ending the
day.
7. The apparent silence of the specifications as to any detail, or the apparent
omission from it of a detailed description concerning any point, will be regarded
as meaning that only the best commercial practice is to prevail and that only
material and workmanship of the finest quality are to be used. All interpretations
of the specifications will be made on the basis of this statement.
U:\199813098.31 B%6-31 B.doc 11
OV8. The successful proposer must have the following certifications:
Registered with the State of Florida Department of Professional
Regulation. A copy of the card issued by the State will be submitted
for proposal.
• A master's certificate issued by Broward County or the State of Florida
EC#. will be submitted with the proposal_
9. All work will be completed within 60 days from the purchase order and in
accordance with the current National Electrical Code as well as State, County,
and local electrical codes and regulations.
10. All approved equivalent fixtures will be weatherproof and photometric survey
shall demonstrate performance.
III. WARRANTY
Warrantyof Merchantability: Successful Contractor warrants that all equipment
and materials to be supplied pursuant to the Agreement will be merchantable, of
good quality and free from defects, whether patent or latent in material or
workmanship.
2. Warranty of Material and Workmanshi : Successful Contractor warrants all
material and workmanship for a minimum of one (1) year from date of completion
and acceptance by CITY. If within one (1) year after acceptance by CITY, or
within such larger period of time as may be prescribed by law any of the work is
found to be defective or not in accordance with the Contract documents,
Successful Contractor shall promptly after receipt of a written notice from CITY
to do so, promptly correct the work unless CITY has previously given Successful
Contractor a written acceptance of such condition. This obligation shall survive
termination of the Contract.
3. Warranty of Title: Successful Contractor warrants that all materials delivered
under the contract shall be of new manufacture and that Successful Contractor
possesses good and clear title to said materials and there are no pending liens,
claims or encumbrances whatsoever against said materials.
Successful Contractor warrants that there has been no violation of copyrights, patent
rights or licensing agreements in connection with the work of the contract.
Successful Contractor warrants to CITY that the consummation of the work provided for
in the Contract documents will not result in the breach of any term or provision of, or
constitute a default under any indenture, mortgage, contract, or agreement to which
Successful Contractor is a party.
Successful Contractor warrants to CITY that it is no insolvent it is not in bankruptcy
proceedings or receivership, nor is it engaged in or threatened with any litigation,
12
arbitration or other legal or administrative proceedings or investigations of any kind
which would have an adverse effect on its ability to perform its obligations under the
Contract.
Successful Contractor warrants to CITY that it will comply with all applicable federal,
state and local laws, regulations and orders in carrying out its obligations under the
Contract.
All warranties made by Successful Contractor together with service warranties and
guaranties shall run to CITY and the successors and assigns of CITY.
IV. SPECIFICATIONS
1. Poles:
1.1 All existing poles (24) will be reused (Exhibit D). Because this project
is a retrofit, the use of present poles is permitted. Existing arms will be
reused as well, except for the nine (9) post -top fixtures at the entrance
of City Hall.
2. Tenon adaptor: (post -top fixtures only)
2.1 Material:
Steel.
2.2 Size:
Contractor must verify exact diameter of the top of the
existing poles to determine proper size.
2.3 Color:
White.
2.4 Treatment:
Rust inhibitor to be applied.
2.5 Strength:
To meet or exceed current South Florida building code.
2.6 Quantity:
9.
3. Fixtures:
3.1 Dome type: (Exhibit "B")
3.101 Housing:
Heavy-duty one piece cast aluminum.
3.102 Ballast:
Existing ballast, located at the base of each pole,
will be reused. It is a long -life core and coil ballast:
250 Watt metal halide high power factor constant
wattage autotransformer, 277 volt. Proper wiring to
fixture to be verified and provided by vendor.
3.103 Refractor:
Borosilicate 12" diameter glass with high resistance
to heat and mechanical shock. The optically
engineered prisms reduce brightness and direct the
light beam symmetrically downward.
3.104 Finish:
Electrostatic -baked white acrylic paint.
3.105 Lamp:
250 watt metal halide (27)
3.106 Height:
approx. 23 feet from the ground to bottom of dome.
3.107 Mount:
Existing Arms will be used. An adaptor might be
needed to install new fixture. Vendor will be
responsible for any corrosion resistant hardware
necessary to secure new fixture.
3.108 Quantity:
27 (Refer to Exhibit "A" for locations)
13
4.
3.109 Color: White
3.110 Make: Street Lighting Equipment Corporation
The Metro, series PMU4-27-MH250
or approved equivalent
3.2 Post -top Contemporary: (Exhibit C)
3.201 Housing: A three-piece injection molded polycarbonate
assembly, UV -stabilized for color retention. The top
cap is removable for relamping and will concentrate
downward glow. The entire unit is encompassed
within a cast aluminum basket welded to form a -piece
assembly.
3.202 Ballast:
Existing ballast, located at the base of each pole,
will be reused. It is a long -life core and coil ballast:
175 Watt metal halide high power factor constant
wattage autotransformer, 277 volt. Proper wiring to
fixture to be verified and provided by vendor.
3.203 Refractor:
Indirect Alzak two-piece reflector system achieves
downward light pattern with reduced glare. Internal
acrylic refractor, type III, designates distribution
desired.
3.204 Finish:
Electrostatic -baked white acrylic paint.
3.205 Distribution:
Light pattern will be asymmetrical toward roadway.
3.206 Lamp:
175 watt metal halide (9)
3.207 Height:
approx. 12 feet from the ground to the lens.
3.208 Mount:
Existing arm will be removed to accommodate post -
top installation. Vendor will be responsible for any
adaptor (tenon) needed between post and fixture.
3.209 Quantity:
9 (Refer to Exhibit °A" for locations)
3.210 Color:
White
3.211 Make: Street Lighting Equipment Corporation
SL900/3-MH175-RR, type III
or approved equivalent
Wiring:
4.1 All wiring will be copper
4.2 It will be replaced where necessary between fixture (at the top) and
ballast (at the base), on existing poles.
4.3 Surge protectors in -line fuse types, will be installed on all
fixtures.
14
COMPANY NAME: (P,Iease. Print):
t-Ir, "I
Vx�
Phone:
'Fax �,4 1,v
. . . . . . . . . . . . . . . . . .
NOTICE--r
19FORE SUBMITTING YOUR BID, MAKE -SURE YOU...
I Carefully read the SPECIFICATIONS and then properly fill out the BID
(Attachment *A*).
4P
2.1 Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment 613" and have
A
8tanzid aC
%
-
3. Sign the CERTIFICATION PAGE (Attachment "C"). Failure to do so will result in
01
being deemed non -responsive.
J
4. Fill out BIDDERS QUALIFICATION STATEMENT (Attachment ffil)").
4
5. Fill out the REFERENCES PAGE (Attachment ffiPw)
6. Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment "F").
7. Fill out the LIST OF SUBCONTRACTORS (Attachment 'G")_
8. Include WARRANTY Information, if required.
9. Clearly mark the BID NUMBER AND BID NAME on the outside of the envelope.
10. QUW111K V1141; (COLORED) AND TWO (z) PHOTOCOPIES OCOPIES or your DIG.
11. Include a BID BOND, if applicable. Failure to provide a bond will result in automatic
rejection of your bid.
12.1 Make sure your BID is submitted prior to'the deadline. Late Bids will not be accepted.,.
13. Include proof of insurance.
FAILURE TO PROVIDE THE REQUESTED ATTACHMENTS MAY RESULT IN YOUR BID BEING
DEEMED NON -RESPONSIVE.
Lie j
THIS PAGE AND THE FOLLOWING COLORED PAGES ARE TO BE RETURNED WITH YOUR BID.
THIS SHOULD BE THE FIRST PAGE OF YOUR BID
IV
KA
4 5
v
ATTACHMENT "A"
BID FORM
BID NUMBER 98-31 B
To: The Purchasing and Contracts Manager of the City of Tamarac:
We propose to furnish the following in conformity with the specifications and at the below
" bid prices. The bid prices quoted have been checked and certified to be correct.
DESCRIPTION
QUANTITY
UNIT PRICE
COST
Installed post -tog fixtures (with in -line fuses) --175 watts
9
J� °
l�q—1 .00
Installed dome fixtures (with in -line fuses) — 250 watts
27�
•L�
I`��,�L
Installed post -top fixtures (with in -line fuses and surge
9
,
suppressors)— 175 watts��
Installed dome fixtures (with in -line fuses and surge
27
( Z
suppressors) 250 watts
Tenon adaptors
9
`0`"'1 �L,L��►,'
Total
�J?::.w! =; j4Nµ�ar �r:i?"�x�r«.����,.. `
::;;;,:;3i;;* ,1..3. Cu;krs� �' •..1W1,;e,
tS::: � ai;"ii5cu: ;,N ';,:r.'rr� 4
f11.. y._y::` a;Y�i�i" �' �' �il�l
'i ''i'11nr��eiSA"� G..e� __A(li;:E:� ; �•.,:.,i
:j �qx�::r ••'fr':rSeiil��;,r:='� '`:1 :.' ,
•...aaee••i4 :�.; r,,:.:i�51»._:;...;fr:...' i,:,,
�1•;i'?iw� le.{e' ..`:a9nit;i�iii: • •'!�_i.}�
�11 1'1 .• _ e:Cf'.2:ja�nhe;:
'714f?. _..t^r•!' _Y'r�ri.;i
Removal & disposal of existing light fixtures
qy -�y' tt2- -- 7Jtl
1 S�{R k�4'°gjrSRy
.
""'''j"'"'f`CIO,
CIC
Removal & disposal of existin lamps
Removal & disposal of existing steel arms
9
1rui:=i �•::L7I:::tlivi::eul:iij:�:1.; 4in M1:dUr''+:
.:N1�, ,ru.,... jiw,:a fir, hM^.�:n•r.,N..,r.
%'�',•t;a'*''•'..:;'�.%>:o-..
},,,
TOW 1
'�-„5lfi!"Jq'„ F. 1"iMIlWiili•...
:... M+r
e•`: ,': iWi"!i;u.;.• • r i
NJ;!i
:',�!':^;: y :_'ie'?i�ir.== ..::
aafrr •'uu'G :5.u.;
cs;. - Sgii�:� ei?!:Y::'svlNla_ ...,.;.� i
• • :: 1':Yir'...:._ �+x
.; Srll.. � rfi'�fi:.:};.:•.,,.rr.:
�5'_..' u
r'•�::t:::Tir..;-.,..:,•, .Y
::. 54u::t:i::-:F;..:�..p:'1�=
1; ! !:. .
•
Post -photometric survey
r;,rlf1N?!...., ... 1......u•......:1 ""'MCI•
"r rMM. .,,; "';:'r!r;5mwx
•�
•
') A:{:'.�A;,
5.5.E 1,"^.._., ,,,...Qg1!4� .......,..�„
r'b°hi.+ ,.:!4iuh:'�?iiF�:f.._
"
GRAN
BIDDER:
DTI,
162
S(.kr) a-
41
3a( f�), 1'
30( / allof
July 15, 1998
ADDENDUM #1
RID NO. 98-31 B
CITY HALL PARKING LOT LIGHTING RETROFIT
This addendum provides additional information that was requested at the mandatory
Pre -Bid Conference and clarifies information included in the Bid specifications of the
above referenced Bid:
1. In order to clarify the question of wiring, Please change Page 14, 4.
Wiring:, Item 4.3 to read:
Surge protectors and in -line fuse types will be installed on all
fixtures.
2. In regard to availability of materials, Street Lighting Equipment
Corporation has advised the delivery of the specified fixtures is
approximately 6 to 8 weeks. In order to allow sufficient time for the work
to be completed, please change Page 12, Item 9. to read;
All work will be Completed within 90 days from the purchase
order and in accordance with the current National Electrical Code
as well as State, County, and local electrical codes and
regulations.
3. In regard to the photometric survey, attached you will find a copy of the
letter we received from Street Lighting Equipment Corporation.
All other requirements shall remain as specified in the original Bid request. if you
have any questions, please call the Purchasing Office at (954) 724-2450.
/rndnfeLodato
Senior Buyer
U
sign and include this page as part of your bid submittal.
%kTj-u4
Authorized Signature ompany Name
Eq�a! OpAori� ty ;n^glCyar
----------------------------------------------------- •------------ ----------------------
July 17, 1998
ADDENDUM *2
BID NO. 98-31 B
CITY HALL PARKING LOT LIGHTING RETROFIT
This addendum provides additional information that was requested at the mandatory
Pre -Bid Conference and clarifies information included in the Bid specifications of the
above referenced Bid:
1. In regard to the wiring, on Page 149 4. Wiring, Item 4.3 in Addendum #1 We
requested you bid on both a surge suppressor and an in -line fuse to be
installed on all fixtures. Please change this to now read:
We request that you provide the price of the fixture with an in -line
fuse installed.
We request that you provide a second price of the fixture that
includes both a surge suppressor and an inline fuse installed.
All other requirements shall remain as specified in the original Bid request, if you
have any questions, please call the Purchasing Office at (954) 724-2450.
ZO��to
Senior Buyer
Please sign and include this page as part of your bid submittal.
tc�
Authorized Signature Company Name
EGuo: eRRCr�ur,:'% E.�rF:oyer
JUL-17-98 FRI 14:24 TAMARAC PURCHASING FAX NO, 954 724 2408 P,03
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) da s of delivery. R turn
of reje ion will b the xpense of the bidder.
ompany Name Authorized Signature
-jA k W, "" T�xk-' R�. 4�' 5
Address r-
City, tate, ZIP
Contractor's License Number
rt-:DWArzo �)l�%Rc
Typed/Printed Name
Telephone &Fax Number
1 10-cin () '; o�
Federal Tax ID#
17
r a'� i'i ,. Ir,w p•
;'•r',:, s�,r"i��:���'`,4;;:;`'xr�:'tf;�i''-�;�1.:'!'':`ATTACHME �;« rr ;t. , �:., f•�: �.._ .if., •has',„y
. :'�': r l , ,t _ NT A ... •,. ;;�°:•: , • � ',� ems.
' i7. +i"r'�!'���•Nyi'�JIII f:� t i•.� ... .1 9.y: ;4 +..,. s' .� , .. - � �., Y,�. 1ir%-3 •: `
. - � •;�'�;(' �7`,',i'.�. ,�" ..t iiS+.' .'�, ,,'�.' �conti� u �!• � � r'4 '��'�.�;:: •: +�.;� � r�/,' ���r' •
I pi
Bidders Na_ e_,gl.
c-,�r4:U �+L•wy.r '' +. i':{.. ,a,..;;,.;y ;,".,. t .a� f • ;i'; % « rEr.:; .{ ,,(;,.,. •'. r
4
•ti"1 .. i/i 1 cti f4, �'r,'�:•: S'.+r�jL' err. �:..:f :�'c`,,r YMi��
•±:-.t.•`'.�;.•i., iw ;P;�'f! - :wY:r.hrac.rp;;, 1•-, ;i �; `�..;. - .4.•:.r�
•`�i;L�n ('6 •}j�•.�1: ai iy" . te:.a"Kr� +'r•. i .r,;.d !
�.�.- .�rV'•', .�I,,- •'�, •��. `,•�',,�Mt.#h.�+'C r�.i':�f ri'. .. lr�1r �'• � .•�+:,,:� .i.i•' y+,, i�. '.
NOTE: Bid submittals without the manual si ,,„ :'• :.:w.r,,_'_'•; .�' gnature of #h rizedragent of the B•
h,:r an au o adder': .'
deemed lSW`4 -, AT, x%R�"- ,• ..:.•,• �.� r,,.. d i , ,': y.,,,y� . .,F . :.n •+"i, n -.v..
shall b
non and ineligible for award..'
.:'.iw'.. i''r.i :=,5 �;�j}.�+����� .(•"'�i: �.i X.'- ,y �.�. '..,�+' •7�"� ^��'� �4k:_ � :;ti't"��..' _ `.+: �.,' !k.'i..�l: '�
"t ,'� :e: ;' -,raj , Y- :•�.
.+� .��{•�" ",•.'.:� � � � ;� . :: �Cr '�'r}-'', =,• . • �,..�
TERM �:;.:, , ,� ;' • t.,x�', �. ; �;i
"DAYS:'
e~,/com lotion: �� -'�� d ``'� - � ;:;� .. •:.�<�:;'=� •-<µ-' ..:...
Deliv ryp r, calendar days after receipt of Purchase Order,.
'16rrppf`e44'(i ;• �:'r'"f' ;. :K��.�; ,t�:�-], fit• '<`t.:"' ;,k ..;+.r }� �, • »" ;ti, -7`�i:
NOTE: Tobe� fi-.�'•y.�,, ::';�.,�;� wr:_,�;:•�� ..'..:�, . "�:•-',, �.,t,,.,:� _ ,..;�:�.', •• •�.
considered eligible award, one /ORIGINAL ; •f :.
ble`for ( O (2) COPIES «=n• - ,9 • ., ) � AND TIN OF, ' .• .=:
THIS BID FORM •. be submitted wi
muse+ with the Bid. ;�.
IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION:;:.ti;°
.,r w Ar;•a..q':1�.: ,; � ,fir:" , .: .. �.. ;, ' �,�c-;. ... r. .... - ' � • � '. i•..i'�•.�`�/'.���'.yt�:
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
listing.
18
r f "Al �:• ,
�y, . :•, Y ..... , .:.,ATTACHMENT
r�• .. i. �. I .J.�il,r�.!i .yy1,, ���t,'h�7 � s,,,, ..4PetwvWrnfl• .<I�,: it;�. '�ifsh:i���_l�ti•�;" 'r. ` - � ,. ?• .
r: .. T .../�,., yry'{"' .:.�,.' ::• : ;t' Contir.,,. raY •,•I�r ,�., �., '� wr ,n
yf_!,
Bidder'sNa
kw,: .t +.�.�G. �i� !i .,Kid..�, i •�-,.rW 'r� �l. �l. -.,..
V ons: �„ ., < r.. t, �;�, ;. - tM.;:;.1 W;4
�•1;. • .x ,,. :.k tie' d` i`; „::. Y `„'..� tt t.•.r/. :Cr:, �.:, Li.1°' Sit:
• t'� .1:i! -':��ri•.._,�,.,�•• '{. ciiK:•: +�'•�f � �--�r'+�;,•• `'""`•
'1 i-wr%: Y'.1 ,,. „'t a Sot, �• 7�' ;t' r.'h . F•,�{�;•,:.:,:+'
'.:.t�l;�.. - !4. .s�'.�: .1••,1,•�.••* , r' i,•.�e,!-.s,-'+.•til: .�.'f.4i.�s:_ 1w�-Ca{7��,.,r.�v•'�-
:: :The Bidder shall identify all vanations'and except"tons taCen to
ry'`ie` V the Instructions
-Bidders, � �'`��'� f Ten .x... ,., , to + -..r,
teal .Specificati
Special Conditions and a {� ons in the space
a I,.�C.xWC�',.' y:'" .:�•, f.�°ril,"�a4^ r'J .r.hsRK"Srr. ".:fi��3r ti'74 - �•:Aln x:
provided : be ow; W. 'provided ;ho1.w_ aver � t�` suc*xhh vanations ftVt expressly
p in the bid �oaaments.' For each Variation lined, reference the applicable
section of a bid docurrient..If no variations are listed here, it is understood that
., the B� ,. =r� .;: 1. j:�d.:•a�....:-�:�.w _ ,.k ,. .y... ,
adders Pro "sal'full coni
po y plies with alt terms and conditions.. It is further 1
understand that such variations ma be'cau w` "'.•_ Y`
y cause for determining that the Bid Proposal
y u•1; N..., ,•1, ,•e
is nbn-r save r:.
espon and ineligible for award. F'r.'ti' .!}.:;:<' ','.++•":.:; �: _ z;..-x':_.
' " �,- •"' eke•• ,. �:... .. .w _ -_.
Section :.Variance
Section rV `
,Varianceat
t ,.. ,• .
Section • Variance
Section Variance
Attach additional sheets if necessary.
19
ATTACHMENT "B"
NON -COLLUSIVE AFFIDAVIT
State of r )
) ss.
County of Qeu
&a j. zr- being first duly sworn, deposes and says that:
(1) Wshe is the L (Owner, Partner,
Officer, Representative or Agent) of
T-" Co he Bidder that has submitted the attached
Bid; X 'l
(2) He/she is fully informed respecting the preparation and contents of the attached Bid
and of all pertinent circumstances respecting such Bid:
(3) Such Bid is genuine and is not a collusive or sham Bid;
(4) Neither the said Bidder 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
Bidder, firm, or person to submit a collusive or sham Bid in connection with the
Work for which the attached Bid has been submitted; or to refrain from bidding in
connection with such work; or have in any manner, directly or indirectly, sought by
person to fix the price or prices in the attached Bid or of any other Bidder, or to fix
any overhead, profit, or cost elements of the Bid price or the Bid price of any other
Bidder, 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 Bid are fair and proper and are not
tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part
of the Bidder or any other of its agents, representatives, owners, employees or
parties in interest, including this affiant.
K A � _A4 Ar a&W, .. w-7210 rA,
(Printed NaTe) A
(Title) .
20
ATTACHMENT "B"
continued
NON -COLLUSIVE AFFIDAVIT
ACKNOWLEDGMENT
State of G2 )
ss.
County o )
BEFORE ME, the undersigned authority, personally appeared 6LA -10
f
to me well known and known by me to be the person described herein
and who executed the foregoing Affidavit and acknowledged to and before me that
executed said Affidavit for the purpose therein
expressed.
WITNESS my hand and official seal this aLi day of
4+� JWANNA Mr!'RICAS
fdY COMMISSION M CC 728309 002 NOTARY PUBLIC, State of Florida at Large
4-'V? Banded mmENo" u S: March 2n"wkm
• �•�. ��-.. inueuue u�roi
(Signature of Notary Public: 1MP;05 Nt CC72®90®
as Commissioned) Exas: any 22. zoo2
., eaWedThruNWuyQu6lsUndrMrrs
( Personally known to me or
( ) Produced identifications
Type of I.D. Produced e-4— } Ce,✓IS�.
(. ) DID take an oath, or ( ) DID NOT take an oath.
21
ATTACHMENT Saco
CERTIFICATION
THIS DOCUMENT MUST BE SUBMITTED WITH THE BID
We(1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the
Invitation to Bid. We(I) 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:
AUTHORIZED SIGNATURE:
F Dw 1c�Qc) Si�VRKjE
AUTHORIZED SIGNATURE (PRINTED OR TYPED)
SGC . f TrcCS-
TITLE
FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO I� 0 C
COMPANY NAME:_ _ •
ADDRESS: , W ' TA C qOL- i
CITY:
2��A-
#D S
STATE:. 20 ZIP: ISO 6
I
TELEPHONE NO.: �� � k FAX NO.:90-��
CONTACT PERSON:
22
ATTACHMENT "D"
BIDDERS gUALIFICATION STATEMENT
The undersigned certifies under oath the truth and correctness of all statements and all answers
to questions made hereinafter.
Name of
- Street
Telephone No. 5
City
State Zip
Fax No. (I% °I`-lggIq I
How many years has your organization been in business under its present name?. yearsi
If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida
Fictitious Name Statute:
Under what former names has your business operated?
At what address was that business located?
Are you Certified? Yes o ❑ If Yes, ATTACH A COPY OF CERTIFICATION
Are you Licensed? Yes VNo ❑ If Yes, ATTACH A COPY OF LICENSE
Has your company or you personally ever declared bankruptcy?
Yes ❑ No ((�� If Yes, explain:
Are you a sales representative ❑ distributor ❑ broker ❑ or manufacturer ❑ of the
commodities/services bid upon?
Have you ever received a contract or urchase order from the City of Tamarac or other
governmental entity? Yes ❑ No
If yes, explain (date, service/project, bid title, etc)
Have you ever receive complaint on a contract or bid awarded to you by any governmental
entity? Yes ❑ No Ij If yes, explain:
Have you ever een debarred or suspended from doing business with any governmental entity?
Yes ❑ No 0 If yes, explain:
ATTACHMENT "E"
REFERENCES
Please list name of government agency or private firm(s) with whom you have done
b
usmess within the past five yews: j
�
Agency/Firm Name: '
"_ Agency/Firm Name:
Address
City/State/Zip
Phone: Fax:
Contact
Agency/Firm Name:
Address
City/State/Zip
Phone: Fax:
Contact-
Agency/Firm Name:
Address
City/State/Zip
Phone:_ Fax:
Contact
Agency/Firm Name:
Address
City/State/Zip
Phone: ` Fax:
Contact `
Address:
City/State/Zip
Phone: Fax:
Contact:
Agency/Firm Name:
Address:
City/State/Zip
Phone: Fax:
Contact:
Agency/Firm Name:
Address:
City/State/Zip
Phone: Fax:
Contact:
Agency/Firm Name:
Address:
City/State/Zip
Phone: Fax:
Contact: `
YOUR COMPANY NAME
ADDRESS
PHONE: FAX:
24
JIIENCID 1EILIECTUICAIL CCNIVACTING,, I NBC,.
4281 W. MCNab Road, Apt. #25
Pompano Beach, Florida 33069
Phone (305) 663-5122
Project References
Ballenisles Phase 5 Roadway Lighting 1996 $201,340.00
Palm Beach Gardens , Fl.
Mock-Roos,Engineers-Surveyors-Planners
5720 Corporate Way
West Palm Beach , F1. 33407
phone 561 6833113
fax 561 4787248
Solar Lighting, Pompano State Farmers Market" 1996 $64,445.00
Alantic Blvd, at I-95,Pompano Beach,Fl.
State Of Florida,Dept. of Management Services
401 N. Parsons Ave. , Suite 108-A
Brandon ,Florida 33510
State Project AG89005010 163(sfr IIA -t
Richard N. Arcuri -Architect
phone 813 7446284
fax 813 7446290
Spruce Ave. Street Lighting -Project 95505 1996 $76,619.00
City of West Palm Beach
Purchasing Dept.
1045 Charlotte Ave.
West.Palm Beach , Fl. 33401
phone 561 6598036
Broward County Housing Authority 1996--97 $62,800.00
Lighting Replacement at Crystal Lake
Garden Apartments
1773 North State Road #7
Lauderhill, Florida 33313
Project #FL79-3 _ l
Contract#CRY-LITES/CG-704
Barbara Segal. - Coordinator
phone 954 7391114 ex.327
fax 954 4845650
Palm Beach County Fire Rescue
3323 Beledere Road,Bldg. 504
West Palm Beach,F1. 33406
priceAgreement #95r-216/CF
Tom Wenham 561 2330010 ex.368
qlVlf - Q+_ Aw13..9_
1996-97 open contract
time and material
0 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
OF
JIIENIEID CUNIFIQAGUING,, INC..
4201 W. McNab Road, Apt. #25
Pompano Beaah, Flodda 33069
Phone (305) 563-5122
Project References
S.E. 15th Ave Bridge-60 KW Generator 1997 72,274.00
•'Boyton Beach , F1.
Engineering -road -Bridge & Dredge
1146 Carmichael Street,W.P.B. F1.
PC 73TE0000002
Stephen Bennett -superintendent of Bridge section
ATTACHMENT "F"
VENDOR DRUG -FREE WORKPLACE
Preference may be givensubmitting a certification
'cert on with
o vendors y
to submittitificatith their bid/proposal iVz4y.
Ong they
?r have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement
s, <; effects all public entities "of the State and becomes effective January 1, 1991. , The special condition,,"
is as follows: : �7..' , • • ., _�! y• e'..
14
`' ,. .•�; ,•, ;"
.1��� ,�,�'".;`... '.. ;,•'cif, .� ,�. _.. ,- - T•t , _ .,� �•
IDENTICAL TIE BIDS - Preference may be given `to businesses with drug -free workplace programs.
•i, Whenever two or more bids which are equal with respect to price, quality, and service are received"
by the State or by any political subdivision for the procurement of commodities or contractual
services, a bid received from a business that certifies that it has implemented a drug -free workplace " �
r; program shall be given preference in the award process. Established procedures for processing to
;r bids will be followed if non of the tied vendors have a drug -free workplace program. In order to have�`�"
„�, r
r i a drug -free workplace program, a business shall:. ; 'rt ''�- _� $ `
t; �::�:
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 betaken against employees for violations of such prohibition.
2. Inform employees` •..,Y,• ,<
about the dangers of drug abuse in the workplace, the businesses policy • -�,: ,
of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and t
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.
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
25
ATTACHMENT "G"
INFORMATION REQUIRED OF BIDDER
LIST_ OF SUBCONTRACTORS
The Bidder shall list below the names and business address of each subcontractor who
will perform Work under this Bid in excess of one-half of one percent of the Contractor's
Total Bid Price, and shall also list the portion of the Work which will be done by such
subcontractor. After the opening of bids, no changes or substitutions will be allowed
except as otherwise provided by law. The listing of more than one subcontractor for each
item of Work to be performed with the words "and/or" will not be permitted. Failure to
comply with this requirement will render the Bid as non -responsive and may cause its
rejection.
Work to be Performed
FA
3.
4.
5.
Contractor
Percent Subcontractor's Name and Address
License
of Total
Number
Contract
,.. ' R.
'x�•• ��1jly,�µ J1, i
U. .. • u�o �•"'
11
Jt�i ..;!•il'Ji,aA. f i 011
• 1'�.:.. J,.s :I���'(lr�.��, /•FYI\1�'/?•!�••
MASTER ELECTItICgN 64
ccrw79-CME-600-X Rrr99-02883
STARKE, ED - QUALIFYING
JENED ELECT CONTRACTING
4881 W MCNAH RD APT 2S
POMPANO BEACH FL 33069
'EXPIRES 8/31/99 CTL# 2777
AVIL STATE OF FLORIDA AC# +' tt .:, 0 4 6 • i
Department of Pusine;a and Professional Regulation
Y. ;1
ER-0007402 07/14/1996 96001254
REGISTERED ELECTRICAL CONTRACTOR
STAKE, EDWARp +
INED ELECTRICAL CONTRACTING IN
NDIVIDUAL MUST MEET ALL LOIAL
CONTRACTINGRINUANYMAREAIPRIOR 10
NA S REGISTERED under the provismns of Ch 4 8 9 FS.
Expiration Date: A U G 31 , 19 9 8
F
CERTIFICAOFLIABIerSibley & Harvey
e & Bonds, Inc.
Road
inter Park FL 32789
IeniSe R. Brumlmett
—No, 40-2--6 7--16,• F.x,Ne
SLmm —..
Jened Elec. Contracting, Inc.
-`& Edward Starke
4281 W. McNab Road #25
Pompano Beach FL 33069
THIQVE:RAGES :TTHAT
.:' ...
SISTOCER CERTIFY
T HAT THE POLICIES OF INSURANCE LISTED •BELOW HAVE•
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED E
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE
TYPE OF INSURANCE I POLICY NUMBER
D
GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITY I680371KO786
'I CLAIMS MADE ® OCCUR
OWNER'S M CONTRACTOR'S PROT
AUTOMOBILE LIABILITY
ANY AUTO I680371KO786
ALL OWNED AUTOS
SCHEDULED AUTOS
X HIRED AUTOS
Y NON -OWNED AUTOS
GARAGE
LIABILITY
ANY AUTO
EXCESS LIABILITY
$ UMBRELLA FORM
CUP768W0235
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
THE PROPRIETOR! PINCL
PARTNERS/EXECUTIVE ERS/EXECUTIVE
R
20A2WC0002024
1
OFFICERS ARE: EXCL
C/O QCCILCa>r'e USA
OTHER
Inland Marine
I680371KO786 T
CCR IPTION OF OPERATIONS/LOCA'nONSNMCLES/SPECIAL 1T9MS
' I ED STARKE
►X IINSs (954)974-8181
Lankat Additional Insured End added to the policy.
RTIFICATE HOLDER
INFODOS
*FOR INFORMATION PURPOSES ONLY
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY
A THE TRAVELERS INSURANCE CO
COMPANY
B AMERICAN ALTERNATIVE INS CO
COMPANY
C
COMPANY
D
BEEN ISSUED TO THE INSURED ' NAMED
NA
,.....,.,. ,
ABOVE FOR .:: E PO PERIOD
THE POLICY
ANY CONTRACT OR OTHER DOCUMENT
WITH RESPECT TO WHICH THIS
Y THE POLICIES DESCRIBED HEREIN
IS SUBJECT TO ALL THE TERMS,
BEEN REDUCED BY PAID CLAIMS,
LICY BFFECTNE PDtICY EXPIRATION
WE (MMIDO/M DATE 111MMNDD/YY)
UNITS
GENERAL AGGREGATE 02 , 000 , 000 _
04/01/98 04/01/99
PRODUCTS •COMP/OPAGO
12 ODO 000
PERSONAL & ADV INJURY
1 1.000,900
EACH OCCURRENCE
1 1,00PLOOO
FIRE DAMAGE (Any one lire►
1 300,000
MED OW (Any one pereen)
1 5,000
D4/01/98 04/01/99
COMBINED SINGLE LIMIT
1100001000
BODILY INJURY
1P.r per- A)
1
BODILY INJURY
(Per eeeldent)
/
PROPERTY DAMAGE
1
AUTO ONLY - EA ACCIDENT
1
OTHER THAN AUTO ONLY:
EACH ACCIDENT
/
AGGREGATE
S
EACH OCCURRENCE
01,000,000
)4/01/98 04/01/99
AGGREGATE
11 000 0� 00
Retained
151000
TT c IT
EL EACH ACCIDENT
21001000
13/31/98 03/31/99
ELDISEASE-POLICYLIMIT
-*Soo 000
EL DISEASE - EA EMPLOYEE / 100, 000
14/01/98 04/01/99
Tools $5,000
SHDULD ANY Of THE ABOVE D1B1drBED POLICIES BE CANCELLED BEFORE
,. R1E THE
E10TRATION DATE THERIEDF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
DAYS WIr1'I'EN NOTICE TO THE CEiI'Iti cm HDLD61 NAMED TO THB uwr,
BUT FAILUFA TO MAIL SUCH NOTICE *HALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
;;c.::xs:: t::xs;,. .
0RD 26 S 1 95 :•::: �'s>
EXHIBITS ATTACHED
EXHIBIT A
EXHIBIT B
EXHIBIT C
EXHIBIT D
40
1
►,m
CP
i
EXHIBIT "B"
THE METRO
SERIES PML/4
HOUSING: Heavy duty one piece cast aluminum.
REFRACTOR: Borosilicate 12" diameter glass with
high resistance to heat and mechanical shock. The
optically engineered prisms reduce brightness and
direct the light beam symetrically downward.
FINISH: The standard finish is electrostatic baked
acrylic paint. Standard colors are: Park Green,
Black, Bronze and White. Other colors are also
available.
Street Lighting Equipment Corporation 2099 S. Park Rd., Hallandale, FL 33009. (305) 961.9140
i
FIXTURE SPECIFICATIONS
1. Steel Arm.
1 2. Stainless Steel Set Screw.
3. Cast Aluminum Dome.
2 4. High Power Factor Ballast.
3
5. Mogul Base Porcelain Socket.
4
6. 12" Dia. Prismatic Glass Refractor.
5
• All Electrical Components Shall Be
U.L. Approved.
s
• All Hardware Shall Be Corrosion
Resistant.
27" Dla.
Straat Lighting Equipment Corporation 2099 S. Park Rd., Hallandale. FL 33009 • (305) 961-9140 j&A
C
c
EXHIBIT "C:"
VANDALPROOF ORNAMENTAL
LU M I N A I R E. SERIES SL-900.
Closure : The Closure for the SL-900 luminaire Is a three-piece
injection molded polycarbonals assembly , UV -stabilized for color
relention.The top cap is removable for relamping and is clear for
slight optical glow. The entire unit is encompassed within a cost
aluminum basket welded to form o one-piece assembly.
Finishes : The standard finish Is electrostatic -baked acrylic paint
properly sanded and primed to prevent peeling.The standard colors
are either Park Green , Matte Black, Seml-Gloss Black or Dark
Bronze.Speclal colors available.
Options : Indirect Alzak two-piece reflector system achieves down-
ward light pattern with reduced glare (see photometrics on reverse)
The main plastic body Is polished semi -clear when this system Is se-
lected; add RR to catalog number for this option. Normally this part
Is molded with a cross -hatch texture when reflector system not spe-
cified
Internal acrylic refractor , either type III or V , Designate distribu-
tion desired after catalog number.
All units available with any high -Intensity lamp source up to 175W.
Exaletpie
Description
Lamp.
SL-900 /3-MI00-H
Standard Unit
MERC. VAPOR IOOW.
SL-900 /3-MHI75-H-RR
Indirect Alzak
METAL HALIDE 175W.
SL-900/3-L150-H-V
Infernal Refractor
HIGH PRESS. SODIUM.
15OW.
SL-900/3-LPS55-H
Standard Unit
LOW PRESS. SODIUM
55W.
Street Lighting Equipment Corporation 2099 S. Park Ad.. Hallandale, FL 33009 • (305) 961-9140
�J
5-
w
N
18"
PHOTOMETRIC DATA
LAMP (1) 175 WATT METAL HALIDE
LUMENS 14000
FOOTCANDLE VALUES BASED ON ONE
LUMINAIRE 12'0" Mtg. Ht.
C
ISOFOOTCANOLE DIAGRAM
Distance In Units Of Mtg. Ht.
FIXTURE SPECIFICATIONS
1.
Cast Alum. Finial
2.
Clear Injection Molded Polycarbonate
T
Dome Cap
3
3.
Cast Alum. Upper Band.
4
4.
Injection Molded Polycarbonate Dome
5.
Cast Alum. Lower Band
s
8.
Spun Alum. Alzak' Reflectors
7.
Mogul Base Porcelian Socket
s
8.
Cast Alum. Ribs
9.
Polished Semi -Clear Injection Molded
10
Polycarbonate Globe
10.
High Power Factor Ballast
11.
Cast Alum. Luminaire Base For 3" Din.
Tenon
All Hardware Shall Be Corrosion
Resistant
3'/."
Street Lighting Equipment Corporation 2099 S. Park Rd.. Hallandale, FL 33009 • (305) 961-9140 Ad
1
EXHIBIT D
to" of^ • RAp1AW WAvE
W"IT•E PORC[LAILI WftZCIOIt
TPC IL gLA75
,TOR 4 1?5W M.H.
D At-UMINUM POLE
.. ALUM. AAM3. FACTnPY
r WIMIrC, FINISH I2+TED
HPM WINDS WITH e.P.A I
FI XTUR C
,5E, A14CMORSOL:3.
AILED W.P. BALLAST$
IHE WATEPtF'RODF VUSE..
PR 0i.:J: T C * 3 b
?X W/C.7.. BOLT
:6VF'010r1-7/T.
:IMFN�IGI•:TS
LK
Y. 4' DEEP !
A$E W/ 2.
rt S
9' GND Rd0
140
to�t4 INA. RADthI MMVEp.`.
Wtl". ►IMC-tI.A.': RC1REf'tv/t
This type is located in front
of City Mall, The arm will be
removed to.accomodate a post -
top fixture.
This type is . located
throughout the parking
lot except for 3 locations:
in front of the BSO building
and back entrance of City
Hall.
� • ` ley � �
LEXAN REFKAcrap
` 250W M.H. LAMP
1/.tREp 'STEEL WI.EAR
FACT'0PN' P^o&f1, VM.
. / F'INtSH PATOPP FetR
H fpk VVINC& WfTrF
".A dF TWO Fl7gVKtS .
- 7
Xi•MR QASE ANCHOR FiOLTS
A (L) FENCA�;SVLATEC WA
BALLASTS* $*A IN•LIN
WATER PROOF FUSe -
BROOKS PRODUCrS 036
PULL Box W/C•I: BOLT
D!1KN COVER
1t■ 6RADE
IS* BURIAL
3�4 *x 14' GND FZOO
z' SO X 5' DEEP
CONC. BASE W/
'/z " R E • S.A R At (#3
3l'• rtF- CdAMS