Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2000-044Temp. Reso. #8916 1 1 /28/00 Rev. #1 - 2/15/00 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2000- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO APPROVE THE PURCHASE OF LIGHTING FOR THE TAMARAC SPORTS COMPLEX PRACTICE FIELD AT A TOTAL COST NOT TO EXCEED $68,433.52, FROM HUNTER KNEPSHIELD UTILIZING THE STATE OF FLORIDA SNAPS AGREEMENT #5501534, HORSEPOWER ELECTRIC, INC., UTILIZING THE SCHOOL BOARD OF BROWARD COUNTY BID NO. 20-129R AND BAILEY ENGINEERING; APPROVING FUNDING FROM THE APPROPRIATE CAPITAL IMPROVEMENT ACCOUNT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the purchase of lighting for the Tamarac Sports Complex practice field was approved in the Capital Improvement Plan budget and available funds exist in Parks & Recreation Capital Improvement Account entitled "Parks Practice Field Lights, Project #GPOOC"; and WHEREAS, City Code Section 6-155 allows the Purchasing/Contracts Manager the authority to procure supplies, material and equipment, which are the subject of contracts with other governmental agencies without following purchasing procedures, as set forth in Section 6-149; and 1 Temp. Reso. #8916 2 1 /28/00 Rev. #1 - 2/15/00 WHEREAS, the Parks and Recreation Director and Purchasing/Contracts Manager recommend the purchase of lighting for the Tamarac Sports Complex practice field for a price not to exceed, $68,433.52, from Hunter Knepshield utilizing the State of Florida SNAPS price agreement #5501534, and from Horsepower Electric, Inc., utilizing the School Board of Broward County Bid No. 20-129R and Bailey Engineering quotation, attached hereto as Exhibit "A"; 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 approve the purchase of lighting for the Tamarac Sports Complex practice field for a price not to exceed $68,433.52, from Hunter Knepshield utilizing the State of Florida SNAPS price agreement #5501534, and from Horsepower Electric, Inc., utilizing the School Board of Broward County Bid No. 20-129R and Bailey Engineering quotation. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: That the foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. L, 1 1 1 Temp. Reso. #8916 3 1 /28/00 Rev. #1 - 2/15/00 SECTION 2: The purchase of lighting for the Tamarac Sports Complex practice field for a price not to exceed $68,433.52, from Hunter Knepshield utilizing the State of Florida SNAPS price agreement #5501534 and from Horsepower Electric, Inc., utilizing the School Board of Broward County Bid No. 20-129R and Bailey Engineering quotation, is hereby approved as follows: Hunter Knepshield Bailey Engineering Horsepower Electric, Inc $31,351.12 3,500.00 _33,582.40 TOTAL $68,433.52 SECTION 3: Funding for this purchase will be from the appropriate Capital Improvement Account. SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: 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. Temp. Reso. #8916 4 1 /28/00 Rev. #1 - 2/15/00 SECTION 6: This Resolution shall become effective immediately upon adoption. PASSED, ADOPTED AND APPROVED this a30day of ;'-, 2000. ATTEST: JOE SCHREIBER MAYOR CAR GOLD, CMC/AAE ITY CLERK I HEREBY CERTIFY that I have approved this OLUTION as to form. i MITCHELL S. KRAF CITY ATTORNEY 1 fr - 0W!2 i 1 ..:f r jo a r 0 ELAWLEY _ O /11 �S � December 27. 1999 P v t T Mr. Timothy G. Tapp 4480 NorthNvest 4`h Court Coconut Creek, Florida 33066 Re: Practice Field Lighting 9901 NW 771h Street @ Hiatus Road Tamarac, Florida Dear Mr. Tapp: We are pleased to submit our proposal for electrical engineering services for the above project. Our services shall include the following: l . Completed drawings for the work, covering all phases of our design, in accordance with a format determined by you. 2. Coordination w/ Horsepower Electric as necessary to insure a coordinated design effort. 3. Attend two (2) meetings to answer questions relevant to our design. Our fee for this work shall be $3,500.00, payable as follows: 100% Complete - When Plans are Complete Very truly yours, Stephen E. Bailey, P.E. ACCEPTED F18299D • a3,500.00 DATE 2101 N. ANDREWS AVENUE, SUITE 100, FORT LAUDERDAL_E. FLORIDA 33311 �1 TEL: (954) 564-3111 FAX: (954) 564-3040 WEB: www.baileyengineering .corn nAp outi 1a�' i 9 i14 z kr. F ',€ NA d It �7 u F 9 F HC�RSNPOWER ELECT C a �E s k4 ,, taT ilr x e G, t _ ,_ ; 145Wt Aye ialeArFL`33Q V1QS) QQ1ttiEIX E t , q t9�rt .fit PROPOSAL SUBMITTED TO City of Tamarac PHONE DATE 11/11/00 STREET JOB NAME Tamarac Park Practice Field Lighting CITY, STATE AND :ZIP CODE JOB NAME ARCHITECT ]DATE OF PLANS JATT. JOB PHONE Tim Tapp Horsepower Electric Inc. will furnish all labor equipment and material (excluding sportfield pole and lighting package) to complete the installation of the sportfield lighting on the practice field according to Qualite Lighting specifications. All work shall be done in compliance with the National Electric Code and the South Florida Building Code and shall carry a one (1) year warranty. All permits and bonds if required shall be obtained by Horsepower Electric Inc. and reimbursed by the City of Tamarac. It shall be the responsibility of Tamarac Parks and Recreation Department to locate all existing underground irrigation and tilities that may exist within the work zone. This estimate has been compiled from unit prices that exist in our installation, replacement and repair of security and sport type lighting 24 month term contract with the School Board of Broward County Bid No. 20-129 R. S 33,582.40 All material is guaranteed to be as specified All work to be completed in a workmanlike AUTHORIZED / nwnner according to standard practice Any alteration or derivation from above speeifieatirns SIGNATURE involving extra costs will be executed only upon %i men orders. and will become an extra charcc Kole:11 Is pr posa may e oscr and above the estimate. All ❑grcemirms contingents upon strikes, accidents or delays withdravyn by us if not accepted within 3Q days. (beyond our control Owner to carry tire, romado and other necessary insurance Our workers arc tuIIy covered by Workmen's Compensation insurance -\c7crtitzltirr tit prulttt ct1 - The above prices, specifications and conditions are satisfactory and are hereby accepted. iou are authorized to do work as specified. Payment will be made as outlined above. DATE OF ACCEPTANCE: SIGNATURE E ^ ,1_ The School Board of Broward County, Florida Purchasing Department ed No.: 20-129R Board Meeting Description: INSTALLATION. REPLACEMENT AND REPAIR OF SECURITY AND SPORT TYPE LIGHTING TERM CONTRACT For: DISTRICT MAINTENANCE FEBRUARY 1. 2000 Bids Sent: 13 Bids Rec'd: 4 No Bids: 2 Bid Opening: DECEMBER 6. 1999 Advertised Date: NOVEMBER 23. 1999 (School/Department) Fund: DEPARTMENT'S OPERATING BUDGET Award Amount: $1,500.000 (PER CONTRACT_ PERIOD) POSTING OF BID RECOMMENDATION/TABULATION: Bid Recommendations and Tabulations will be posted in the Purchasing Department on DECEMBER 16. 1999 (a 3:00 P.M. , and will remain posted for 72 hours. Any person desiring to protest the Bid Recommendation/Tabulation shall file, in writing, a notice of protest within 72 hours after the time posted as stated herein, and shall file a formal written protest within ten days after filing the notice of protest. Saturdays, Sundays and legal holidays shall be excluded in the computation of the 72-hour time period. Filings shall be at the office of the Director of Purchasing, 7720 West Oakland Park Boulevard, Suite 323, Sunrise, Florida 33351. Section 120.57(3)(b), Florida Statutes, states that "The formal written protest shall state with particularity the facts and law upon which the protest is based." RECOMMENDATION/TABULATION ITEM S) AWARDED TERMS AMPCO ELECTRIC, INC. I NET 30 FLORIDA ELECTRIC SERVICE I NET 30 HORSEPOWER ELECTRIC 1 -_NET 30 Y?r7 IN ORDER TO MEET THE NEEDS OF THE SCHOOL SYSTEM AND IN THE BEST INTEREST OF THE SCHOOL BOARD, THE BOVE ITEM IS RECOMMENDED TO BE AWARDED TO THE THREE LOWEST BIDDERS MEETING SPECIFICATIONS, TERM , AND CONDITIONS. THE LOW BIDDER WILL BE CONSIDERED THE SCHOOL BOARD'S PRIMARY VENDOR, IF THE LOW B1bpER IS UNABLE TO MEET THE BID REQUIREMENTS, THEN THE NEXT BIDDER WILL BE UTILIZED. CONTRACT PERIOD: FEBRUARY 1, 2000 THROUGH JANUARY 31, 2002. [7 3 CD --n ['7 FOR FURTHER INFORMATION ABOUT THIS BID SEE PAGE 5 OF 19 PAGES OF THE BID. N rV rn —1 Date: � .►� t ! 1J mg (Buyer/Purchasing Agent) 8/19/98 Broward County Public Schools is An Equal Opportunity Employer The School Board of Broward County. Florida PURCHASING DEPARTMENT Suite 323 7720 West Oakland Park Blvd. Sunrise, Florida 33351-6704 I Telephone Number - Purchasing PAGE 1 (954) 765-6120 Bids will be opened in the Purchasing Department at 2:00 P.M. on DECEMBER 6, 1999 and may not be withdrawn within sixty (60) days after such date and time. Vendor Name: AMPCO ELECTRIC, INC. Vendor Mailing Address: 3949 SW 12 COURT City - State - Zip Code FT. LAUDERDALE, FL. 33312 INVITATION TO BID Bidder Acknowledgement Bid number: 20-129R I Date Mailed: 11-12-99 BID TITLE: REPAIR OF SECURITY AND SPORT TYPE LIGHTING 24 MONTH TERM CONTRACT (199-07, 968-79) Terms: Bidder see FP 3 - General Conditions In order for Bid to be considered for award. Bidder must return with Bid submitted the executed Invitation to Bid page. If either the remit to address or the address to which your company desires to have purchase orders mailed to is different from the address stated on this page then provide this information as an attachment to this bid. Note that only one remit to and one order from address will be accepted. Vendor Taxpayer Identification Number (Telephone Number: 59-1313398 Area Code: (954) 584-1641 nternet E-Mail Address: I certify that this bid is made without prior understanding. agreement or connection with any corporation, firm or person submitting a bid for the same materials, supplies, or equipment and is in all respects fair and without collusion or fraud. I certify acceptance of this bid's terms, conditions, specifications, attachments and addendum. 1 certify that I am authorized to sign this bid for the bidder. I agree that this bid cannot be withdrawn within sixty (60) days from date due. Toll -Free Number: Facsimile Number: t eo0 Area Code: (954) 584-6865 Internet URL: ,f SiynaturOW Authorized Representative (Mann MICHAEL KATULKA PRESIDENT Name of Authorized Representative (Typed or Printed) Title GENERAL CONDITIONS Bidder: To insure acceptance of the bid follow these instructions — SEALED BID REQUIREMENTS: The "INVITATION TO BID" page prices. Give both unit price and extended total. Prices must be stated in units to quantity specified in the bidding specification. In must be completed, signed, and returned with the bid. The bid case of discrepancy in computing the amount of the bid, the Unit be F.Q.B. Summary Sheet pages on which the bidder actually submits a bid upon which information is required to be inserted Price quoted will govern. All prices quoted shall destination, freight prepaid (Bidder pays and bears freight charges. herwise and any pages must be completed and submitted with the bid. Bids received that stated in Spewns cial Conditions. Discounts fds in transit and files or prompt payment Award, fail to comply with these submittal requirements shall not be if made, will be in accordance with terms and conditions stated considered for award. herein. Each item must be bid separately and no attempt is to be item items in with any other item or items. Soh a) BIDDER'S RESPONSIBILITY: It is the responsibility of the bidder to be certain that all numbered pages of the Bid and all Addendum released made to tie an or r 1 If a bidder 0 ers a discount or d i w f attachments thereto are received; and all are received prior to submitting a bid. All bids are subject to the specified herein on the attached Bid documents, and offers terms less than Net 30, it is understood that a minimum of 30 days will be required for payment, and if a payyment discount is from the date of conditions on any Addendum issued thereto. offered, the discount time will be computed satisfactory delivery at place of acceptance and receipt of correct b) BID SUBMITTED: Completed bid must be submitted sealed in invoice at the office specified. an envelope. Bids must be time stamped in the Purchasing Department prior to 2.00 p.m. on date due. No bid will be in the Purchasing Department a) TAXES: The School Board of Broward County, Florida does not pay Federal Excise and State taxes on direct purchase of considered if not time stamped prior to 2:00 pm on date due. Bids will be opened at 2:00 pm on order. ble personal property. The ap licable tax exemption number tangiown the This exemption does �QI apply is date due. Bids submitted by telegraphic or facsimile transmission, including any literature or other attachments shan purchase to purchases of tangible personal property made by contractors property in the performance of associated therewith, will not be accepted, c) EXECUTION OF BID: Bid must contain an original manual who use the tangible personal contracts for the improvement of ScF�ool Board owned real property as defined in Chapter 192 of the Florida Statutes. signature of an authorized representative in the space provided Failure to sign bid shall invalidate same, and it b)MISTAKES: Bidders are expected tc examine the specifications, instructions above. properly shall not be considered for award. All bids must be completed in If tion is delivery schedules, bid prices and extensions, and all ertaining to supplies and services. Failure to do so will be at ink or typewritten. No erasures are permitted. a come bidder's risk. n r in i h h ab t i r r rr fl i II c) CONDITION AND PACKAGING: It is understood and agreed that r rr i n m initi t r n signingh v ille nt ii any item offered or shipped as a result of this bid shall be new model at the time of this bid.) Ali containers wh n rr i n i bi or orrecti ns n t ini ialed will not to t b he original (current production shall be suitable for storage or shipment, and all prices shall bid conditions and specifications cannot be changed or altered include standard commercial packaging. in any way. Altered bids will not be considered. letin and d)UNDERWRITERS' LABORATORIES: Unless otherwise manufactured items and fabricated �2. NO BID: If not submittin a id res and b m ry 1 this orm, marking i "No bid " and exrlain stipulated in the bid, all assemblies shall be U.L. listed where such has been established returning one cc below the reason. Failure to bid without sufficient justification shall be for of a supplier's name from the bid mailing list. by U.L. for the item(s) offered and furnished. In lieu of the U.L. listing, bidder may substitute a listing by an independent testing cause removal Note: A bidder, to qualify as a respondent, must submit a "no bid laboratory recognized byy OSHA under the Nationally Recognized Recognition Program. bid" and same must be received no later than the stated Testing Laboratories INRTL) opening date and hour. e) BIDDER'S CONDITIONS: The Board specifically reserves the Reason for "no bid". right to reject any conditional bid. 3. PRICES QUOTED: Deduct trade discounts and quote firm net Form 3270D Broward County Public Schools Is An Equal opportundwEqual Access Employer (CONTINUED ON BACK) school Board of Broward County, Florida .iSTALLATION, REPLACEMENT AND REPAIR SPF SECURITY AND SPORT TYPE LIGHTING BID ITEM 1: A. 10,000 hours B C D 0E F G. H. I. CD C:)�. O 0 UN C_M 800 hours 3,500 hours 300 hours 1,200 hours 1,000 hours 1,300 hours 1,200 hours 1,300 hours BID SUMMARY SHEET (10 BE AWARDED, AS A GROUP Bidder to state FIRM hourly rate for LABOR for the installation/repairing of security and sport lighting Bidder to state FIRM hourly rates for the rental of the following equipment (including operators and transportation) for the installation/repairing of light poles: 100' Bucket Truck 65' Bucket Truck Two -man Platform Lift 30' Auger with pole setter (9' digging depth, up to 24" Diameter) Auger with pole setter (15' digging depth up to 5' Diameter) Trencher with line layer Trencher (5' digging depth} with rock chain Machine to bore under track on football field Bid No. 20-129R Page 15 of 19 pages REVISED - HOURLY RATE TOTAL 31.50 /hr 315,000.00 110.00/hr 88,000.00 5 5.0 0 /hr 35.00 /hr 10,500.00 75.00 /hr 90 000.00 G 110. 00 /hr 110, 000.00 4.t 10.00 /hr 13 0 00 .00 _ 50^_00 609000.400 10.00 /hr 13,0 .00 TOTAL BID ITEM I (A - I inclusive) ...................... I BG-.%.,cc ` (D O O L11 <- CDIll -DU� r, CDr) CDO CD M C:)fl- ') O CD O^ r'] CD (D Lf1 (D t1r� CDN CDO p C) C) "' CD I f\ , O . "D . C) w O 0 p C O M C)N O � O O M u1 LA � O 7) � CD CD N O rJ • ,. co — a, CYN co VENDOR NAME: AMPCO ELECTRIC, INC. DW/lc The School Board of Broward County, Florida j PURCHASING DEPARTMENT 1 Suite 323 7720 West Oakland Park Blvd. Sunrise, Florida 33351-6704 Telephone Number - Purchasing PAGE 1 (954) 765-6120 Bids will be opened in the Purchasing Department at 2:00 P.M. on DECEMBER 6, 1999 1 and may not be withdrawn within sixty (60) days after such date and time. NVITATION TO BID Bidder Acknowledgement Bid number: 20-129R Date Mailed: 1 1-12 -99 INSTALLATION, REPLACEMENT AND BID TITLE: REPAIR OF SECURITY AND SPORT TYPE LIGHTING 24 MONTH TERM CONTRACT (199-07, 968-79) Vendor Name: Florida Electric Service Co., Inc. Vendor Mailing Address: 1491 SW 21st Ave. City State - Zip Code .___Ft. Lauderdale, Florida 33312 Terms: Bidder see FP 3 - General Conditions In order for Bid to be considered for award, Bidder must return with Bid submitted the executed Invitation to Bid page. If either the remit to address or the address to which your company desires to have purchase orders mailed to is different from the address stated on this page then provide this information as an attachment to this bid. Note that only one remit to and one order from address will be accepted. ' Vendor Taxpayer Identification Number Telephone Number: Toll -Free Number: Facsimile Number: 59-0782017 Area Code: 954-587-6760 1-a00- n/a Area Code: 954 321-0351 I I .1 Internet E-Mail Address: Internet ssiems@bellsouth. net _ URL: i I certify that this bid is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same materials, supplies, or equipment and is in all respects fair and without collusion or fraud. I certify acceptance of this bid's terms, conditions, specifications, attachments and addendum. I certify that I am authorized to sign this bid for the bidder. I agree that this bid cannot be withdrawn within sixty (60) days from date due. rture of Name of Authorized Representative (Typed or Printed) Title GENERAL CONDITIONS Bidder: To insure acceptance of the bid follow these instructions — SEALED BID REQUIREMENTS: The "INVITATION TO BID" page prices. Give both unit price and extended total. Prices must be must be completed, signed, and returned with the bid. The bid stated in units to quantity specified in the bidding specification. In case of discrepancy in computing the amount of the bid, the Unit Summary Sheet pages an which the bidder actually submits a bid Price quoted will govern. All prices quoted shall be F.D.B. and any pages upon which information is required to be inserted destination, freight prepaid (Bidder pays and bears freight charges. must be completed and submitted with the bid. Bids received that Bidder owns goods in transit and files any claims), unless otherwise stated in Special Conditions. Discounts for prompt payment: Award, fall to comply with these submittal requirements shall not be if made, will be in accordance with terms and conditions stated considered for award. herein. Each item must be bid separately and no attempt is to be a) BIDDER'S RESPONSIBILITY: It is the responsibility of the made to tie anyy item or items in with any other Item or Items. Cash bidder to be certain that all numbered pages of the Bid and all or guantlri dls d will not besideration In attachments thereto are received: and all Addendum released mina If a bidder offers a discount or are received prior to submitting a bid. All bids are subject to the offers terms less than Net 30, it is understood that a minimum of 30 conditions specified herein on the attached Bid documents, and days will be required for payment, and if a payment discount is the discount time will be computed from the date of on any Addendum issued thereto. b) BID SUBMITTED: Completed bid must be submitted sealed in offered, satisfactory delivery at place of acceptance and receipt of correct an envelope. Bids must be time stamped in the Purchasing invoice at the office specified. Department prior to 2:00 p.m. on date due. No bid will be considered if not time stamped in the Purchasing Department a)TAXES: The School Board of Broward County, Florida does not pay Federal Excise and State taxes on direct purchase of prior to 2:00 pm on date due. Bids will be opened at 2:00 pm on tangible personal property. The applicable tax exemption number date due. Bids submitted by telegraphic or facsimile is shown on the purchase order. This exemption does = apply transmission, including any literature or other attachments to purchases of tangible personal property made by contractors associated therewith, will not be accepted. who use the tangible personal property in the performance of c) EXECUTION OF BID: Bid must contain an original manual signature of an authorized representative in the space provided contracts for the improvement of ScF�ool Board owned real property as defined in Chapter 192 of the Florida Statutes. above. Failure to properly sign bid shall invalidate same, and it be for award. All bids must be completed in b)MISTAKES: Bidders are expected to examine the specifications, delivery schedules, bid prices and extensions, and all instructions shall not considered ink or typewritten, No erasures are permitted. t f' pertaining to supplies and services. Failure to do so will be at n draw line through bidder's nsk. r h r rppagu correctionc) CONDITION AND PACKAGING: It is understood and agreed that item as a result of this bid shall be new r m initialedr i i correction fl any offered or shipped (current production model at the time of this bid.) All containers bids or correctic s not initialed will not be tabulated. The original shall be suitable for storage or shipment, and all prices shall bid conditions and specifications cannot be changed or altered include standard commercial packaging. in any way. Altered bids will not be considered. d)UNDERWRITERS' LABORATORIES: Unless otherwise NO BID: If not s bmittin a bid. re nit by completing and "No stipulated in the bid. all manufactured items and fabricated returning one coav of this orm marking it bid." and ex la ain assemblies shall be U.L. listed where such has been established below the region. Failure to bid without sufficient justification shall by U.L. for the item(s) offered and furnished. In lieu of the U.L. be cause for removal of a supplier's name from the bid mailing list "no listing, bidder may substitute a listing by an independent testing Note: A bidder, to quality as a respondent, must submit a bid" and same must be received no later than the stated bid laboratory recognized by OSHA under the Nationally Recognized Testing Laboratories (NRTL) Recognition Program. opening date and hour. Reason for "no bid" e) BIDDER'S CONDITIONS- The Board specifically reserves the PRICES QUOTED: Deduct trade discounts and quote firm net right to reject any conditional bid. Form 3270D Broward County Public Schools is An EqualOpportuniry/Equal Access Employer (CONTINUED ON BACK Revised 2/99 The School Board of Broward County, Florida INSTALLATION, REPLACEMENT AND REPAIR OF SECURITY AND SPORT TYPE LIGHTING R • BID ITEM 1• A. 10,000 hours G. H. 800 hours 3,500 hours 300 hours 1,200 hours 1,000 hours 1,300 hours 1,200 hours 1,300 hours f eet BI M ARY SHEET Bid No. 20-129R Page 15 of 19 pages - REVISED - HORUeR�LY 5 �. E TOTAL BE AWARDED A U Bidder to state FIRM hourly rate for LABOR for the installation/repairing of security and sport $ 3 8 .5 0 $ 3 8 5 , 0 0 0.0 0 lighting Bidder to state FIRM hourly rates for the rental of the following equipment (including operators and transportation) for the installation/repairing of light poles: 100' Bucket Truck $ 7 0. 0 0/hr $ 5 6, 0 0 0.0 0 65' Bucket Truck $ 6 0 . o o /hr $ 210.0 0 0.0 0 Two -man Platform Lift 30' 5$ 1.5 0 _/hr $ 15 .00 Auger with pole setter (9' digging depth, up to 24" Diameter) $60.0 0 /hr $ 7 2, 0 0 0.0 0 Auger with pole setter (15' digging depth up to 5' $ 8 5.0 0 $ 8 5 , 0 0 0.0 0 Diameter) Trencher with line layer g A Q.0Q /hr $ 5 2 , OQ 0.0 0 Trencher (5' digging depth) with rock chain S48 . U11u $ 57,6Q0.00 _ Machine to bore under track on football field S2 6_ ,Q-0 r $ 3 3 ► 8 0 0.0 0 2" conduit per foot, includes conduit TOTAL BID ITEM 1 (A - I inclusive) ...................... $ 966, 850.00 ✓ VENDOR NAME: Florida t DW/lc ---_-The School Board of Broward County, Florida PURCHASING DEPARTMENT Suite 323 7720 West Oakland Park Blvd. Sunrise, Florida 33351-6704 PAGE 1 Telephone Number - Purchasing (954)765-6120 NVITATION TO BID Bidder Acknowledgement Bid number: 20-129R I Date Mailed: 1 1-12-99 INSTALLATION, REPLACEMENT AND Bids will be opened in the Purchasing Department at BID TITLE. REPAIR OF SECURITY AND SPORT 2:00 P.M. on DECEMBER 6, 1999 TYPE LIGHTING 24 MONTH TERM and may not be withdrawn within sixty (60) days after _ CONTRACT (199-07, 968-79) such date and time. Vendor Name: Terms: Bidder see FP 3 - General Conditions /ar;c� �,,: f r r Elru �r� c l �► C In order for Bid to be considered for award, Bidder nest return with Bid submitted r the executed Invitation to Bid page. If either the remit to address or the address to Vendor Mailing Address: which your company desires to have purchase orders mailed to is different from Lf)Y 1/V, :[ the address stated on this page then provide this information as an attachment to City - State - Zip Code this bid. Note that only one remit to and one order from address will be accepted. M4 eu l < 4!. 3 .2Wi � Vendor Taxpayer Identification Number I Telephone Number: Area CodeK,('- r ; �; zie., �' i `. Internet E-Mail Address: I certify that this bid is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same materials, supplies, or equipment and is in all respects fair and without collusion or fraud. I certify acceptance of this bid's terms, conditions, specifications, attachments and addendum. I certify that I am authorized to sign this bid for the bidder. I agree that this.bid cannot be withdrawn within sixty (60) days from date due. Toll -Free Number: 1-500- Internet 1 URL: \ Facsimile Number: Area CodW,—,(. '_, )� je'- r{`w� Name of Authorized Representative (Typed or Printed) Title GENERAL CONDITIONS To insure acceptance of the bid follow these instructions — 'Bidder: SEALED BID REQUIREMENTS: The "INVITATION TO BID" page prices. Give both unit price and extended total. Prices must be stated in units to quantity specified in the bidding specification. In must be completed, signed, and returned with the bid. The bid case of discrepancy in computing the amount of the bid, the Unit Summary Sheet pages on which the bidder actually submits a bid Price quoted will govern. All prices quoted shall be F.O.B. and any pages upon which information is required to be inserted destination, freight prepaid (Bidder pays and bears freight charges. transit and files any claims), unless otherwise must be completed and submitted with the bid. Bids received that Bidder owns goods in stated in Special Conditions. Discounts for prompt payment: Award, fail to comply with these submittal requirements shall not be P Y if made, will be in accordance with terms and conditions stated considered for award. herein. Each item must be bid separately and no attempt is to be a) BIDDER'S RESPONSIBILITY: It is the responsibility of the nwith any other item or items. 91110 deratloo In bidder to be certain that all numbered pages of the Bid and all Addendum If a bidder offers a discount or gimwokoR�i attachments thereto are received: and all released received prior to submitting a bid. All bids are subject to the is understood that a minimum of30 is are conditions specified herein on the attached Bid documents, and days will be required for payment, and if a payment discount discount time will be computed from the date of on any Addendum issued thereto. offered, the satisfactory delivery at place of acceptance and receipt of correct b) BID SUBMITTED: Completed bid must be submitted sealed in an envelope. Bids must be time stamped in the Purchasing invoice at the office specified. Department prior to 2:00 p.m. on date due. No bid will be in the Purchasing Department a) TAXES: The School Board of Broward County, Florida does not pay Federal Excise and State taxes on direct purchase of considered if not time stamped prior to 2:00 pm on date due. Bids will be opened at 2:00 pm on facsimile tangible personal property. The applicable tax exemption number is the order. This exemption does = apply date due. Bids submitted by telegraphic or transmission, including any literature or other attachments shown on purchase to purchases of tangible personal property made by contractors who use the tangible personal property in the performance of associated therewith, will not be accepted. c) EXECUTION OF BID: Bid must contain an original manual contracts for the improvement of School Board owned real property as defined in Chapter 192 of the Florida Statutes. signature of an authorized representative in the space provided above. Failure to properly sign bid shall invalidate same, and it in b)MISTAKES: Bidders are expected to examine the specifications, delivery bid and extensions, and all instructions shall not be considered for award. All bids must be completed ink or typewritten. No erasures are permitted. If a corrpption,i schedules, prices pertaining to supplies and services. Failure to do so will be at bidder's necessarw �l 5Jnale line through the enterediiaure and nh r1111C n fluid, risk. c) CONDITION AND PACKAGING: It is understood and agreed that correctio t init' i n' i any item offered or shipped as a result of this bid shall be new usl0g nnanu correction fluid. Aay ientries. g (current production model at the time of this bid.) All containers when �+� �� corrections n t initiated will not be tabulated, The original bid conditions and specifications cannot be changed or altered shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. in any way. Altered bids will not be considered. i com tinci an d)UNDERWRITERS' LABORATORIES: Unless otherwise bid, manufactured items and fabricated 2. NO BID: If n t submittin a r on returningon o of thi orm m rkin it "No bid," n explain stipulated in the all assemblies shall be U.L. listed where such has been established f bel ww_the rgg§on. Failure to bid without sufficient justification shall by U.L. for the item(s) offered and furnished. In lieu of the U.L. be cause for removal of a supplier's name from the bid mailing list. listing, bidder may substitute a listing by an independent testing Note: A bidder, to qualify as a respondent, must submit a "no laboratory recognized byy OSHA under the Nationally Recognized bid" and same must be received no later than the stated bid Testing Laboratories INRTL) Recognition Program. opening date and hour. e) BIDDER'S CONDITIONS: The Board specifically reserves the Reason for "no bid" right to reject any conditional bid. 3. PRICES QUOTED: Deduct trade discounts and quote firm net Form 3270D Broward Counry Public Schools Is An Equal opportunity/Equal Access Employer (CONTINUED ON BACK) Revised 2'99 ;ar The School Board of Broward County, Florida INSTALLATION, REPLACEMENT AND REPAIR W F SECURITY AND SPORT TYPE LIGHTING BID ITEM 1: A. 10,000 hours 800 hours 3,500 hours 300 hours 1,200 hours 1,000 hours 1,300 hours 1,200 hours 1,300 hours 11 VENDOR NAME: DW/lc BAD_ SUMMARY SHEET (TO BE AWARDED AS A GROUP Bidder to state FIRM hourly rate for LABOR for the installation/repairing of security and sport lighting Bidder to state FIRM hourly rates for the rental of the following equipment (including operators and transportation) for the installation/repairing of light poles: 100' Bucket Truck 65' Bucket Truck Two -man Platform Lift 30' Auger with pole setter (9' digging depth, up to 24" Diameter) Bid No. 20-129R Page 15 of 19 pages - REVISED - HOURLY RATE TOTAL /h oa` /hr BUG q0, �lhr Auger with pole setter (15' digging depth up to 5' ko. j � Diameter) Trencher with line layer 33 6W. Trencher (5' digging depth) with rock chain_/hr Machine to bore under track on football field ISO. /hr /&/boo r TOTAL BID ITEM 1 (A - I inclusive) ............ .!. Horsepower Electric, Inc. y___ THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA rir t �rrw� air �eA� w' ■ww�rr� �MII1► ARTHUR S. HANBY, JR_ C.P.M., A.P.P. Director of Purchasing and Warehousing 7720 West Oakland Park Boulevard, Suite 323 Sunrise, Florida 33351-6704 Phone: 954-765-6120 SU NCOM: 484-6120 Facsimile: 954-767-8417 Bid Hotline: 954-765-6798 Vendor Information Desk: 954-765-6139 Internet URL: hftp://www.browardschools.com SCHOOL BOARD Chairperson DARLA L. CARTER Vice Chairperson DIANA WASSERMAN-RUBIN CAROLE L. ANDREWS JUDIE S. BUDNICK PAUL D. EICHNER. ESQ. STEPHANIE ARMA KRAFT,ESQ. MIRIAM M. OLIPHANT DR. ROBERT D. PARKS LOIS WEXLER Student Advisor ALEXIS WOLFSON Superintendent of Schools DR. FRANK TILL CERTIFIED MAIL November 24,1999 ADDENDUM NO.1 Bid No. 20-129R Installation, Replacement and Repair of Security and Sport Type Lighting CALLED FOR 2:00 P.M., DECEMBER 6,1999 0 TO ALL BIDDERS: 1. The bid opening date has been changed to December 10,1999. Bids are due in the Purchasing Department on or before 2:00 p.m. 2. The posting date has been changed to December 16,1999. 3. DELETE: Pages 15 and 16 of 19 Pages INSERT: Revised Pages 15 and 16 of 19 Pages. This Addendum is for information purposes only and need not be returned with your bid. By virtue of signing the "Invitation of Bid" Form, 3270D, Page 1 of Bid 20-129R, bidder certifies acceptance of this addendum. 0/rc enclosure Douglas White, Purchasing Agent I Transforming Education: One Student At A Time Broward County Public Schools Is An Equal Opportunity/Equal Access Employer The School Board of Broward County, Florida INSTALLATION, REPLACEMENT AND REPAIR 1WF SECURITY AND SPORT TYPE LIGHTING BID ITEM 1: A. 10,000 hours B. C. D. W F. G. H. 1. 800 hours 3,500 hours 300 hours 1,200 hours 1,000 hours 1,300 hours 1,200 hours 1,300 hours VENDOR NAME: DW/lc BID SUMMARY SHEET (TO BE AWARDED AS A GROUP Bidder to state FIRM hourly rate for LABOR for the installation/repairing of security and sport lighting Bidder to state FIRM hourly rates for the rental of the following equipment (including operators and transportation) for the installation/repairing of light poles: 100' Bucket Truck 65' Bucket Truck Two -man Platform Lift 30' Auger with pole setter (9' digging depth, up to 24" Diameter) Auger with pole setter (15' digging depth up to 5' Diameter) Trencher with line layer Trencher (5' digging depth) with rock chain Machine to bore under track on football field Bid No. 20-129R Page 15 of 19 pages - REVISED - HOURLY RATE /hr /hr /hr /hr /hr /hr /hr /hr /hr TOTAL BID ITEM 1 (A - I inclusive) ...................... TOTAL hool Board of Broward The ScPURCHASING INVITATION TO B I D DEPARTMENT Suite 323 7720 West Oakland Park Blvd. Sunrise, Florida 33351-6704 Bidder Acknowledgement PAGE 1 Telephone Number - Purchasing Bid number: 20-129R Date Mailed: 1 1-12-99 (954) 765-6120 REPAIR OF SECURITY AND SPORT Bids will be opened in the Purchasing Department at 2:00 P.M. on DECEMBER 6, 1999 BID TITLE: TYPE LIGHTING 24 MONTH TERM CONTRACT (199-07, 968-79) and may not be withdrawn within sixty (60) days after such date and time. Vendor Name: Terms: Bidder see FP 3 - General Conditions In order for Bid to be considered for award, Bidder must return with Bid submitted the executed Invitation to Bid page. If either the remit to address or the address to Vendor Mailing Address: which your company desires to have purchase orders mailed to is different from the address stated on this page then provide this information as an attachment to this bid. Note that only one remit to and one order from address will be accepted. City - State - Zip Code Vendor Taxpayer Identification Number Telephone Number: Toll -Free Number: Facsimile Number: Area Code: 1-800- Area Code: Internet E-Mail Address: Internet URL: I certify that this bid is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same materials, supplies, or equipment and is in all respects fair and without collusion or fraud. l certify acceptance of this bid's terms, ignature of Authorized Representative (Manual) conditions, specifications, attachments and addendum. I certify that I am authorized to sign this bid for the bidder. I agree that this bid cannot be withdrawn within sixty (60) days from date due. Name of Authorized Representative (Typed or Printed) Title GENERAL CONDITIONS Bidder: To insure acceptance of the bid follow these instructions - SEALED BID REQUIREMENTS: The "INVITATION TO BID" page prices. Give both unit price and extended total. Prices must be must be completed, signed, and returned with the bid. The bid stated in units to quantity specified in the bidding specification. In Summary Sheet pages on which the bidder actually submits a bid case of discrepancy in computing the amount of the bid, the Unit Price quoted will govern. All prices quoted shall be F.Q.B. and any pages upon which information is required to be inserted destination, freight prepaid (Bidder pays and bears freight charges. must be completed and submitted with the bid. Bids received that Bidder owns goods in transit and files any claims), unless otherwise fail to comply with these submittal requirements shall not be stated in Special Conditions. Discounts for prompt payment: Award, considered for award. if made, will be in accordance with terms and conditions stated herein, Each item must be bid separately and no attempt is to be a) BIDDER'S RESPONSIBILITY: It is the responsibility of the made to tie an item or items in with any other item or items. Cash bidder to be certain that all numbered pages of the Bid and all thereto Addendum uanti dl count offered will not be a consideration in attachments are received; and all released are received prior to submitting a bid. All bids are subject to the conditions specified herein on the attached Bid documents, and ion of award of bi If a bidder offers a discount or offers terms less than Net 30, it is understood that a minimum of 30 days be for if discount is on any Addendum issued thereto, will required payment, and a payment offered, the discount time will be computed from the date of b) BID SUBMITTED: Completed bid must be submitted sealed in satisfactory delivery at place of acceptance and receipt of correct an envelope. Bids must be time stamped in the Purchasing invoice at the office specified. Department prior to 2:00 p.m. on date due. No bid will be a)TAXES: The School Board of Broward County Florida does not considered if not time stamped in the Purchasing Department to 2:00 on date due. Bids will be opened at 2:00 on pay Federal Excise and State taxes on direct purchase of tangible The tax prior pm pm date due. Bids submitted by telegraphic or facsimile personal property. applicable exemption number is shown on the purchase order. This exemption does D_(2 apply transmission, including any literature or other attachments associated therewith, will not be accepted. to purchases of tangible personal property made by contractors who use the tangible personal property in the performance of c) EXECUTION OF BID: Bid must contain an original manual contracts for the improvement of School Board owned real signature of an authorized representative in the space provided property as defined in Chapter 192 of the Florida Statutes. above. Failure to properly sign bid shall invalidate same, and it be for All bids b)MISTAKES: Bidders are expected to examine the specifications, shall not considered award. must be completed in delivery schedules, bid prices and extensions, and all instructions ink or typewritten. No erasures are permitted. If a correction is pertaining to supplies and services. Failure to do so will be at necessary. draw a_ finale line through the entered figure and bidder's risk. enter the gorrecter� figgre or i�se an opaque correction fluid. All corrections mu initialed by the person signing the bid even c) CONDITION AND PACKAGING: It is understood and agreed that when usinr�p aaque correction fluid. Any illegible entries, any item offered or shipped as a result of this bid shall be new pencil bids or corrections not initialgd will not be tabulated. The original (current production model at the time of this bid.) All containers shall be suitable for storage or shipment, and all .prices shall bid conditions and specifications cannot be changed or altered include standard commercial packaging. in any way. Altered bids will not be considered. d)UNDERWRITERS' LABORATORIES: Unless otherwise NO BID: If not submitting a _ did. respond by completing and one copy of this m�Mn rking it "No bid." acid stipulated in the bid, all manufactured items and fabricated returning explain I w the reaNn. Failure to bid without sufficient justification shall assemblies shall be U.L. listed where such has been established by U.L. for the items) offered and furnished. In lieu of the U.L. be cause for removal of a supplier's name from the bid mailing list. Note: A bidder, to qualify as a respondent, must submit a "no listing, bidder may substitute a listing by an independent testing laboratory recognized by OSHA under the Nationally Recognized bid" and same must be received no later than the stated bid Testing Laboratories Recognition Program. opening date and hour. Reason for "no bid" (NRTL) e) BIDDER'S CONDITIONS: The Board specifically P Y reserves the 3. PRICES QUOTED: Deduct trade discounts and quote firm net right to reject any conditional bid. Form 3270D Broward County Public Schools Is An Equal gnportuniVEqual Access Employer (CONTINUED ON BACK) Revised 2/99 Bid No. 20-129R Page 3 of 19 pages THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA AlhV,WORN STATEMENT PURSUANT TO SECTION 287.087 FLORIDA STATUTES AS CURRENTLY ENACTED OR AS AMENDED FROM TIMETO TIME, ON PREFERENCE TO BUSINESSES WITH DRUG -FREE WORKPLACE PROGRAMS THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted to The School Board of Broward County, Florida, by for (Print individual's name and title) (Print name of entity submitting sworn statement) whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: I certify that I have established a drug -free workplace program and have complied with the following: 1. Published a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. �. Informed employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Given each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notified the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or 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 than 5 days after such conviction. 5. Will impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6. Am making a good faith effort to continue to maintain a drug free workplace through implementation of this section. Sworn to and subscribed before me this day of Personally Known OR Produced identification (Type of identification) *FORM: #4530 3/93 19_ Notary Public - State of' My commission (Signature) (Printed, typed or stamped commissioned name of notary public) Bid No. 20-129R Page 5 of 19 pages BID PROPOSAL is SPECIAL CONDITIONS The School Board of Broward County, Florida (hereinafter referred to as "SBBC"), desires bids to INSTALLATION, REPLACEMENT AND REPAIR OF SECURITY AND SPORT TYPE LIGHTING (security and sport lighting to include all security lighting, including outside corridor lighting. All sport lighting to include gymnasium and field lighting) as specified herein various locations throughout Broward County. In order to conserve paper and reduce postage, this bid is a two-sided document. All pages of the bid are sequentially numbered. Please be certain that you have received and read all pages of the bid. 2. SCOPE. The purpose of this bid is to establish a two year contract beginning with date of award and continuing for 24 months. SBBC requires a guarantee of bid prices during the term of the contract. AWARD: In order to meet the needs of the school system and in the best interest of the School Board, the GROUP, as indicated on the Bid Summary Sheet, shall be awarded up to the three lowest responsive and responsible bidders meeting specifications, terms and conditions. The lowest awardee in the group shall be considered the primary vendor and should receive the largest volume of work. Therefore, it is necessary to bid on every item in the group, and all items in the group must meet specifications in order to have the bid considered for award. Unit prices must be stated in the space provided on the Bid Summary Sheet. SBBC reserves the right to procure goods from the second and third lowest bidders if: a) the lowest bidder cannot comply with delivery requirements or specifications; b) the lowest bidder is not in compliance with delivery requirements or specifications on current or previous orders; c) in cases of emergency; d) it is in the best interest of SBBC to do so regardless of reason. After award of this bid, any bidder receiving an award who violates any specification, term or condition of this bid can be found in default of its contract, have its contract canceled, be subject to the payment of liquidated damages, and be removed from the bid list and not eligible to do business with this School Board for two years, as described in General Conditions 4, 23, and 24. 4. CONTRACT RENEWAL: The purpose of this bid is to establish a contract, at firm unit prices, for the purchase of estimated requirements for the items listed. The tern of the bid shall be for two years, and may, by mutual agreement between SBBC and the awardee, upon final School Board approval, be renewable for two additional one year periods and, if needed, 90 days beyond the expiration date of the final renewal period. The Board, through its Purchasing Department, will, if considering to renew, request a letter of intent to renew from each awardee, prior to the end of the current contract period. The awardee will be notified when the recommendation has been acted upon by the School Board. All prices shall be firm for the term of the contract. The successful awardee(s) agrees to this condition by signing its bid. 5. QUALIFICATION OF BIDDERS: Bids will be considered only from firms normally engaged in providing and performing the services specified herein. Bidder must have adequate organization, facilities, equipment and personnel to insure prompt and efficient service to the Board: A. The School Board reserves the right before recommending any award to inspect the facilities and organization or to take any other action necessary to determine ability to perform in accordance with specifications, terms and conditions B . The School Board will determine whether the evidence of ability to perform is satisfactory and will make awards only when such evidence is deemed satisfactory and reserves the right to reject bids where evidence submitted or investigation and evaluation indicated inability of the bidder to . perform. VENDOR NAME: DW/lc Bid No. 20-129R Page 7 of 19 pages The School Board of Broward County, Florida ONSTALLATION, REPLACEMENT AND REPAIR F SECURITY AND SPORT TYPE LIGHTING SPECIAL CONDITIONS (Continued) 7. RESPONSE TIME FOR INSTALLATION, REPLACEMENT AND REPAIR OF SECURITY AND SPORT TYPE_LIGHTING: a. SBBC requires awardee(s) to respond within ten calendar days after notice from SBBC District Maintenance Department of routine installation, replacement and repair of security and sport type lighting. b. SBBC requires awardee(s) to be able to provide 24 hours, seven days a week Emergency installation, replacement and repair of security and sport type lighting, which is defined as a life, safety, or public health condition declared by SBBC District Maintenance Department. SBBC will require the awardee to provide emergency installation, replacement and repair of security and sport type lighting within 24 hours of such declaration. C. Emergency installation, replacement and repair of security and sport type lighting jobs to start within 24 hours of notification by SBBC. Emergency hours are to be considered after 5:00 p. m. and before 8:00 a. m. Monday through Friday, after 5:00 p. m. Friday and before 8:00 a. m. Monday, and holidays, or at any time SBBC representative (supervisor or foreman) of SBBC District Maintenance Department declares a situation to be an emergency. 8. CATALOGS/PRICE LIST(S)_ Bidder(s) shall furnish, with this bid or within three days of request, one copy of their current concrete poles and related items catalog(s)/price lists(s) which will indicate all items bidder can furnish and the list prices to be used for each item. Failure to furnish catalogs and/or price lists as required, will result in disqualification of bid submitted. All awardees shall deliver this same catalog(s) to all SBBC locations within Broward County, Florida, (approximately 350) at no cost to the School Board when notified to do so. A list of all SBBC locations will be supplied to all awardees with their letter of contract agreement. Under no circumstances will catalogs be accepted by SBBC mailroom for distribution to the various SBBC locations. It is in the best interest of the bidder to indicate the bid number, the start date of the contract, the expiration of the contract, and the bidder's single fixed percentage discount, mark-up or net pricing offered on the front of the catalogs/price lists when it is delivered by the bidder to all SBBC locations. 9. CATALOG S /PRICE LISTS UPDATES for single fixed percentage dis aunt mark- up or net price quoted on Bid Summary Sheet, under Additional Information.(D), Page 16 of 18 Pages of this bid): If, during the contract period, the awardee issues replacements to the catalog(s) a copy of the replacement catalog(s)/price list(s) are to be forwarded to: SBBC Purchasing Department, 7720 W. Oakland Park Boulevard, Suite 323, Sunrise, Florida 33351-6704. Awardee shall deliver copies of the replacement catalog(s)/price list(s) with current prices and/or products to all SBBC locations within Broward County, Florida (approximately 350) at no cost to SBBC, if necessary. Failure on the part of the awardee(s) to furnish current catalogs/price lists updates will result in all payments being based on last update received and increase will not be honored. 10. INSURANCE REQUIREMENTS: Insurance requirements are outlined on page 18 of this bid. Bidder shall take special notice that SBBC shall be named as an additional insured under General Liability Insurance including Contractual Liability. 11. PROTECTION OF PROPERTY: The awardee shall at all times guard from damage and/or loss to the property of the School Board, and shall replace and/or repair any loss or damages unless such be caused by the School Board. The School Board may withhold payment or make such deductions as it might deem necessary to insure reimbursement for loss and/or damages to the property through negligence of the 0 awardee. VENDOR NAME: DW/lc Bid No. 20-129R Page 9 of 19 pages The School Board of Broward County, Florida INSTALLATION, REPLACEMENT AND REPAIR OF SECURITY AND SPORT TYPE LIGHTING SPECIAL CONDITIONS (Continued 17. POSTING OF BID RECOMMENDATIONS/TABULATIONS: Bid Recommendations and Tabulations will be posted in the Purchasing Department on DECEMBER 7 1999 at :00 .m., and will remain posted for 72 consecutive hours. Any person desiring to protest the decision or intended decision shall file a notice of protest, in writing, within 72 consecutive hours after the posting of the bid tabulation (or receipt of written notice of intended decision) and shall file a formal written protest within ten calendar days after the date the notice of protest was filed. A written notice of intended decision shall only apply when the Purchasing Department gives notice of a decision or intended decision about this bid to all bidders by United States mail or by hand delivery. A written notice of decision or intended decision received in accordance with Chapter 119, Florida Statutes, or School Board Policy 1343, as currently enacted or as amended from time to time, shall not be used as a basis for filing a notice of protest as described herein. Saturdays, Sundays and legal holidays shall be excluded in the computation of the 72 consecutive hours. If the tenth calendar day falls on a Saturday, Sunday, or legal holiday, the formal written protest must be received on or before 5:00 p.m. of the next calendar day that is not a Saturday, Sunday or legal holiday. No submissions made after the bid opening amending or supplementing the bid shall be considered. Section 120.57(3)(b), Florida Statutes, as currently enacted or as amended from time to time, states that "The formal written protest shall state with particularity the facts and law upon which the protest is based". Failure to file a notice of protest or failure to file a formal written protest at the office of the Director of Purchasing, 7720 West Oakland Park Boulevard, Suite 323, Sunrise, Florida 33351 (fax 954-712-1774), within the time prescribed in Section 120.57(3), Florida Statutes, as currently enacted or as amended from time to time, shall constitute a waiver of proceedings under Section 120, Florida Statutes and School Board Policy 3320, Part VI, as currently enacted or as amended from time to time. 08. ACKIN SLIPS: It will be the responsibility of the awardee to attach all packing slips to the OUTSIDE of each shipment. Packing slip must reference SBBC purchase order number/control number. Failure to provide packing slip attached to the outsi a of shipment will result in refusal of shipment at vendor's expense. 19. SBBC ITEM IDENTIFICATION SYSTEM: The five digit, nine digit, or 13 character/digit item number shown in parenthesis at the beginning of an item on the Bid Summary Sheet represents the School Board's identification number for the item. It does not represent any manufacturer/distributor model/part number. 20. SUBMITTAL OF INVOICES: All bidders are hereby notified that any invoice submitted as a result of the award of this bid must be in the same format as any purchase order released as a result of the award of this bid. Each line of the invoice must reference a corres ondin -single line shown on the purchae order. A single invoice line must not correspond to or commingle the cost shown on multiple purchase order lines. An invoice submitted that does not follow the same format and line numbering as shown on the purchase order will be deemed to be not correct, and may be returned to the vendor by the Accounts Payable Department for correction. All invoices to be sent in DUPLICATE to: District Maintenance, 3810 N. W. loth Avenue, Fort Lauderdale, Florida 33309. 21. SEALED BID REQUIREMENTS: The "INVITATION TO BID" sheet must be completed, signed, and returned. In addition, the Bid Summary Sheet pages on which the bidder actually submits a bid, needs to be executed and submitted with this bid. Bids received that fail to comply with these requirements shall not be considered for award. r� VENDOR NAME: DW/lc Bid No. 20-129R Page 1 1 of 19 pages The School Board of Broward County, Florida INSTALLATION, REPLACEMENT AND REPAIR OF SECURITY AND SPORT TYPE LIGHTING SPECIAL CONDITIONS (Cpntinued) 26. CERTIFICATION REGARDING _DEBARMENT, SUSPENSION, INELIGIBILITY OR VOLUNTARY EXCLUSION Lower Tier Covered Transactions: Executive Order 12549, as currently enacted or as amended from time to time, provides that, to the extent permitted by law, Executive departments and agencies shall participate in a governmentwide system for nonprocurement debarment and suspension. A person who is debarred or suspended shall be excluded from Federal financial and non- financial assistance and benefits under Federal programs and activities. Except as provided in § 85.200, Debarment or Suspension, § 85.201, Treatment of Title IV HEA participation, and §85.215, Exception provision, debarment or suspension of a participant in a program by one agency shall have governmentwide effect. A lower tier covered transaction is, in part, any transaction between a participant [SBBC] and a person other than a procurement contract for goods or services, regardless of type, under a primary covered transaction; and any procurement contract for goods or services between a participant and a person, regardless of type, expected to equal or exceed the Federal procurement small purchase threshold fixed at 10 U.S.C. 2304(g) and 41 U.S.C. 253(g) (currently $100,000) under a primary covered transaction; or any procurement contract for goods or services between a participant and a person under a covered transaction, regardless of amount, under which that person will have a critical influence on or substantive control over that covered transaction. A participant may rely upon the certification of a prospective participant in a lower tier covered transaction that it and its principals are not debarred, suspended, proposed for debarment under 48 CFR part 9, subpart 9.4, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. Each participant shall require participants in lower tier covered transactions to include the certification for it and its principals in any proposal submitted in connection with such lower tier covered transactions. CERTIFICATION The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. b. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. • VENDOR NAME: DW%lc Bid No. 20-129R Page 13 of 19 pages The School Board of Broward County, Florida IFNSTALLATION, REPLACEMENT AND REPAIR F SECURITY AND SPORT TYPE LIGHTING SPECIAL CONDITIONS (Continued) 29. TIE BID PROCEDURES: When identical prices are received from two or more vendors and all other factors are equal, priority for award shall be given to vendors in the following sequence: • A business that certifies that it has implemented a drug -free workplace program shall be given preference in accordance with the provisions of Chapter 287.087, Florida Statutes, as currently enacted or as amended from time to time; • The Broward County Certified Minority/Women Business Enterprise vendor; • The Palm Beach or Miami -Dade County Certified Minority/Women Business Enterprise vendor; • The Florida Certified Minority/Women Business Enterprise vendor; • The Broward County vendor, other than a Minority/Women Business Enterprise vendor; • The Palm Beach or Miami -Dade County vendor, other than a Minority/Women Business Enterprise vendor; • The Florida vendor, other than a Minority/Women Business Enterprise vendor. • If application of the above criteria does not indicate a priority for award, the award will be decided by a coin toss. The coin toss shall be held publicly in the Purchasing Department; the tie low bid vendors invited to be present as witnesses. p OSTATEMENT PURSUANT Included as a art o these b� documents is a Form entitled SWORN , TO SECTION 287.087. FLORIDA STATUTES. AS CURRENTLY ENACTED OR AS AMENDED FROM TIME TO TIME, ON PREFERENCE TO BUSINESSES WITH DRUG -FREE WORKPLACE PROGRAMS. This form will be used by the bidder to certify that it has implemented a drug -free workplace program. In order for bid to be considered, the Invitation to Bid form (Page 1 of this bid) must be properly signed in order for the bid to be considered. A bidder can not sign this form in lieu of properly signing the Invitation to Bid form. 30. BIDDER'S MAILING ADDRESS: It is the responsibility of every bidder to register and maintain their current mailing address with the Vendor Information Desk in the Purchasing Department. The address on file with the Vendor Information Desk is used when mailing bid forms and other information to bidders. To check your current mailing address and to change/update/revise your mailing address, contact the Vendor Information Desk at (954) 765-6139. A profile of the bidder's current registration information on file will be sent upon request. 31. REASONABLE A OMMODATION: In accordance with Title II of the Americans with Disabilities Act, any person requiring an accommodation at the bid opening because of a disability must contact the Equal Educational Opportunities Department at (954) 765-6187 or TDD (954) 765-6188. 32. INFORMATION: Any questions by prospective bidders concerning this Invitation to Bid should be addressed to Mr. Doug White, Purchasing Agent, Purchasing Department, (954) 765-6129 who is authorized only to direct the attention of prospective bidders to various portions of the Bid so they may read and interpret such for themselves. Neither Mr. White nor any employee of SBBC is authorized to interpret any portion of the Bid or give information as to the requirements of the Bid in addition to that contained in the written Bid Document. Questions should be submitted in accordance with General Condition #7. Interpretations of the Bid or additional information as to its requirements, where necessary, shall be communicated to bidders only by written addendum. VENDOR NAME: DW/Ic The School Board of Broward County. Florida INSTALLATION, REPLACEMENT AND REPAIR WF SECURITY AND SPORT TYPE LIGHTING BID ITEM 1 A. 10,000 hours B. C. D. 0E. 800 hours 3,500 hours 300 hours 1,200 hours F. 1,000 hours G. 1,300 hours H . 1,200 hours I. 1,300 hours VENDOR NAME: DW/lc BIDSUMMARY SHEET TO BE AWARDED AS A GROUP Bidder to state FIRM hourly rate for LABOR for the installation/repairing of security and sport lighting Bidder to state FIRM hourly rates for the rental of the following equipment (including operators and transportation) for the installation/repairing of light poles: 100' Bucket Truck 65' Bucket Truck Two -man Platform Lift 30' Auger with pole setter (9' digging depth, up to 24" Diameter) Auger with pole setter (15' digging depth up to 5' Diameter) Trencher with line layer Trencher (5' digging depth) with rock chain Machine to bore under track on football field Bid No. 20-129R Page 15 of 19 pages - REVISED - HOURLY RATE /hr /hr /hr /hr /hr /hr /hr /hr TOTAL BID ITEM 1 (A - I inclusive) ...................... TOTAL The School Board of Broward County, Florida INSTALLATION, REPLACEMENT AND REPAIR OF SECURITY AND SPORT TYPE LIGHTING Bid No. 20-129R Page 16 of 19 pages - REVISED - BIDDERS ARE REQUIRED TO PROVIDE THE FOLLOWING ADDITIONAL INFORMATION IN ORDER TO BE CONSIDERED FOR AWARD. C Bidder to state additional HOURLY RATES for other than listed equipment (including operators and transportation) available for this type of service. Use additional sheet of applicable, making sure to print the bid number and the name of your company on the sheet. EQUIPMENT VENDOR NAME: DW/lc HOURLY RATE • hool Board of Broward Florida The ScPURCHASING INVITATION TO B I D DEPARTMENT Suite 323 7720 West Oakland Park Blvd. Sunrise, Florida 33351-6704 Bidder Acknowledgement Telephone Number - Purchasing Bid number: 20-129R Date Mailed: 11-12-99 PAGE 1 (954) 765-6120 REPAIR OF SECURITY AND SPORT Bids will be opened in the Purchasing Department at 2:00 P.M. on DECEMBER 6, 1999 BID TITLE. TYPE LIGHTING 24 MONTH TERM CONTRACT (199-07, 968-79) and may not be withdrawn within sixty (60) days after such date and time. Vendor Name: Terms: Bidder see FP 3 - General Conditions In order for Bid to be considered for award, Bidder must return with Bid submitted the executed Invitation to Bid page. If either the remit to address or the address to Vendor Mailing Address: which your company desires to have purchase orders mailed to is different from the address stated on this page then provide this information as an attachment to this bid. Note that only one remit to and one order from address will be accepted. City - State - Zip Code Vendor Taxpayer Identification Number Telephone Number: Toll -Free Number: Facsimile Number: Area Code: 1-800- Area Code: Internet E-Mail Address: Internet URL: 1 certify that this bid is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same materials, supplies, or equipment and is in all respects fair and without collusion or fraud. I certify acceptance of this bid's terms, Signature of Authorized Representative (Manual) conditions, specifications, attachments and addendum. I certify that I am authorized to sign this bid for the bidder. I agree that this bid cannot be withdrawn within sixty (60) days from date due. Name of Authorized Representative (Typed or Printed) Title GENERAL CONDITIONS Bidder: To insure acceptance of the bid follow these instructions — SEALED BID REQUIREMENTS: The "INVITATION TO BID" page prices. Give both unit price and extended total. Prices must be must be completed, signed, and returned with the bid. The bid stated in units to quantity specified in the bidding specification. In discrepancy the amount of -the bid, the Unit Summary Sheet pages on which the bidder actual) submits a bid ry P 9 y case of in computing Price quoted will govern. All prices quoted shall be F.O.B. and any pages upon which information is required to be inserted the bid. Bids that destination, freight prepaid (Bidder pays and bears freight charges. Bidder owns in transit and files any claims), unless otherwise must be completed and submitted with received goods fail to comply with these submittal requirements shall not be stated in Special Conditions. Discounts for prompt payment: Award, if made, will be in accordance with terms and conditions stated considered for award. herein. Each item must be bid separately and no attempt is to be a) BIDDER'S RESPONSIBILITY: It is the responsibility of the made to tie any item or items in with any other item or items. Cash bidder to be certain that all numbered pages of the Bid and all or qu ntity discounts offered will not be a consideration In attachments thereto are received; and all Addendum released determin i f award of bl s . If a bidder offers a discount or are received prior to submitting a bid. All bids are subject to the offers terms less than Net 30, it is understood that a minimum of 30 conditions specified herein on the attached Bid documents, and Addendum issued thereto. days will be required for payment, and if a payment discount is the discount time be from the date of on any b) BID SUBMITTED: Completed bid must be submitted sealed in in Purchasing offered, will computed satisfactory delivery at place of acceptance and receipt of correct invoice at the office specified. an envelope. Bids must be time stamped the Department prior to 2:00 p.m. on date due. No bid will be if time stamped in the Purchasing Department a)TAXES: The School Board of Broward County Florida does not Federal Excise State taxes on direct of considered not prior to 2:00 pm on date due. Bids will be opened at 2:00 pm on pay and purchase tangible personal property. The applicable tax exemption number date due. Bids submitted by telegraphic or facsimile is shown on the purchase order. This exemption does 4 apply transmission, including any literature or other attachments to purchases of tangible personal property made by contractors associated therewith, will not be accepted. who use the tangible personal property in the performance of c) EXECUTION OF BID: Bid must contain an original manual contracts for the improvement of School Board owned real signature of an authorized representative in the space provided property as defined in Chapter 192 of the Florida Statutes. above. Failure to properly sign bid shall invalidate same, and it not be considered for award. All bids must be completed in b)MISTAKES: Bidders are expected to examine the specifications, delivery bid and extensions, and all instructions shall ink or typewritten. No erasures are permitted. If a correction is draw line schedules, prices pertainins to supplies and services. Failure to do so will be at necessary. a single through the_eotered�igure and nter the corre t i r r us n a e correction fluid. All corrections must be initiate the er o i bidder's risk. c) CONDITION AND PACKAGING: It is understood and agreed that item this bid shall be new when using oo ague correction fluid Any illegi le entries. pencil any offered or shipped as a result of (current production model at the time of this bid.) All containers bids or corrections not_itlitialediLLnot be#_f�ulated• The original shall be suitable for storage or shipment, and all prices shall bid conditions and specifications cannot be changed or altered include standard commercial packaging. in any way. Altered bids will not be considered. d)UNDERWRITERS' LABORATORIES: Unless otherwise ' NO BID: If not submitting as bid,_respond y completinq _and -'o stipulated in the bid, all manufactured items and fabricated returning one copes of this oorm. marking_lt ': bid." and ex l assemblies shall be U.L. listed where such has been established th reas n. Failure to bid without sufficient justification shall be cause for removal of a supplier's name from the bid mailing list. by U.L. for the item(s) offered and furnished. In lieu of the U.L. listing by independent testing Note: A bidder, to qualify as a respondent, must submit a "no listing, bidder may substitute a an laboratory recognized by OSHA under the Nationally Recognized bid" and same must be received no later than the stated bid Testing Laboratories (NRTL) Recognition Program. opening date and hour. Reason for "no bid" e) BIDDER'S CONDITIONS: The Board specifically reserves the 3. PRICES QUOTED: Deduct trade discounts and quote firm net right to reject any conditional bid. Form 3270D Broward County Public Schools Is An Equal Opportunity/Equal Access Employer (CONTINUED ON BACK) Revised 2/99 4. NONCONFORMANCE TO CONTRACT CONDITIONS: Items offered may be tested for compliance with bid conditions and specifications. Items delivered, not conforming to bid conditions or specifications, may be rejected and returned at vendor's expense. Goods or services not delivered as per delivery date in bid and/or purchase order may be purchased on the open market. Any increase in cost may be charged against the bidder. Any violation of these stipulations may also result in: a) Vendor's name being removed from the Department of Purchasing vendor mailing list for two (2) years and vendor not being recommended for any award during this period. b) All departments being advised not to do business with vendor. S. SAMPLES: Samples of items, when required, must be furnished free of expense within 5 working days of request unless otherwise stated and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within 30 days after bid opening. All samples will be disposed of after 30 days. Each individual sample must be labeled with bidder's name, bid number, and item number. Failure of bidder to either deliver required samples or to clearly identify samples as indicated may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the office of the Purchasing Department of The School Board of Broward County, Florida, Suite 323, 7720 West Oakland Park Boulevard, Sunrise, Florida 33351- 6704, 6. DELIVERY: Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days required to make delivery after receipt of purchase order in space provided. Delivery time may become a basis for making an award (see Special Conditions), Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays. 7. INTERPRETATIONS: Any questions concerning conditions and specifications must be submitted in writing and received by the Department of Purchasing no later than five (5) working days prior to the original bid opening date. If necessary, an Addendum will be issued. 8. AWARDS: In the best interest of the School Board, the Board reserves the right to withdraw this bid at any time prior to the time and date specified for the bid opening; to reject any and all bids and to waive any irregularity in bids received; to accept any item or group of items unless qualified by bidder; to acquire additional quantities at prices quoted on this invitation unless additional quantities are not acceptable, in which case the bid sheets must be noted "BID IS FOR SPECIFIED QUANTITY ONLY." All awards made as a result of this bid shall conform to applicable Florida Statutes. 9. BID OPENING: Shall be public, on the date and at the time specified on the bid form. All bids received after that time shall not be considered, 10. ADVERTISING: In submitting a bid, bidder agrees not to use the results therefrom as a part of any commercial advertising without prior approval of the School Board. 11. INSPECTION, ACCEPTANCE & TITLE: Inspection and acceptance will be at destination unless otherwise provided. Title to/or risk of loss or damage to all items shall be the responsibility of the successful bidder until acceptance by the buyer unless loss or damage result from negligence by the buyer. If the materials or services supplied to the Board are found to be defective or not conform to specifications, the Board reserves the right to cancel the order upon written notice to the seller and return product at bidder's expense. 12. PAYMENT: Payment will be made by the buyer after the items awarded to a vendor have been received, inspected, and found to comply with award specifications, free of damage or defect and properly invoiced. 13. CONFLICT OF INTEREST. In addition to full and complete adherence to the requirements provided in Chapter 112.313, Florida Statutes, all bidders must disclose with their bid the name of any officer, director, or agent who has a material interest in the bidder's firm and who is also an employee of The School Board of Broward County, Florida. 14. DISPUTES: In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the School Board shall be final and binding on bath parties. 15. LEGAL REQUIREMENTS: Federal, State, county, and local laws, ordinances, rules, and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder will in no way be a cause for relief from responsibility. 16. PATENTS & ROYALTIES: The bidder, without exception, shall indemnify and save harmless The School Board of Broward County, Florida and its employees from liability of any nature or kind, including cost and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by The School Board of Broward County, Florida. If the bidder uses any design, device, or materials covered by letters, patent, or copyright, it is mutually understood and agreed without exception that the bid prices shall include all royalties or cost arising from the use of such design, device or materials in any way involved in the work. 17.OSHA: The bidder warrants that the product supplied to The School Board of Broward County, Florida shall conform in all respects to the standards set froth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be considered as a breach of contract. 18. SPECIAL CONDITIONS: The Superintendent or Designee has the authority to issue Special Conditions and Specifications as required for individual bids, Any and all Special Conditions that may vary from these General Conditions shall have precedence. 19. ANTI -DISCRIMINATION: The bidder certifies that he or she is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin.The School Board of Broward County, Florida, prohibits any policy or procedure which results in discriminatiogdIlL the basis of age, color, disability, gender, national origin, marital status, religion or sexual orientation, 20. QUALITY: All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest grade workmanship. 21. LIABILITY, INSURANCE, LICENSES AND PERMITS: Where bidders are required to enter or go onto School Board property to deliver materials or perform work or services as a result of a bid award, the bidder agrees to The Hold Harmless Agreement stated herein and will assume the full duty obligation and expense of obtaining all necessary licenses, permits and insurance. The bidder shall be liable for any damages or loss to the Board occasioned by negligence of the bidder (or agent) or any person the bidder has designated in the completion of the contract as a result of their bid. 22. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE: Bid bonds, when required, shall be submitted with the bid in the amount specified in Special Conditions. Bid bonds will be returned to unsuccessful bidders. After acceptance of bid, the Board will notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in Special Conditions. Upon receipt of the performance bond, the bid bond will be returned to the successful bidder. 23. DEFAULT AND VENUE: In the event of default on a contract, the successful bidder shall pay The School Board of Broward County, Florida, as liquidated damages an amount equal to 25% of the unit price bid, times the quantity or $50.00, whichever amount is larger; and, when applicable, shall pay all commissions due the School Board until the date the School Board declares the bidder in default, Any action by The School Board for liquidated damages shall be instituted and prosecuted in the Courts of the County of Broward, State of Florida. In the event of a default on a contract, the successful bidder shall pay all attorney's fees and court costs incurred in collecting any liquidated damages. 24. CANCELLATION: In the event any of the provisions of this bid are violated by the contractor, the Superintendent shall give written notice to the contractor stating the deficiencies and unless deficiencies are corrected within five (5) days, recommendation will be made to the School Board for immediate cancellation. The School Board of Broward County, Florida reserves the right to terminate any contract resulting from this invitatio any time and for no reason, upon giving thirty (30) days prior written n to the other party, 25. BILLING INSTRUCTIONS: Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted in duplicate to the Accounts Payable Department of The School Board of Broward County, Florida, Suite 304, 7720 West Oakland Park Blvd, Sunrise, Florida 33351- 6704. Payment will be made a minimum of 30 days after delivery, authorized inspection and acceptance. When vendors are directed to send invoices to a school, the school will make direct payments to the vendor, 26. NOTE TO VENDORS DELIVERING TO OUR CENTRAL WAREHOUSE: Receiving hours are Monday through Friday (excluding holidays) 7:00 A.M. to 2*00 P.M. This warehouse is no longer accessible by the Seaboard Coast Line siding for rail car routing. 27. SUBSTITUTIONS: The School Board of Broward County, Florida WILL NOT accept substitute shipments of any kind. Sidder(s) is expected to furnish the brand quoted in their bid once awarded by the School Board. Any substitute shipments will be returned at the bidder's expense. 28. FACILITIES: The Board reserves the right to inspect the bidder's facilities at any time with prior notice. 29. BID ABSTRACTS: Bidders desiring a copy of bid tabulation may request same by enclosing a self-addressed, stamped envelope with bid. Bid tabulation will be mailed after completion of the rules shown in School Board Policy 3320. 30. ASBESTOS STATEMENT: All material supplied to the School Board of Broward County, Florida must be 100% asbestos free. Bidder by virtue of bidding, certifies by signing bid, that if awarded any portion of this bid, will supply only material or equipment that is 100% asbestos free. No bid will be considered unless this is agreed to by the vendor. 31. HOLD HARMLESS AGREEMENT: During the term of this bid the bidder shall indemnify, hold harmless, and defend the School Board of Broward County, Florida, its agents, servants and employees from any and all costs and expenses, including but not limited to, attorney's fees, reasonable investigative and discovery costs, court costs and all other sums which the Board, its agents, servants and employees may pay or become obligated to pay on account of any, all and every claim or demand, or assertion of liability, or any claim and every claim or demand or assertion of liability, or any clai or actions founded, thereon, arising or alleged to have arisen Out of products, goods or services furnished by the bidder, his agents, servant employees, or any of his equipment when such persons or equipment are premises owned or controlled by the Board for the purpose of performing services, delivering products or goods, installing equipment, or otherwise transacting business, whether such claim or claims be for damages, injury to person or property, including the Board's property, or death of any person, group or organization, whether employed by the bidder or the Board or otherwise, Form 3270D Revised 2199 err Page 2 Bid No. 20-129R Page 3 of 19 pages THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA WORN STATEMENT PURSUANT TO SE CTXON 287.087 FLORIDA STATUTES, AS CURRENTLY NACTED OR ASAMENDED FROM TIME TO TIME ON PREFERENCE TO BUSINESSES WITH DRUG -FREE WORKPLACE PROGRAMS THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 'I"his sworn statement is submitted to The School Board of Broward County, Florida, by for (Print individual's name and title) (Print name of entity submitting sworn statement) whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN. include the Social Security Number of the individual signing this sworn statement: I certify that I have established a drug -free workplace program and have complied with the following: 1. Published a statement notifying employees that the unlawful manufacture, distribution. dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. �. Informed employees about the dangers of drug abuse in the workplace. the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Given each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notified the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or 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 than 5 days after such conviction. 5. Will impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6. Am making a good faith effort to continue to maintain a drug free workplace through implementation of this section. Sworn to and subscribed before me this Personally OR Produced identification (Type of identification) DORM: l#4530 3/93 (Signature) day of 19J Notary Public - State of My commission expires (Printed, typed or stamped commissioned name of notary public) Bid No. 20-129R Page 4 of 19 pages THIS PAGE IS INTENTIONALLY LEFT BLANK • • � 1 Bid No. 20-129R Page 5 of 19 pages BID PROPOSAL 0 SPECIAL CONDITIONS The School Board of Broward County, Florida (hereinafter referred to as "SBBC"), desires bids to INSTALLATION, REPLACEMENT AND REPAIR OF SECURITY AND SPORT TYPE LIGHTING (security and sport lighting to include all security lighting, including outside corridor lighting. All sport lighting to include gymnasium and field lighting) as specified herein various locations throughout Broward County. In order to conserve paper and reduce postage, this bid is a two-sided document. All pages of the bid are sequentially numbered. Please be certain that you have received and read all pages of the bid. 2. SCOPE: The purpose of this bid is to establish a two year contract beginning with date of award and continuing for 24 months. SBBC requires a guarantee of bid prices during the term of the contract. 3. AWARD: In order to meet the needs of the school system and in the best interest of the School Board, the GROUP, as indicated on the Bid Summary Sheet, shall be awarded up to the three lowest responsive and responsible bidders meeting specifications, terms and conditions. The lowest awardee in the group shall be considered the primary vendor and should receive the largest volume of work. Therefore, it is necessary to bid on every item in the group, and all items in the group must meet specifications in order to have the bid considered for award. Unit prices must be stated in the space provided on the Bid Summary Sheet. SBBC reserves the right to procure goods from the second and third lowest bidders if: a) the lowest bidder cannot comply with delivery requirements or specifications; b) the lowest bidder is not in compliance with delivery requirements or specifications on current or previous orders; c) in cases of emergency; d) it is in the best interest of SBBC to do so regardless of reason. After award of this bid, any bidder receiving an award who violates any specification, term or condition of this bid can be found in default of its contract, have its contract canceled, be subject to the payment of liquidated damages, and be removed from the bid list and not eligible to do business with this School Board for two years, as described in General Conditions 4, 23, and 24. 4. CONTRACT RENEWAL: The purpose of this bid is to establish a contract, at firm unit prices, for the purchase of estimated requirements for the items listed. The term of the bid shall be for two years, and may, by mutual agreement between SBBC and the awardee, upon final School Board approval, be renewable for two additional one year periods and, if needed, 90 days beyond the expiration date of the final renewal period. The Board, through its Purchasing Department, will, if considering to renew, request a letter of intent to renew from each awardee, prior to the end of the current contract period. The awardee will be notified when the recommendation has been acted upon by the School Board. All prices shall be firm for the term of the contract. The successful awardee(s) agrees to this condition by signing its bid. 5. QUALIFICATION OF BIDDERS: Bids will be considered only from firms normally engaged in providing and performing the services specified herein. Bidder must have adequate organization, facilities, equipment and personnel to insure prompt and efficient service to the Board: A. The School Board reserves the right before recommending any award to inspect the facilities and organization or to take any other action necessary to determine ability to perform in accordance with specifications, terms and conditions B . The School Board will determine whether the evidence of ability to perform is satisfactory and will make awards only when such evidence is deemed satisfactory and reserves the right to reject bids where evidence submitted or investigation and evaluation indicated inability of the bidder to • perform. VENDOR NAME: DW/lc Bid No. 20-129R Page 6 of 19 pages The School Board of Broward County, Florida INSTALLATION, REPLACEMENT AND REPAIR OF SECURITY AND SPORT TYPE LIGHTING 0 SPECIAL CONDITIONS )Continued) QUALIFICATION OF BIDDERS (Continued) C. The bidder must submit a list of three companies for which the bidder has currently performed services similar to those outlined in these specifications. The information must be provided on the form furnished herein and submitted with bid or within three days of request. D. It is a requirement of this bid that vendors have adequate local stock to supply the requirements of SBBC. Therefore, SBBC reserves the right, prior to the awarding of a contract for this bid, to inspect bidder's facilities to determine if in the opinion of the School Board's representative the bidder's local stock is adequate to meet the Boards requirements. Adequacy of local stock will be a determining factor in award of contract(s) in order to assure SBBC adequate and immediate delivery of items specified in this bid. The bidder must be able to furnish from local stock all items bid as well as all other parts and supplies on bid and such "token" parts and supplies of items bid herein. If in the opinion of the School Board's representative it is determined that local adequate stock is not evident based on an inspection of bidder's facilities, a recommendation will be made to reject the bid(s) of those vendors not adequately meeting this requirement. 6. SINGLE FIXED PER ENTAGE DISCOUNT MARK-UP OR NET PRICE QTED: Bidder should indicate in all spaces provided on the Bid Summary Sheet, under Additional Information, (D), Page 16 of 18 Pages of this bid, their single fixed percentage discount, mark-up or net pricing for concrete poles and related items that will be used for the term of the contract. Single fixed percentage offered shall remain firm throughout the term of the contract. Supplies and equipment for purpose of this bid shall be defined as: 4 a. SUPPLIES: Any catalog item whose net price is under $750.00. b. EQUIPMENT: Any catalog item whose net price is $750.00 or over. Bidders shall offer their single fixed percentage discount, mark-up or net pricing, as described on the Bid Summary Sheet, to be calculated from the catalog list price. SBBC will accept a single fixed percentage discount, mark-up or net pricing of 0%. The single fixed percentage discount, mark-up or net pricing quoted by the bidder shall apply to the catalog list price of all catalog items. Items excluded from single fixed percentage discount, mark-up or net pricing should be listed on a separate sheet of paper. These items will be excluded and should not be purchased. If more than one catalog is submitted by a bidder, the single fixed percentage discount, mark-up or net pricing shall remain the same for all catalog items per catalog submitted. If the single fixed percentage discount, mark-up or net pricing offer differs per catalog submitted, bidder shall state on a separate sheet of paper the single fixed percentage discount, mark-up or net pricing offered for each additional catalog. Submitting more than one catalog and failing to attach a separate sheet of paper stating single fixed percentages per catalog, will indicate single fixed percentage offered on Bid Summary Sheet is constant for all catalogs submitted. In the event a bidder handles catalog items that carry a little or no percentage, this fact shall be taken into consideration and percentages offered shall be a single fixed percentage discount, mark-up or net pricing for each category (supplies and equipment) and catalog. Awardees may offer SBBC additional educational discounts at any time and invoice SBBC at a greater discount than their bid discount. • VENDOR NAME: DW/lc Bid No. 20-129R Page 7 of 19 pages The School Board of Broward County, Florida INSTALLATION, REPLACEMENT AND REPAIR OF SECURITY AND SPORT TYPE LIGHTING SPECIAL CONDITIONS. (Continued) RESPONSE TIME FOR INSTALLATION REPLACEMENT AND REPAIR OF SECURITY AND SPORT TYPE LIGHTING: a. SBBC requires awardee(s) to respond within ten calendar days after notice from SBBC District Maintenance Department of routine installation, replacement and repair of security and sport type lighting. b. SBBC requires awardee(s) to be able to provide 24 hours. seven days a week Emergency installation, replacement and repair of security and sport type lighting, which is defined as a life, safety, or public health condition declared by SBBC District Maintenance Department. SBBC will require the awardee to provide emergency installation, replacement and repair of security and sport type lighting within 24 hours of such declaration. C. Emergency installation, replacement and repair of security and sport type lighting jobs to start within 24 hours of notification by SBBC. Emergency hours are to be considered after 5:00 p. m. and before 8:00 a. in. Monday through Friday, after 5:00 p. in. Friday and before 8:00 a. m. Monday, and holidays, or at any time SBBC representative (supervisor or foreman) of SBBC District Maintenance Department declares a situation to be an emergency. S. CATALOGS/PRICE LIST(S): Bidder(s) shall furnish, with this bid or within three days of request, one copy of their current concrete poles and related items catalog(s)/price lists(s) which will indicate all items bidder can furnish and the list prices to be used for each item. Failure to furnish catalogs and/or price lists as required, will result in disqualification of bid submitted. All awardees shall deliver this same catalog(s) to all SBBC locations within Broward County, Florida, (approximately 350) at no cost to the School Board when notified to do so. A list of all SBBC locations will be supplied to all awardees with their letter of contract agreement. Under no circumstances will catalogs be accepted by SBBC mailroom for distribution to the various SBBC locations. It is in the best interest of the bidder to indicate the bid number, the start date of the contract, the expiration of the contract, and the bidder's single fixed percentage discount, mark-up or net pricing offered on the front of the catalogs/price lists when it is delivered by the bidder to all SBBC locations. 9. CATALOG S /PRICE LISTS UPDATES for single fixed percentage discount mark- up r net price Quoted on Bid Summary Sheet under Additional Information D Page 16 of 18 Pages of this bides If, during the contract period, the awardee issues replacements to the catalog(s) a copy of the replacement catalog(s)/price list(s) are to be forwarded to: SBBC Purchasing Department, 7720 W. Oakland Park Boulevard, Suite 323, Sunrise, Florida 33351-6704. Awardee shall deliver copies of the replacement catalog(s)/price list(s) with current prices and/or products to all SBBC locations within Broward County, Florida (approximately 350) at no cost to SBBC, if necessary. Failure on the part of the awardee(s) to furnish current catalogs/price lists updates will result in all payments being based on last update received and increase will not be honored. 10. INSURANCE REQUIREMENTS: Insurance requirements are outlined on page 18 of this bid. Bidder shall take special notice that SBBC shall be named as an additional insured under General Liability Insurance including Contractual Liability. 11. PROTECTION OF PROPERTY: The awardee shall at all times guard from damage and/or loss to the property of the School Board, and shall replace and/or repair any loss or damages unless such be caused by the School Board. The School Board may withhold payment or make such deductions as it might deem necessary to insure reimbursement for loss and/or damages to the property through negligence of the 0 awardee. VENDOR NAME: DWAc Bid No. 20-129R Page 8 of 19 pa��es The School Board of Broward County, Florida INSTALLATION, REPLACEMENT AND REPAIR • OF SECURITY AND SPORT TYPE LIGHTING SPECIAL CONDITIONS Continued 12. QUANTITIES: The quantities listed on the Bid Summary Sheet are estimated quantities to be ordered throughout the contract period for each item and are not a guarantee. Actual quantities ordered throughout the contract period may be greater or lesser than the bid estimates and shall be furnished at the fixed contract price. Purchases will be requested as needed throughout the contract period and as few as one each may be ordered at one time. 13. MATERIALS: Electrical materials required to service all lighting will be supplied by the vendor as needed. Bidder must indicate whether all materials used will be furnished at a discount from list price, or net. Include percentage of discount, if applicable, in space provided on Bid Summary Sheet. 14. WARRANTY: The awardee shall fully guarantee the cost of parts and labor (except for abusive or operator incurred damage which could have been avoided by referring to instructional manual) for a period of one year for all items after date of delivery and installation to provide SBBC with an "on -site" warranty. In the event a dispute on requested repairs between school/department/center and the bidder, the decision of the Owner (SBBC) shall be final and binding on both parties. All work must be guaranteed for a period of one year. Proposals will clearly state any warranties and guarantees against sub -standard workmanship. Bidder may or may not include manufacturer's warranty; however, it will be the responsibility of the awardee(s) to warrant all new purchases for one year "on -site" after date of delivery and installation at no additional charge to SBBC. Failure to furnish full one year warranty as specified shall result in disqualification of bid submitted. 15. OMISSION FROM THE SPECIFICATIONS: The apparent silence of this specification and at� Addendum regarding any details or the omission from the specification of a detailed description concernin any point shall be regarded as meaning that only the best available units shall be provided and the best commercial practices are to prevail, and that only materials and workmanship of first quality are to be used. All interpretations of this specification shall be made upon the basis of this agreement. 16. PROTESTING OF BID CONDITIONS/SPECIFICATIONS: Any person desiring to protest the conditions/specifications in this bid, or any Addendum subsequently released thereto, shall file a notice of protest, in writing, within 72 consecutive hours after the receipt of the bid or Addendum and shall file a formal written protest within ten calendar days after the date the notice of protest was filed. The time provided for filing a notice of protest shall be based upon whenever a person receives this bid, or any Addendum released thereto, from the Purchasing Department and given to all bidders by United States mail, express delivery or hand delivery. Receipt of a copy of this bid, or any Addendum released thereto, which is received in accordance with Chapter 119, Florida Statutes, or School Board Policy 1343, as currently enacted or as amended from time to time, shall not be used as a basis for filing a notice of protest as described herein. Saturdays, Sundays and legal holidays shall be excluded in the computation of the 72 consecutive hours. If the tenth calendar day falls on a Saturday, Sunday, or legal holiday, the formal written protest must be received on or before 5:00 p.m. of the next calendar day that is not a Saturday, Sunday or legal holiday. Section 120.57(3)(b), Florida Statutes, as currently enacted or as amended from time to time, states that "The formal written protest shall state with particularity the facts and law upon which the protest is based". Failure to file a notice of protest or failure to file a formal written protest at the office of the Director of Purchasing, 7720 West Oakland Park Boulevard, Suite 323, Sunrise, Florida 33351 (fax 954-712-1774), within the time prescribed in Section 120.57(3), Florida Statutes, as currently enacted or as amended from time to time, shall constitute a waiver of proceedings under Section 120, Florida Statutes and School Board Poli� 3320, Part VI, as currently enacted or as amended from time to time. VENDOR NAME: DW/lc Bid No. 20-129R Page 9 of 19 pages The School Board of Broward County, Florida INSTALLATION, REPLACEMENT AND REPAIR F SECURITY AND SPORT TYPE LIGHTING SPECIAL CONDITIONS Continued 17, POSTING OF BID RECOMMENDATIONS/TABULATIONS: Bid Recommendations and Tabulations will be posted in the Purchasing Department on DECEMBER 7, 1999__ at 3:00 p.m., and will remain posted for 72 consecutive hours. Any person desiring to protest the decision or intended decision shall file a notice of protest, in writing, within 72 consecutive hours after the posting of the bid tabulation (or receipt of written notice of intended decision) and shall file a formal written protest within ten calendar days after the date the notice of protest was filed. A written notice of intended decision shall only apply when the Purchasing Department gives notice of a decision or intended decision about this bid to all bidders by United States mail or by hand delivery. A written notice of decision or intended decision received in accordance with Chapter 119, Florida Statutes, or School Board Policy 1343, as currently enacted or as amended from time to time, shall not be used as a basis for filing a notice of protest as described herein. Saturdays, Sundays and legal holidays shall be excluded in the computation of the 72 consecutive hours. If the tenth calendar day falls on a Saturday, Sunday, or legal holiday, the formal written protest must be received on or before 5:00 p.m. of the next calendar day that is not a Saturday, Sunday or legal holiday. No submissions made after the bid opening amending or supplementing the bid shall be considered. Section 120.57(3)(b), Florida Statutes, as currently enacted or as amended from time to time, states that "The formal written protest shall state with particularity the facts and law upon which the protest is based". Failure to file a notice of protest or failure to file a formal written protest at the office of the Director of Purchasing, 7720 West Oakland Park Boulevard, Suite 323, Sunrise, Florida 33351 (fax 954-712-1774), within the time prescribed in Section 120.57(3), Florida Statutes, as currently enacted or as amended from time to time, shall constitute a waiver of proceedings under Section 120, Florida Statutes and School Board Policy 3320, Part VI, as currently enacted or as amended from time to time. 8. PACKINCI SLIPS: It will be the responsibility of the awardee to attach all packing slips to the OUTSIDE of each shipment. Packing slip must reference SBBC purchase order number/control number. Failure to provide packing slip attached to the outside of shipment will result in refusal of shipment at vendor's expense. 19. SBBC ITEM IDENTIFICATION SYSTEM: The five digit, nine digit, or 13 character/digit item number shown in parenthesis at the beginning of an item on the Bid Summary Sheet represents the School Board's identification number for the item. It does not represent any manufacturer/distributor model/part number. 20. SUBMITTAL OF INVOICES: All bidders are hereby notified that any invoice submitted as a result of the award of this bid must be in the same format as any purchase order released as a result of the award of this bid. Each line of the invoice must reference a corresppnding single line shown one the purchase order. A single invoice line must not correspond to or commingle the cost shown on multiple purchase order lines. An invoice submitted that does not follow the same format and line numbering as shown on the purchase order will be deemed to be not correct, and may be returned to the vendor by the Accounts Payable Department for correction. All invoices to be sent in DUPLICATE to: District Maintenance, 3810 N. W. loth Avenue, Fort Lauderdale, Florida 33309. 21. SEALED BID REQUIREMENTS The "INVITATION TO BID" sheet must be completed, signed, and returned. In addition, the Bid Summary Sheet pages on which the bidder actually submits a bid, needs to be executed and submitted with this bid. Bids received that fail to comply with these requirements shall not be considered for award. U VENDOR NAME: DW/lc Bid No. 20-129R The School Board of Broward Countv. Florida Page 10 of 19 pages INSTALLATION, REPLACENIENT AND REPAIR OF SECURITY AND SPORT TYPE LIGHTING SPECIAL CONDITIONS LContinuedl 22. SUBMITTAL OF BIDS: All bidders are reminded that it is the sole responsibility of the BIDDER to assure that their bid is time stamped in the PURCHASING DEPARTMENT on or before 2:00 p.m, on date due. The label attached to the bid solicitation indicates that the address for bid submittal, including hand delivery and overnight courier delivery, is indicated as: 7720 West Oakland Park Boulevard, Suite 323, Sunrise, Florida 33351. The bidder is fully and completely responsible for the payment of all delivery costs associated with the delivery of their bid or related material. The Purchasing Department will not accept delivery of any bid or related material requiring the School Board to pay for any portion of the delivery cost or the complete delivery cost. Prior to bid submittal, it is the responsibility of the bidder to be certain that all addendum released have been received, that all addendum requirements have been completed, and that all submittals required by the addendum have been timely filed. (See General Condition 1.) 23. USE OF OTHER CONTRACTS: SBBC reserves the right to utilize any other SBBC contract, any State of Florida Contract, any contract awarded by any other city or county governmental agencies, other school board, other community college/state university system cooperative bid agreement, or to directly negotiate/purchase per School Board policy and/or State Board Rule 6A-1.012, as currently enacted or as amended from time to time, in lieu of any offer received or award made as a result of this bid if it is in its best interest to do so. • 24. MINORITY/WOMEN BUSINESS ENTERPRISE M/WBE PARTI IPATI N: SBBC has a Minority/Women Business Enterprise (M/WBE) program. A M/WBE is defined by SBBC as any legal entity, other than a joint venture, which is organized to engage in commercial transactions and which is at least 51% owned and controlled by minority persons. If the bidder is a Certified M/WBE by SBBC or by the Department of Management Services, Division of Purchasing, State o f Florida, as per Chapter 287.0943, Florida Statutes, as currently enacted or as amended from time to time, bidder should indicate its certification number on the Bid Summary Sheet. For information on M/WBE Certification, contact the School Board's M/WBE Office at (954) 760-7470. It is a goal of the School Board to incorporate at least five percent M/WBE participation in any award made as a result of this bid. If the bidder is nqtt a Certified M/WBE, bidder should include, as an attachment to its bid, a plan to show how it will incorporate at least five percent M/WBE participation in any award received as a result of this bid. 25. PUBLIC ENTITY CRIMES: Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 for CATEGORY TWO [currently $15,004 for a period of 36 months from the date of being placed on the convicted vendor list. VENDOR NAME: DW/lc Bid No. 20-129R Page l 1 of 19 pages The School Board of Broward County, Florida INSTALLATION, REPLACEMENT AND REPAIR &F SECURITY AND SPORT TYPE LIGHTING SPECIAL CONDITIONS (Continued) 26. CERTIFICATION REGARDING DEBARMENT, -SUSPENSION INELIGIBILITY OR VOLUNTARY EXCLUSION - Lower Tier Covered Transactions: Executive Order 12549, as currently enacted or as amended from time to time, provides that, to the extent permitted by law. Executive departments and agencies shall participate in a governmentwide system for nonprocurement debarment and suspension. A person who is debarred or suspended shall be excluded from Federal financial and non- financial assistance and benefits under Federal programs and activities. Except as provided in § 85.200, Debarment or Suspension, § 85.201, Treatment of Title IV HEA participation, and §85.215, Exception provision, debarment or suspension of a participant in a program by one agency shall have governmentwide effect. A lower tier covered transaction is, in part, any transaction between a participant [SBBC] and a person other than a procurement contract for goods or services, regardless of type, under a primary covered transaction; and any procurement contract for goods or services between a participant and a person, regardless of type, expected to equal or exceed the Federal procurement small purchase threshold fixed at 10 U.S.C. 2304(g) and 41 U.S.C. 253(g) (currently $100,000) under a primary covered transaction: or any procurement contract for goods or services between a participant and a person under a covered transaction, regardless of amount, under which that person will have a critical influence on or substantive control over that covered transaction. A participant may rely upon the certification of a prospective participant in a lower tier covered transaction that it and its principals are not debarred, suspended, proposed for debarment under 48 CFR part 9, subpart 9.4, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. Each participant shall . require participants in lower tier covered transactions to include the certification for it and its principals in any proposal submitted in connection with such lower tier covered transactions. CERTIFICATION a. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. b. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. F-1 LJ VENDOR NAME: DW/lc Bid No. 20-129R The School Board of Broward County, Florida Page 12 of 19 pages INSTALLATION, REPLACEMENT AND REPAIR OF SECURITY AND SPORT TYPE LIGHTING SPECIAL CONDITIONS Continued 27. LOBBYIST ACTIVITIES: Persons acting as lobbyists must state, at the beginning of their presentation, letter, telephone call, e-mail or facsimile transmission to School Board Members, Superintendent or Members of Senior Management, the group, association, organization or business interest she/he is representing. a. For purposes of School Board Policy 110013, as currently enacted or as amended from time to time, a lobbyist is defined as a person who for immediate or subsequent compensation, (e.g., monetary profit/personal gain) represents a public or private group, association, organization or business interest and engages in efforts to influence School Board members on matters within their official jurisdiction. b. For purposes of this Policy, a lobbyist is not considered to be a person representing school allied groups ( e.g., PTA, DAC, Band Booster Associations, etc.) nor a public official acting in her/his official capacity. C. Lobbyists shall annually (July 1) disclose in each instance and for each client prior to any lobbying activities, their identity and activities by completing the lobbyist statement form which can be obtained from official School Board Records, School Board Member's Offices or the Superintendent's Office. d. The lobbyist must disclose any direct business association with any current elected or appointed official or employee or any immediate family member of the School Board. e. Senior -level employees (Pay Grade 30 and above) and School Board members are prohibited fr� lobbying activities for one year after resignation or retirement or expiration of the term of office. f. The Executive Manager and Board Liaison shall keep a current list of persons who have submitted the lobbyist statement form. 28. SBBC PHOTO IDENTIFICATION BADGE: SBBC photo identification badge will apply to all vendors other than those making deliveries. An awardee shall be required to have all its employees, sub- contractors or agents who will be entering onto School Board property as a result of this award wear, while on SBBC property, a photo identification badge issued by SBBC. An awardee shall obtain from SBBC Purchasing Department a Photo Identification Badge request form. An individual form shall be completed for each employee, sub -contractor or agent who will be entering onto School Board property as a result of this award. Each completed form shall be submitted to the Purchasing Department Vendor Information Desk for authorization. The authorized form shall then be delivered by the awardee to the Personnel Office, Kathleen C. Wright Administration Center, 600 S.E. Third Avenue, Fort Lauderdale, Florida. At this location, each individual for whom a SBBC photo identification badge is requested will be asked to fill out forms, show his/her driver's license and social security card, and be fingerprinted. A background check will then be conducted on each badge applicant. A Major System Priority of the School Board is to ensure Student/Employee Safety and Security. Therefore, SBBC reserves the right to require additional information from any applicant and to deny a badge to any applicant. Any applicant denied a badge is prohibited from entering onto School Board property as an employee, sub -contractor or agent of an awardee. The current total fee for a SBBC security background check is $55.00. $50 must be in the form of a money order made payable to The School Board of Broward County for the fingerprinting, and $ 5 must be in cash for the photo identification badge. These fees are not refundable. 0 VENDOR NAME: DW/lc Bid No. 20-129R Page 13 of 19 pages The School Board of Broward County, Florida INSTALLATION, REPLACEMENT AND REPAIR VF SECURITY AND SPORT TYPE LIGHTING SPECIAL CONDITIONS (Continued) 29. TIE BID PROCEDURES: When identical prices are received from two or more vendors and all other factors are equal, priority for award shall be given to vendors in the following sequence: • A business that certifies that it has implemented a drug -free workplace program shall be given preference in accordance with the provisions of Chapter 287.087, Florida Statutes, as currently enacted or as amended from time to time; • The Broward County Certified Minotity/Women Business Enterprise vendor; • The Palm Beach or Miami -Dade County Certified Minority/Women Business Enterprise vendor; • The Florida Certified Minority/Women Business Enterprise vendor; • The Broward County vendor, other than a Minority/Women Business Enterprise vendor; • The Palm Beach or Miami -Dade County vendor, other than a Minority/Women Business Enterprise vendor; • The Florida vendor, other than a Minority/Women Business Enterprise vendor. • If application of the above criteria does not indicate a priority for award, the award will be decided by a coin toss. The coin toss shall be held publicly in the Purchasing Department; the tie low bid vendors invited to be present as witnesses. Included as a part of these bid documents is a Form entitled SWORN STATEMENT PURSUANT TO SECTION 287.087. FLORIDA STATUTES. AS CURRENTLY -ENACTED OR AS AMENDED FROM TIME TO TIME, ON PREFERENCE TO BUSINESSES WITH DRUG -FREE WORKPLACE__ PROGRAMS, This form will be used by the bidder to certify that it has implemented a drug -free workplace program. In order for bid to be considered, the Invitation to Bid form (Page 1 of this bid) must be properly signed in order for the bid to be considered. A bidder can not sign this form in lieu of properly signing the Invitation to Bid form. 30. BIDDER'S MAILING ADDRESS: It is the responsibility of every bidder to register and maintain their current mailing address with the Vendor Information Desk in the Purchasing Department. The address on file with the Vendor Information Desk is used when mailing bid forms and other information to bidders. To check your current mailing address and to change/update/revise your mailing address, contact the Vendor Information Desk at (954) 765-6139. A profile of the bidder's current registration information on file will be sent upon request. 31. REASONABLE ACCOMMODATION: In accordance with Title Il of the Americans with Disabilities Act, any person requiring an accommodation at the bid opening because of a disability must contact the Equal Educational Opportunities Department at (954) 765-6187 or TDD (954) 765-6188. 32. INFORMATION: Any questions by prospective bidders concerning this Invitation to Bid should be addressed to Mr. Doug White, Purchasing Agent, Purchasing Department, (954) 765-6129 who is authorized only to direct the attention of prospective bidders to various portions of the Bid so they may read and interpret such for themselves. Neither Mr. White nor any employee of SBBC is authorized to interpret any portion of the Bid or give information as to the requirements of the Bid in addition to that contained in the written Bid Document. Questions should be submitted in accordance with General Condition # 7. Interpretations of the Bid or additional information as to its requirements, where necessary, shall be communicated to bidders only by written addendum. .7 VENDOR NAME: DW/lc The School Board of Broward County, Florida INSTALLATION, REPLACEMENT AND REPAIR OF SECURITY AND SPORT TYPE LIGHTING 2 BID SPECIFICATIONS SERVICES REQUIRED: Bid No. 20-1 9R Page 14 of 19 pages • The following requirements will be the sole responsibility of the awardee(s) and must be promptly and totally adhered to during the execution of each project that is requested by the District Maintenance Department for the installation, replacement and repair of security and sport type lighting systems throughout the county: A. Vendor must furnish all labor, equipment and supervision necessary for the requested installation, replacement and repair of security and sport type lighting. Vendor must furnish all labor and supervision for related electrical wiring to assure that all compliance and applicable codes are adhered to. B . Vendor will also be responsible for the prompt removal of all debris that is a result or part of all related work. All excavation or drilling areas must be backfilled and restored to like or surrounding landscape conditions within five working days after completion of the job. Awardee(s) will check and correct aiming of installation, replacement and repair of security and sport typ� lighting to achieve quality lighting. • VENDOR NAME: DW/lc Bid No. 20-129R Page 15 of 19 pages The School Board of Broward Countv, Florida INSTALLATION, REPLACEMENT AND REPAIR OPF SECURITY AND SPORT TYPE LIGHTING BID SUMMARY SHEET BID ITEM 1: A. 10,000 hours B. C. D. E. J0 G. H. I. • 800 hours 3,500 hours 300 hours 1,000 hours 1,200 hours 1,300 hours 1,200 hours 1,300 hours VENDOR NAME: DW/lc (TO BE AWARDED AS A GROUP Bidder to state FIRM hourly rate for LABOR for the installation/repairing of security and sport lighting Bidder to state FIRM hourly rates for the rental of the following equipment (including operators and transportation) for the installation/repairing of light poles: 100' Bucket Truck 65' Bucket Truck Two -man Platform Lift 30' Auger with pole setter (9' digging depth, up to 21" Deep) Auger with pole setter (25' digging depth up to 5' Deep) Trencher with line layer Trencher (5' digging depth) with rock chain Machine to bore under track on football field HOURLY RATE /hr /hr /hr /hr /hr /hr /hr /hr /hr TOTAL BID ITEM 1 (A - I inclusive) ...................... TOTAL The School Board of Broward County, Florida INSTALLATION, REPLACEMENT AND REPAIR OF SECURITY AND SPORT TYPE LIGHTING Bid No. 20-129R Page 16 of 19 pages BIDDERS ARE REQUIRED TO PROVIDE THE FOLLOWING ADDITIONAL INFORMATION IN ORDER TO BE CONSIDERED FOR AWARD. C, Bidder to state additional HOURLY RATES for other than listed equipment (including operators and transportation) available for this type of service. Use additional sheet of applicable, making sure to print the bid number and the name of your company on the sheet. EQUIPMENT VENDOR NAME: DW/lc HOURLY RATE • 11 Bid No. 20-129R Page 17 of 19 pages The School Board of Broward County, Florida INSTALLATION, REPLACEMENT AND REPAIR epF SECURITY AND SPORT TYPE LIGHTING BIDDERS ARE REQUIRED TO PROVIDE THE FOLLOWING ADDITIONAL INFORMATION IN ORDER TO BE CONSIDERED FOR AWARD Continued Catalogs for concrete poles and related items: Bidder will specify below, the name of the manufacturer's catalog/price list offered. (Specify one percentage only per manufacturer listed (see Special Conditions 6, 7, 8 and 9). LIST MANUFACTURER PERCENTAGE • SPECIFY DISCOUNT (-) OR MARK-UP (+) OR NET (0) NOTE TO BIDDER: Review Special Condition 24 prior to completing and mailing this bid. Bidder's M/WBE Certification Number: Agency Issuing This Number: NO 7 YES Bidder is not a certified MAYBE, but has included a plan to show how it will incorporate at least five percent MAYBE participation in any award received as a result of this bid. • VENDOR NAME: DW/lc Bid No. 20-129R Page 18 of 19 pages The School Board of Broward Countv. Florida INSTALLATION, REPLACEMENT AND REPAIR OF SECURITY AND SPORT TYPE LIGHTING ELECTRIC SERVICES REFERENCES Furnish information regarding three other companies for =which you provide services similar to those outlined in these specifications. Include this completed form with your sealed bid or submit within three days of bid opening. SBBC can not be used as one of these references. (See Special Condition S.C.) 1. Company Name Address Contact Person Telephone Number 2. Company Name Address Contact Person Telephone Number 3. Contact Person VENDOR NAME: DW/lc Company Name Address Telephone Number • Bid No, 20-129R Page 19 of 19 pages The School Board of Broward County, Florida INSTALLATION, REPLACEMENT AND REPAIR OF SECURITY AND SPORT TYPE LIGHTING INSURANCE REQUIREMENTS Proof of the following insurance will be furnished by the awardee to the Board by Certificate of Insurance. Such certificate must contain a provision for notification to the Board 30 days in advance of any material change in coverage or cancellation. SBBC shall be named as an additional insured under the General Liability policy including Products Liability. Include the Bid Number on the Certificate. 1. General Liability Insurance, including Contractual Liability to cover the "Hold Harmless Agreement" set forth herein, with bodily injury limits of not less than $1,000,000 per occurrence combined single limit for bodily injury and property damage. 2. Product Liability or Completed Operations Insurance with bodily injury limits of liability of not less than $1,000,000 per occurrence and $1,000,000 aggregate. 3. Auto Liability Insurance with bodily injury limits of not less than $1,000,000 per person; $1,000,000 per occurrence and property damage limits of not less than $1,000,000. 4. Worker's Compensation in accordance with Florida Statutory limits and Employer's Liability Insurance with a limit of not less than $100,000 per occurrence. Prior to the commencement of any work the successful proposer must provide SBBC Purchasing Department with a Certificate of Insurance which is evidence of the above coverage and with SBBC named as an additional insured. The awardee agrees, by accepting the award of this bid, to the following "Hold Harmless Agreement": During the term of this bid the vendor shall indemnify, hold harmless, and defend The School Board of Broward County, Florida, its agents, servants and employees from any and all costs and expenses, including but not limited to, attorney's fees, reasonable investigative and discovery costs, court costs and all other sums which the Board, its agents, servants and employees may pay or become obligated to pay on account of any, all and every claim or demand, or assertion of liability, or any claim or action founded, thereon, arising or alleged to have arisen out of the products, goods or services furnished by the vendor, his agents, servants or employees, or any of his equipment when such persons or equipment are on premises owned or controlled by the Board for the purpose of performing services, delivering products or goods, installing equipment, or otherwise transacting business, whether such claim or claims be for damages, injury to person or property, including the Board's property, or death of any person, group or organization, whether employed by the vendor or the Board or otherwise. Any questions as to the intent or meaning of any part of the above required coverages should be submitted in writing in accordance with General Condition 7. • VENDOR NAME: DWAc • • 11 Im. Cindy Otten At: Associated Insurance Serv. T r Barbara Faxw (502) 241.7843 Date: 2/16/2000 01 53 PM F ACORa CERTIFICATE OF LIABILITY INSURANCE aPlp OAIE(MMU°"" - - HVNTKNKNx 02/16/00 PRODI _I::R THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ysated Insurance Serv, Inc HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P - Box 23410 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Louisville KY 40223-0410 COMPANIES AFFORDING COVERAGE Norman E. Fallot, CPCU, CIC COMPANY A Commercial Union Insurance Co. Pncne No 502-241-7072 I-.,n No 502-241-7843 INSUPFID C OMPAIV 8 KY Employers Mutual Ins. COMPANv C Agricultural Excess & Surplus Hunter-Knepshield Company Thomas & Connie Knepshield COMPANY P.O. Box 899 Crestwood KY 40014 D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTNE POLICY EXPIRATION LIMIT$ DATE (MM/DD/vY) DATE (MM�pD_, NGENERAL LIABILIT' GENERAL AGGREGATE s 2,OOO,00OOMMERCIALGENERALLA61LITY PL1412823 02/10/00 02/10/01 PRODUCTS - COMP/OPAGG s2,000,000 CLAIMS MADE OCCUR PERSONAL& ADV INJURY $ 1, 000, 000 EACH OCCURRENCE $ 1 , 000 , OOO OWNER'S & CONTRACTOR'S PROT FIRE DAMAGE (Any one tire) $ 50,000 MEO EXP (" one person) $ NONE AUTOMOBILE LIABILITY COMBINED SINGLE MIT S 1,000,000 % A ANY AU10 FIAP75138 01/07/00 01/07/01 BODILY INJURY $ ALL OWNED AUTOS (per person) SCHEDULED AUTOS BODILY INJURY $ HIRED AUTOS NON -OWNED AUTOS (Per accltlenl) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACC -DENT $ OTHER THAN AI JTO ONLY ANY AI rO EACH ACCIDENT $ AGGREGATE $ F.XC.FSS LIABILITY EACH OCCUP.PENCE $ AGGREGATE $ I IMBRELLA F'OHM s OTHFP THAN UMBRELLA FORM WC STATiJ• OTH- WORKERS COMPENSATION AND TORV LIMITS I ER EI-EACH ACCIDENT $ 500, 000 EMPLOYERS' LIABILITY EL DISEASE - POLICY LIMIT s 500, 000 B TIICPROPRIETOR/ g INCL 253355 11/01/99 ll/01/OO EL DISEASE - EA CMPLOYEE s 500 , OOO PARTNERS/EXECUTIVE OFFICFPB ARE EXCL A OTHER Contents QIR586373 01/07/00 01/07/01 1000 ded. 80,000 DESCRIPTION OF OPERATIONSILOCAT'�ONSIVEHICLES/SPECIAL ITEMS CERTIFICATE HOLDER CANCELLATION CI TYTA2 SHOULD ANY OF THE ABOVL DESCRIBED POLICIES BE CmICEI,_ED BEFORE THE EXPIRATION DATE THEREOF, THE ISSt1ING COMPANY WILL ENDF,.AVOP TO MAIL 14 DA'. j WRITTEN NO —ICE TO THE CERTIFICATE HOLDER rw EO TO THE LEF T CITY OF TAMARAC BIJT FAILUFdL TO h1AIL _+UCI1 NOTICE SI WLL IMPOSE NO gF1LiGATION OR LIABILITi ATTN: BAJIARA 7525 NW BBTH AVENUE Oh ANY KIND UPON THr COMPANY, I I ti AGENT$ OR RFFPESrN IA I IVES AUTHORIZED REPRESENTATNt TAMARAC FL 33321 Norman E. Fallot, CPCU, CIC ACORD 25-S (1195) ACORD CORPORATION 1988 No Text