Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-96-047Temp. Reso. # 7350 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-96-_U A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING THE PURCHASE AND INSTALLATION OF ENERGY EFFICIENT LIGHTING FOR VARIOUS CITY FACILITIES FROM McDONALD DISTRIBUTORS, UTILIZING A CITY OF DEERFIELD BEACH CONTRACT, FOR AN AMOUNT NOT TO EXCEED $38,160 FROM ACCOUNTS 001- 193-519-503 AND 425-371-519-503; AUTHORIZING BUDGET TRANSFERS; PROVIDING FOR CONFLICTS; PROVIDING FOR Bf,VEBaILITY: AND PROVIDINGFOR AN EFFECTIVE.DATE WHEREAS, Florida Power & Light offers an economic incentive program which provides a rebate for energy efficient lighting; and WHEREAS, the City of Tamarac has qualified under the terms of this program and is eligible to receive a rebate in the amount of approximately $13,000 for the installation of energy efficient lighting at various municipal facilities; and WHEREAS, it is estimated that the installation of these lighting fixtures will result in annual electric energy savings of $17,000; and WHEREAS, two budget transfers are required to correctly account for this project; and WHEREAS, the City of Deerfield Beach awarded a contract to McDonald Distributors of Florida for the purchase and installation of energy efficient lighting fixtures; and WHEREAS, City Code § 6-154, Cooperative Purchasing, allows the City to join with other units of government in cooperative purchasing plans when the best interest of the City would be served; and 1 1 Temp. Reso. # 7350 WHEREAS, it is the recommendation of the Director of Public Works and the Purchasing Officer that the purchase and installation of lighting fixtures should be awarded to McDonald Distributors, Inc. in an amount not to exceed $38,160; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to purchase lighting fixtures from McDonald Distributors, Inc. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and is hereby made a specific part of this Resolution. SECTION 2: The purchase and installation of lighting fixtures is hereby awarded to McDonald Distributors, Inc. utilizing a City of Deerfied Beach contract, a copy of which is attached hereto as Exhibit "A", in an amount not to exceed $38,160 from the following two accounts: account number 001-193-519-503, entitled "Maintenance Land/Buildings Improvements", and account number 425-371-519-503 entitled "Maintenance Land/Buildings Improvements" SECTION 3: The following budget transfers are hereby authorized: an operating transfer in the Utilities West - Operating Fund of $5,870 from account number 425-371-588-981 entitled "Contingency -Special Projects" to account number 425-371-519-503 entitled "Maintenance Land/Buildings Improvements" and an operating transfer in the General Fund of $32,290 from account number 001-872-588-981 entitled " Contingency -Special Projects" to account number 001- 193-519-503 entitled "Maintenance Land/Buildings Improvements". 2 1 1 n Temp. Reso. # 7350 SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. 5E TIC If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this ATTEST: CAROL A. EVANS CITY CLERK I HEREBY CERTIFY that I have approved this 131�-SOLUTION as to form. MITCHELL S. KRAI CITY ATTORNEY MAG: mf 13 day of MdA,0' f , 1996. MAYOR DIST. 1: DIST. 2: DIST. 3: DIST. 4: 3 WORMAN ABRAMOWITZ MAYOR RECORD" OF COMMISSION VOTE 'ib 7 EXHIBIT A CITY OF DEERFIELD BEACH FLORID, ' 150 N.E. SECOND AVENUE • 33441-3598 1305) 480-4200 • FAX (305)480-42b8 MAYOR ALBERT R. CAPELLINI, P.E. VICE MAYOR AMADEO TRINCHITELLA REQUEST FOR BIDS COMMISSIONERS GWYNDOLEN A. CLARKE-REED PEGGY NOLAND DATE: February 14, 1995 KATHY SHADDOW BID PROJECT#: 1994-95/08 TO ALL INTERESTED PARTIES: The City of Deerfield Beach, Florida is committed to reducing electrical energy consumption and will accept sealed bids until 10:00 a.m. (EST), Monday, March 6, 1995 for the purchase of fixture replacement ELECTRONIC BALLASTS AND T8 FLUORESCENT LAMPS (Bid #1994-95/08). All bids are to be hand -delivered, or mailed to: CITY Ok, DEERFIELD BEACH 150 h.E. 2nd Avenue Deerfield Beach, Florida 33441 ATTENTION: Larry R. Deetjen, City Manager The bid shall be submitted in the envelope provided in this bid package. The bid package is clearly marked "BID #1994-95/08 DO NOT OPEN UNTIL MONDAY, MARCH 6, 1995, AT 10:00 A.M. (EST)." No responsibility will be attached to the Purchasing Division for the premature opening of a bid not properly addressed and identified. All bids will be opened publicly on Monday, March 6, 1995 at 10:00 A.M., (EST), in the CITY COMMISSION CONFERENCE ROOM, located on the first floor in City Hall, 150 N.E. 2nd Avenue, Deerfield Beach, Florida 33441. Late Bids will not be accepted and will be returned unopened. CO 1 1 7 � C7 :1= ,e- 9(, Z/7 •1. • INSTRUCTIONS TO BIDDERS Use the attached sheets to list pricing. 2. Bids must be typed or printed in ink. Use of erasable ink is not Permitted. All corrections to prices must be initialed by Offeror. Bids must contain a manual signature of the authorized representative of the Offeror. Unsigned bids may be rejected. 3. BIDS MUST BE SUBMITTED ON THE ORIGINAL FORMS PROVIDED. Bids documents are to be submitted in DUPLICATE. 4. The submission of a bid shall be considered sufficient evidence that the Bidders have familiarized themselves with and understand the conditions under which the bid shall be awarded, performed, and administered. 5. Questions regarding ambiguities of these specifications should be addressed in writing to Donna M. Council, Purchasing Agent, ten (10) days prior to the bid opening. is 2 HAVE READ AND AGREE TO THE SPECIFICATIONS SET FORTH HEREIN• SIGNATURE DATE • BID PROJECT #1994-95/08 ELECTRONIC BALLASTS AND TS FLUORESCENT LAMPS PTIRPOSE The purpose of this Invitation to Bid is to secure firm pricing for fixture replacement ELECTRONIC BALLASTS and T8 FLUORESCENT LAMPS for the City of Deerfield Beach. AWARD OF CONTRACT The award will be made to the most responsible and responsive Offeror for the bid, who meets the specifications, terms and conditions and whose evaluation by the City indicates to the City that the award will be in the best interest of the City. Award will be made by an "item -by -item" basis or by group or as a whole -- cost of installation labor included. Also, the bid shall be awarded based upon price, the ability of the bidder to provide the goods or services (including past performance), the financial responsibility of the bidder and the intent in which the bidder proposes to supply the goods or services is found by the City of Deerfield Beach to best meet its needs. The City of Deerfield Beach reserves the right to request separate bids for such items that may be procured via separate bid offering or by the use of an existing or established contract price, to consider any state contract pricing or bids based on a cooperative purchasing or municipal bid, and to otherwise act in furthering its own best interests. The City of Deerfield Beach reserves the right to reject any and all bids, if the City Commission deems said action to be in the best interest of the City of Deerfield Beach. SELLING, TRANSFERRING OR ASSIGNING CONTRACT: No contract awarded under these terms, conditions, and specifications shall be sold, transferred or assigned without the written approval of the City of Deerfield Beach. BID CONSIDERATION The City of Deerfield Beach reserves the right to reject any or all bids and to waive any irregularities in the bids that do not materially affect the quality of the product/service. 3 I HAVE READ AND AGREE TO THE SPECIFICATIONS SET FORTH HEREIN: SIGNATURE 14e- 96 - 4/ 7 DELIVERY AND INSPECTION: All deliveries are to be F.O.B. CITY OF DEERFIELD BEACH. If a product does not meet specifications, or is defective it will be returned to the bidder in exchange or for full credit at no additional cost to the ity. Should any defect in material or workmanship appear during the Bove stated warranty period, the successful bidder shall replace any unit at no cost to the City of Deerfield Beach immediately upon notice. ORDER: Vendor shall place order with manufacturer within three (3) calendar days after receipt of purchase order. Bidder shall state in space provided on bid proposal sheets the approximate time required for delivery after receipt of purchase order. The City of Deerfield Beach reserves the right to terminate the Contract in the event that a delay in delivery is deemed unacceptable. STY : Quantities are listed for bidder's guidance only and no guarantee is given or implied as to quantity of ELECTRONIC BALLASTS AND TS FLUORESCENT LAMPS. Estimated quantities are listed by a cursory count of existing ballasts that have been recommended for replacement. INSTALLATION OF ELECTRONIC BALLASTS or bids including the cost of replacing fixtures, the removal of xisting ballasts and installation of replacement ballasts shall be performed by a State of Florida licensed electrician. All licensed electrician working under this contract shall be employed and be responsible to the successful bidder. The successful bidder, its electrical subcontractor, its employees and agents shall remain independent contractors and not agents nor employees of the City with respect to all of the acts, operations and services performed under this contract. Successful bidder shall ensure that his subcontractor shall provide all the supervision, labor, material, equipment, tools and incidentals necessary or proper for the performance and completion of this contract and at the appropriate prices shown on the Bid Proposal Sheet. A Qualification of Electrical Subcontractors' Form (Ehibit A) shall be completed for proposed contractor. The successful bidder shall be electrical contractor is licensed requirements as specified herein. responsible to ensure that the and holds the necessary insurance • S I HAVE READ AND AGREE TO THE SPECIFICATIONS SET FORTH HEREIN: SIGNATURE DATE 4e 5'� W BILLING PROCEDURE: All invoices for goods must be mailed to the City of Deerfield Beach, City Hall, 150 NE 2nd Avenue, Deerfield Beach, FL 33441. Invoices hall show the following: BID PROJECT NUMBER, PURCHASE ORDER NUMBER, NIT PRICE, EXTENDED TOTALS AND TOTAL OF INVOICE. PUBLIC ENTITY CRIMES AND NON -COLLUSIVE AFFIDAVIT FORMS: Each Offeror shall complete the Public Entity Crimes Form (EXHIBIT B) and the Non -Collusive Affidavit (EXHIBIT C) and shall submit the forms with the Bid. The City of Deerfield Beach considers the failure of the Offeror to submit these documents to be a major irregularity and may cause rejection of the Bid. ELIGIBLE USERS: Use of this contract shall be available to other Political Agencies (County, State, Municipal or other Local Public Agencies or Authority) which may desire to purchase under the terms and conditions set forth in this bid invitation. Such purchasers shall_ be exempt from the competitive bid requirements, otherwise applying to their purchases. Only that portion of the bid awarded to the successful bidder shall be available to other Political Agencies. The Bidder will extend the same price, terms and conditions to other political agencies. NDEMNIFICATION: The Contractor shall defend, indemnify and hold harmless the City of Deerfield Beach, Florida from all suits, actions, and damages, judgements, or costs of every name and description to which the Commission may be subject or put by reason of injury to persons (bodily injury including death; or personal injury) or property damage as a result of the work, whether caused or alleged to be caused, by the negligence, carelessness or willfulness on the part of the Contractor, his servants or agents, or other cause. Monies due, or to become due, to the Contractor under the Contract, as may be considered necessary by the City, shall be retained by the City until such suits or claims for damages shall have been settled or otherwise disposed of and satisfactory evidence to that effect has been furnished to the City. The holding of any monies shall not deprive the City of any other rights on remedies against Contractor. The Contractor shall, in addition, instruct his insurance agent or carrier to furnish to the City a Certificate of Insurance attesting to the issuance of insurance policies affording coverages as required and listed on the following pages of this section and to provide the required indemnification with the City as named insured. Please note that such Certificate of Insurance and any required Bonds must be issued within ten (10) calendar days of award. 7 I HAVE READ AND AGREE TO THE SPECIFICATIONS SET FORTH HEREIN: r 2 T7%_- SIGNATURE DATE _ le 9G- 4 -7 EXCESS LIABILITY COVERAGE (UMBRELLA): The Contractor shall instruct his insurance representative to file a l0ertificate of Insurance attesting to excess liability or a layer of overage beyond primary in the amount of $500,000.00 as required by contract amount. Risk Management reserves the right to require excess liability coverage up to as above, considering the value of the work and any damages the City of Deerfield Beach suffers, if deemed necessary. BROAD FORM PROPERTY DAMAGE COVERAGE: When a Contractor is performing work on an existing City facility or work is to be performed adjoining such City facility, it will be necessary for the Contractor to maintain additionally endorsed minimum coverage in the amount of $100,000 for the current repair and replacement value of such facility, the contents, (boilers and machinery, etc.,, if any), contained within such facility, if not already in the form of coverage Contractor has in force. PREMIUM PAYMENTS AND COMMISSION ACCEPTANCE: The premium to be expended for all of the above enumerated policies of insurance shall be paid by the Contractor. The endorsements, policies of insurance, certificates of insurance and the insurance agent or insurance companies issuing such certificates or policies of insurance must be acceptable to the City, as licensed and authorized to do 4Kbusiness in the State of Florida. ESIGNATION AS TO WHERE COVERAGE APPLICABLE: All policies or certificates of insurance must be issued indicating that such policies or certificates are applicable to work being performed under a specific Contract or to all work performed by the Contractor for the City of Deerfield Beach, as an additional insured with annually renewed Certificates of Insurance. NOTIFICATION OF ALTERATION OR MATERIAL CHANGE OR CANCELLATION A minimum of ten (10) days for certain lines of coverage and thirty (30) days written notification for others must be given by an insurer on any substantive alteration, material change or cancellation affecting any Certificates or Policies of Insurance as required under this Contract. Such required notification must be timely sent to the addressee indicated below: David L. Amason Risk Manager 150 N.E. 2nd Avenue Deerfield Beach, Florida 33441 • 9 I E READ AND AGREE TO THE SPECIFICATIONS SET FORTH HEREIN: SrGNATU E DATE ,e- 5C - z1 7 SPECIFICATIONS ELECTRONIC BALLASTS: MAGNETEK BRAND/ 265 HIGH POWER FACTOR Type: ONE (1), TWO (2) and "U" LAMP BALLAST 0 - MAGNETEK TRIAD P-IS #B232I277L THREE (3) LAMP BALLAST 14AGNETEK TRIAD P-IS #B332I277L FOUR ( 4 ) LAMP BALLAST MAGNETEK TRIAD P-IS #B432I277L FLUORESCENT LAMPS: GENERAL ELECTRIC HIGH EFFICIENCY TRIMLINE T8 LAMPS Type: GE F32T8/SP35 (4' lamp) GE F40TB/U6/SP35 (U lamp) MINIMUM SPECIFICATIONS 1. The ballasts shall be manufactured in the United States. The ballasts shall be specifically designed to operate one (1), two (2), three (3) and four (4) lamps. ** LAMP APPLICATION IS DEFINED ON THE ATTACHED PROPOSED LOCATION SHEET. 2. Ballasts shall be capable of operating remaining lamp(s), if one or more companion lamps fail or are removed. 3. Ballast shall be electronic type and operate lamps at a frequency above 20K HZ from an input frequency of 60HZ. 4. Ballast shall provide starting sequence consistent with lamp manufacturer's recommendation and shall provide full rated lamp life. 5. Ballast and lamps shall be listed with Underwriter's Laboratories, Inc. 6. Total harmonic distortion shall be less than 20 percent. 7. Ballast shall contain NO Polychlorinated B.iphenyls (PCB's). 8. Lamps shall have a CRI (Color Rendering Index) of 75. 9. Lamps shall have a diameter of 1", medium bipin, and shall be rated average life 20,000 hour on a rapid start ballast (three (3) hours per start. 11 I HAVE READ AND AGREE TO THE SPECIFICATIONS SET FORTH HEREIN: SIGNATURE DATE "f �P6 - /-/ I (EXHIBIT A) UALIFICATION OF ELECTRICAL SUBCONTRACTOR'S FORM CONTRACTOR'S NAME: FcwD,4 J T*7b 49 STATE LICENSE # (54 o4 `4, l �. r- 3 R C v r ( t- BROWARD OCCUPATIONAL LICENSE # EC (Z(� Q 4 0' LIST OF REFERENCES: REFERENCE #1 NAME OF CUSTOMER: (u L SW(i AP, C M00►71� Niur�., pJJO C ADDRESS: w CITY/STATE/ZIP : N • rrU.4 1L;.a Aro-Q. - hlf :)/+ 13f-) NAME OF CUSTOMER'S CONTACT: A/oP b,¢N TITLE: TELEPHONE NO.: '7 / DESCRIPTION OF WORK PERFORMED: �.Q�, r-+Z CONTRACT TITLE: CONTRACT DATE: REFERENCE #2 NAME OF CUSTOMER: ocaA&l O/v�4F-G ADDRESS: CITY/STATE/ZIP: NAME OF CUSTOMER'S CONTACT: 3oCZ TITLE: TELEPHONE NO.: Qq/-- F-7 0 DESCRIPTION OF WORK PERFORMED: -. F(r--*-- 4C p/L., 0 ONTRACT TITLE: ~ CONTRACT DATE: � Page 1 0f 2 IFICATION OF ELECTRI 0 LIST OF REFERENCES: (CONTINUED) REFERENCE #3 SUBCONTRACTnR,a Fno NAME OF CUSTOMER: ADDRESS: E- L 6CA�) 7-e(-vQ (EXHIBIT A) [ CONTINUED CITY/STATE/ZIP: _t��,Zp,�-�� NAME OF CUSTOMER'S CONTACT: Sr4rr, 76Arrl477---' TITLE: TELEPHONE NO.: DESCRIPTION OF WORK PERFORMED: CONTRACT TITLE: CONTRACT DATE: Page 2 of 2 SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), EXHIBIT 8 FLORIDA STATUTES. ON PUBLIC ENTITL CRIMES �15 FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO MINISTER OATHS. I. This sworn statement is submitted to G, 1-.1 (r? 0 " " p C, . V (PrVt name of the public entity) by � !^4� � � (� � `� 2� (print individual's name and title) for C c!�,I-4 17L)'f-, 'y P (print name of submitting sworn statement) whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is �'"�� B•S�o?�7 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(8), 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 of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, 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, nonjury trial, or entry of a plea of guilty or nolo contenders. 4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes_ means: I. A predecessor or successor of a person convicted of a public entity crime; or 2. 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 ownership 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 knowingly enters into a joint venture with a person who has been convicted of a public encity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I 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 co enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services lee 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. Page 1 of 2 EXHIBIT B 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (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 has been charged with and convicted of a public entity crime subsequent to July 1. 1989. The entity submitting this sworn statement, or one or more of its officers, directors. executives. partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an 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 1 (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 THE INFORMATION CONTAINED IN THIS FORM. (signature) Sworn to and subscribed before me this day of Personally known i ' ��:t y(_ OR Produced identification (Type of identification) 0 Form PUR 7068 (Rev. 06/18/92) . 199�E. J V� Notary Public - State of My commission expires U-111CLAL NUrARY SEAL CORNSLIUS N W PFLUG (Printed typed oiC(x N1WdNN490P 6isbM.d ame of notary p OMIMMION EXP, OCT. 20,1995 Page 2 of 2 �e - 96- '/ 7 EXHIBIT C NON -COLLUSIVE AFFIDAVIT *State of !2_ ) County of--mL2> rl(�' w )ss. Trc tom? - J iT7-3 C-,,, e deposes and says that: being first duly sworn, 1. He/she is the (Owner, Partner, rF_�'sg4-4+% 7-( v V icer, Representative CLI; or Agent) of I the Offeror that has 2. He/she is fully informed respecting the preand contents Of the attached Proposal and of all pertin nt aration 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 owners, agents, representatives, employees or � Partners, interest, including this affiant, have in an wa parties in conspired, connived or agreed, directly or indirectly, colluded, other Offeror, firm, or person to submit a collusive with h shany am 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 connivance, or unlawful agreement on the part of the Offeror cor any other of its agents, representatives, owners, employees or Parties in interest, including this affiant. 0 Page 1 of 2 le- 56-z/7 Signed, sealed and delivered EXHIBIT C in t resence of: Wi ess Witness (Printed Name) (Title) State of Flo�yda � p County of f-m 1 On this 2 —Ld day of 111[� "� 19 before me the undersigned Notary-, Public of the State of Florida, personally appeared Name(s) of vidual (s) w appeared efore notary) whose name(s) is/are Subscribed to the within he/she/they acknowledge that he/she/they-executed it. i WITNESS my hand 1 and official seal. P, li NOTARY PUBLIC SEAL OF OFFICE: OPTIONAL INFORMATION: NOTARY instrument, and NMARY PUBLIC STATE OF FLOR COMMISSION NO. cc l MY COMMISSION !M- OCT. 20.1 d (Name of Notary Public; Print, Stamp or Type as Commissioned.) ZPersonally known to me, or — Produced identification: (Type of Identification Produced) xDID take an oath, or — DID NOT take an oath. Type of Document: Number of Signatures Notarized: 0 Page 2 of 2 Number of Pages: PROPOSED BALLAST REPLACEMENT SCHEDULE MAGNETEK TRIAD MAGNETEK TRIAD MAGNETEK TRIAD MAGNETEK TRIAD =MAGNETEKG. E. G. l:. 82321277E 82321277L B3321277L SQ21277L 1 LAMP BALLAST 2 LAMP BALLAST 3 LAMP BALLAST 4 LAMP BALLASTTRIMLINE T6 TRIMLINE T8 T F32TSISP35 F40TSIU61SP3 2nd Ave. 9 41 NE Focal Point 248 85 1083 85 227 NW 2nd St.NE Focal Point Child Care Ctr. Fire Sta M2 590 5. Powerline Fire Training 580 S. Powerline Fire Sta. 01-Admin. 928 E. Hillsboro Dfid Mdle Concession 701 SE Bth Ave. 1Pioneer Pk Rec. Ctr. 425 NE 3rd St. tWestside Pk Rec. 445 SW 2nd Ave. North Pavillipn C on Park �2 Illaboro Public Wrks Cmplx 210 SW Goolsby_3; Engineering/Utilides 200 Goolsb 6 Broward Sheritrs Office 300 NE 2nd St. 'Nest Water Treatment 290 Goolsby Pioneer Park Cookery 426 NE 3rd SL 3ioneer Annex ?49 NE Sth Avenue =ire St 031Lifeguard '1 SE 21 st Street ennis ''22 N. Dixie Hwy :Oncession Vestside Park eo Robb Gym 36 S nd Street )Id House 32 Street ist Water Treatment I NW 2nd Avenue TOTAL ee 9 10 9 221 n] 10 10 590 164 43 19 14 429 15 2 10 933 36 11 4 44 192 111110 2 896 98 116 60 4 903 469 578 215 68 64 95 32 48 45 20 60 $270 0 0 0 10 0 0 36 11 4 44 0 0 0 0 0 0 192 e/,_r ` "' q 7 BID PROPOSAL, 3I1) PROJECT NUMBER: #1994-95/08 ELECTRONIC BALLASTS AND TS FLUORESCENT LAMPS �To Donna M. Council, Purchasing Agent, city of Deerfield Beach: The Undersigned proposes to provide all services in accordance with furnished Specifications and Price Sheets to the City of Deerfield Beach. THIS BID FORM MUST BE COMPLETED AND RETURNED TO CONSTITUTE A VALID BID. EST. ITEM # DESCRIPTION UANTITY UNIT COST EXTENSION 11. I MAGNETEK TRIAD, B232I277L— I I I 11 LAMP BALLAST ( 59 TOTAL) I I I I I 1 2 LAMP BALLAST (596 TOTAL) I I I I I I U-LAMP BALLAST (192 TOTAL) 847 #� I �`,�3� 6•�� I I i i I$ 12. I MAGNETEK TRIAD, B332I277L I I 3 LAMP BALLAST I 429 I I $ ��3J '7972 $ 3. I MAGNETEK TRIAD, B432I277L I 14 LAMP BALLAST I 933 I# (•�.� I I I$ r 4. I G.E. TRIMLINE T8, F32T8/SP35 I I I I I i FLUORESCENT LAMPS I 6,270 I $ .� �' I $_ 5. I G.E. TRIMLINE T8, F40T8/U6/SP35 I I FLUORESCENT LAMPS I 192 I I$�I$�z�� I 16. I i INSTALLATION COST PER UNIT I 12,209 I ... i $�st QQ I have received, read and agree to the terms and conditions as set forth in the General and Technical Specifications herein. I have read, understand, and agree to all Instructions to Bidders (including the Non -Collusion Bidding Certification). I hereby recognize and agree that upon execution of this document by an authorized officer of the City of Deerfield Beach, the document, together with the contractor's bid and all other documents prepared by or on behalf of the City of Deerfield Beach for this bid solicitation, shall become a binding contract between the parties for the services to be provided in accordance with the terms and conditions set forth herein. COMPANY NAME: Mc Donald Dist of Florida Please T pe ADDREss: R(,e_C 1-4 (,1 SIGNATURE: c TITLE: �d OCity State � Q Zip L. NO. 3 OAS P.S _'� i 7, 1 —.� FAX NO. 7(ti C6 ,P's—, P4 4.--( to st— iri Im- �7 CITY OF DEERFIELD BEACH FLORIDA ' 150 N.E. SECOND .AVENUE • 33441-3598 • (305) 480-4200 • FAX 13051 480-4268 NOTICE TO SUPPLIERS OF ELECTRICAL BALLASTS AND T8 LAMPS.. ADDENDUM #1 (2/16/95) BID NO. 1994-95/#08 SCHEDULED OPENING DATE: MONDAY, MARCH 6, 1995,AT 10 00 A.M.�(ESTwdwl) This addendum is being issued to make necessary changes to the specifications and model number on the U Lamps. PLEASE NOTE THE FOLLOWING IMPORTANT CHANGE TO THE BID SPECIFICATIONS AND INVITATION TO BID PROPOSAL FORM: TYPE LAMP SHALL BE: GENERAL ELECTRIC HIGH EFFICIENCY TRIMLINE TS LAMPS, #F32T8SP35/U/6. Attached you will find revised specifications and BID PROPOSAL Sheet. Please use the attached corrected sheets when submitting your bid. I apologize for any inconvenience that this may have caused. Should you have any questions or require clarification, please call Donna Council, Purchasing Agent, City of Deerfield Beach, FL (305) 480-4380. Please acknowledge receipt of this addendum by signing below and returning this document with your bid. Company Name Address 3 (ct <� S .J %` 1(20r� salesman Authorized Signature sa' Ti le (typewritten) c: Clark Richards, Building Official • /L- - Fv+ / 7 SPECIFICATIONS ELECTRONIC BALLASTS: MAGNETEK BRAND/ 265 HIGH POWER FACTOR Type: ONE (1), TWO (2) and "U" LAMP BALLAST MAGNETEK TRIAD P-IS #B232I277L THREE (3) LAMP BALLAST MAGNETEK TRIAD P-IS #B332I277L FOUR (4) LAMP BALLAST MAGNETEK TRIAD P-IS #B432I277L FLUORESCENT LAMPS: GENERAL ELECTRIC HIGH EFFICIENCY TRIMLINE T8 LAMPS Type: GE F32T8/SP35 (4' lamp) GE F32T8/SP35/U/6 (U lamp) MINIMIL'M SPECIFICATIONS 1. The ballasts shall be manufactured in the United States. The ballasts shall be specifically designed to operate one (1), two (2), three (3) and four (4) lamps. ** LAMP APPLICATION IS DEFINED ON THE ATTACHED PROPOSED LOCATION SHEET. 2. Ballasts shall be capable of operating remaining lamp(s), if one or more companion lamps fail or are removed. 3. Ballast shall be electronic type and operate lamps at a frequency above 20K HZ from an input frequency of 60HZ. 4. Ballast shall provide starting sequence consistent with lamp manufacturer's recommendation and shall provide full rated lamp life. 5. Ballast and lamps shall be listed with Underwriter's Laboratories, Inc. 6. Total harmonic distortion shall be less than 20 percent. 7. Ballast shall contain NO Polychlorinated Biphenyls (PCB's). 8. Lamps shall have a CRI (Color Rendering Index) of 75. 9. Lamps shall have a diameter of 1", medium bipin, and shall be rated average life 20,000 hour on a rapid start ballast (three (3) hours per start. 11 I HAVE READ AND AGREE TO THE SPECIFICATIONS SET FORTH HEREIN: SIGNATURE DATE .. nG_ L7L-7PROPOSED BALLAST REPLACEMENT SCHEDULE II MAGNETEK TRIAD B2321277L 1 LAMP BALLAST MAGNETEK TRIAD B2321277L 2 LAMP BALLAST MAGNETEK TRIAD 33321277L 3 LAMP BALLAST MAGNETEK TRIAD 54321277L 4 ONE LAMP MAGNETEK TRIAD 82321277L U -LAMP BALLAST G. E. TRIMLINE TB F32T8/SP36 G E. TRIMLINE Tf F32T8/SP3&t 2nd Ave. al Point I 9 41 248 65 1083 B6 2nd St NE Focal Point 224 896 0 Child Care Ctr. Fire Sta #2 8 9 24 2 98 2 590 S. Powerline Fire Training 10 24 116 0 580 S. Powerline Fire Sta. #1-Admin. 9 I 39 174 0 928 E. Hillsboro Dfld Mdle Concession • 1 ` w146 30 60 623 0 701 SE Sth Ave. Pioneer Pk Rec. Ctr. 10 40 0 420 NE 3rd St Westside Pk Rec. 14 66 10 288 10 4" SW 2nd Ave. B0 240 0 North Pavillion tution Park Hillsboro Public Wrks Cmplx 210 SW Goolsby EngineeringA,Jtilities 200 Goolsby Broward Sheriff's Oftic 300 NE 2nd St. West Water Treatment 290 Goolsby Pioneer Park Cookery 425 NE 3rd SL Pioneer Annex 249 NE 5th Avenue Fire St #3/1-ifeguard 71 SE 21 st Street Tennis 222 N. Dixie Hwy Concession Westside Park Leo Robb Gym 12nd Street 001 House 2E,2nd Street ter Treatment 2nd Avenue TOTAL 15 33 221 122 11 8 23 135 4 21 164 11 44 L4l 10 10 696 12 14 60 4 963 578 215 68 32 48 1° do 429 933 192 6270 4 44 0 0 0 0 0 0 192 BID PROPOSAL BID OROJECT NUMBER: #1994-95/08 * To ELECTRONIC BALLASTS AND T8 FLUORESCENT LAMPS Donna M. Council, Purchasing Agent, City of Deerfield Beach: The Undersigned proposes to provide all services in accordance with furnished Specifications and Price Sheets to the City of Deerfield Beach. THIS HID FORM MUST BE COMPLETED AND RETURNED TO CONSTITOTE A VALID BID. EST. ITEM # DESCRIPTION QUANTITY UNIT COST EXTENSION 1. I MAGNETEK TRIAD, B232I277L I I I I I 11 LAMP BALLAST ( 59 TOTAL) I I I I I I 1 2 LAMP BALLAST (596 TOTAL) I U-LAMP BP.LLAST (192 TOTAL) I I 8427 I I I_ �I I $ (o � � $ 12. I MAGNETEK TRIAD, B3321277L I I I 13 LAMP BALLAST I I 429 I I•$ j j E I r18 17 Z .! 13. I I MAGNETEK TRIAD, B4321277L 1 4 LAMP BALLAST I I 933 I I C I I I I$ I g l S 14. I G.E. TRIMLINE TB, 1+32TB/SP35 I I I i I I I I I FLUORESCENT LAMPS I 6,270 I $ �• $ $ 15. I I G.E. TRIMLINE TB, F32TBSP35/U/6 I FLUORESCENT LAMPS I 192 1 I i- s as I I I I I I 16. I INSTALLATION COST PER UNIT 12,209 I $ 17.cL e fl # oBgd I have received, read and agree to the terms and conditions as set forth in the General and Technical Specifications herein. I have read, understand, and agree to all Instructions to Bidders (including the Non -Collusion Bidding Certification). I hareLy recognize and ayres �i:at 4pon execution of thla document- by an authorized officer of the City of Deerfield Beach, the document, together with the contractor's laid and all other documents prepared by or an behalf of the City of Deerfield Beach for this bid solicitation, shall become a binding contract between the parties for the services to be provided in accordance with the terms and conditions set forth herein. MC Do ist of Florida COMPANY NAME: SIGNATURE: �jw��- ►� �� Please Type ADDRESS: 3 (E2 IN L_. , �� TITLE : City State Zip - TEL. NO. �Ci J ` �"{y ( "Z J J� FAX NO. C] ..? - �j - Z.� r/ �l � 0 § $ q k § ) q - k ■ ■ § ■ § - § : ■ q � - k - m � k § - - § S § § - k _ m B § § k - - e w I q k 4 § . q k B I - § # � a § 2 ■ � k ; go ; # $ ■ $ § $ § ■ q # a s A P4 C ■ in § 9 � § 2 § J � $ k 9 V: � _ �_ � § $ � � � e m ■ ■ 9 � & & ■ § § � & � a 2 2 § ■ ■ § 7 is 17 2 § § o - o