Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2000-099Temp. Reso. #8973 - 03/30/00 Page 1 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 FITNESS EQUIPMENT FOR THE FITNESS ROOM AT THE SENIOR & COMMUNITY CENTER, AT A COST NOT TO EXCEED $84,338.00, UTILIZING THE SCHOOL BOARD OF BROWARD COUNTY BID #99-216H; APPROVING FUNDING FROM THE APPROPRIATE PARKS AND RECREATION ACCOUNT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. 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 the United States Government or with other governmental agencies, without following purchasing procedures, as set forth in Section 6-149; and WHEREAS, the purchase of fitness equipment was budgeted in the appropriate Parks and Recreation Capital Improvement Project account entitled "Machinery & Equipment/Equipment $500 or Greater'; and WHEREAS, the Parks and Recreation Director and Purchasing/Contracts Manager recommend the purchase of fitness equipment for the Fitness Room at the Senior & Community Center from Precision Fitness Equipment for a price not to exceed $84,338.00, utilizing the School Board of Broward County Bid #99-216H, attached hereto as Exhibit "A"; and Temp. Reso. #8973 - 03/30/00 Page 2 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 fitness equipment for the Fitness Room at the Senior & Community Center for a price not to exceed, $84,338.00, as per the proposal attached here to as Exhibit 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. SECTION 2: The purchase of fitness equipment for the Fitness Room at the Senior & Community Center, in an amount not to exceed $84,338.00 as authorized under Section 6-155 of the Tamarac City Code from Precision Fitness Equipment, utilizing the School Board of Broward County Bid #99-216H, is hereby approved. SECTION 3: Funding for this purchase will be from the appropriate Parks and Recreation Capital Improvement Project account entitled "Machinery & Equipment/Equipment $500 or Greater". SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. Temp. Reso. #8973 - 03/30/00 Page 3 SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon adoption. PASSED, ADOPTED AND APPROVED this day of , 2000. ATTEST: JOE SCHREIBEtR MAYOR MARION SWENSON INTERIM CITY CLERK I HEREBY CERTIFY that I have this RES WTION as to form. ITCHELL S.F CITY ATTOFMEY L, RECORD OF COMMISSION MAYOR SCHREIBER „ DIST 1: COMM. PORTNER. DIST 2: COMM. MISHKIN ,.,,, DIST 3: COMM. SULTANOF DIST 4: VIM ROBERTS Mar-X3-00 01:34P Wada P-01 oPava!e Temp. Reso. #8973 Exhibit:_. "All r + 010 Nation's Largest FWIy Accredited School Systern rhl°��0 r THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA Arthur 5 Hanby. Jr., C P M. A P r OlreCtor nt Purrhamnq and Warehousing 7720 Wast Oakland Park Boulevard, Suite 321 Sunnse.Flonda 33351 6704 954.765.6120 SUNCOM 494-6120 FaCGlrrilla 954.707•841 r Bid Hollrne 054.765-6790 Vendor Information Deck 954-765-6139 Intornol URL, http:Nwww t?rnwArd$rhrynls r-.nm DATF: December 15, 1998 Precision Fitness Equipment 2872 Pershing Street Hollywood FL .33020 ChmrfpPrvon Lois Wexler Virg& ChdrrpNr�ur, Dario L Cnrler Carole L Andrews Judie S. Budnick pRUI D Elrhner, Ecq Staphanie Atma Kraft. Es0 Mlnem M Oliphant or Robert D. PArus Dina Werberman Or Frank R. P9lruziolo SuperrMenoenr OI $Choor9 SUBJECT: Letter of Agreement Per Did/RFP NoIl'itle: 99-21611 Athletic wid Physical Education Supplies, Equipment 0 and Umforms This is to notify your company that The School Board of l3roward County, Florida accepted your hid to furnish service (;)/equiprnent/cupplics for iteni(s) Lin a pool of several bidders. These kidders are now in it favorable position it) compete for the SRBC's business. This acceptance is subject to coniplMce with hid specifications, terms and conditions, all pcitinent laws of the Staic of Florida antl instructions as determitaed by the Altorney for the School Board. 1'he School Board of Broward County. Florida. re.erve, the right lei terminate this contract at any tiinc and for any reason upon giving thirty (30) days prior written notice. Purchaxe order(s) will he issued to cover service(,)/equipment/.wpplics for the period of- January 1, 1999 through DecenA)er 31, 20M. Sincerely,.--, /�- Veronica K. Evans. ("PP13 Buyer cc: Did Filc 0 PRINTE13 ON 14ECYCLED PAPER 9rowdr(j County A'uDMc Schools I_ Al rr7ual 0pperfun,ry1Ear,4Rr Arcess Ernpriyrr TA Tne 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 Bids will be opened in the Purchasing Department at 2:00 P.M. dctober 29, 1998 BID TITLE: and may not be withdrawn within sixty (60) days after such date and time. .INVITATION TO BID Bidder Acknowledgement 99-216H 9/17/98 Bid number: Date Mailed: Athletic and Physical Education Supplies, Equipment and Uniforms (Catalog) 805-All Vendor Name: Terms: Bidder see FP 3 - General Conditions PRE Cl S 1 ON FI TN E SS eq V I PM EN T In order for Bid to be considered for award, Bidder must return with Bid submitted Vendor Mailing Address: 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 A4872. PEi2.!;" /N G STFLL-F-T 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. 14 OLLYWOOD FL 3'6020 Vendor Taxpayer Identification Number Telephone Number: Toll -Free Number: Facsimile Number: 6 5 - 0364353 Area Code: (g54)g2I'6100 1-800- 733-53311 Area Code: (g5q-)g21-6l04 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. / 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. Representative R. ws4S5ERLAy1: PQEstaVNT- Name of Authorized Representative (Typed or Printed) Title GENERAL CONDITIONS Bidder: To insure acceptance of the bid follow these instructions — 1. 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 actual) submits a bid ry P 9 y 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. 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, 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 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 attachments thereto are received: and all Addendum released or auantity discounts offered will not be a consideration in determi ation of award of bid . 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 on any Addendum issued thereto. in offered, the discount time will be computed from the date of satisfactory delivery at place of acceptance and receipt of correct b) BID SUBMITTED: Completed bid must be submitted sealed 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 by facsimile tangible personal property. The applicable tax exemption number is the order. This exemption does not apply date due. Bids submitted telegraphic or transmission, including any literature or other attachments be shown on purchase to purchases of tangible personal property made by contractors the tangible property in the performance of associated therewith, will not accepted. c) EXECUTION OF BID: Bid must contain an original manual who use personal 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 b)MISTAKES: Bidders are expected to examine the specifications, shall not be considered for award. All bids 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 single line through the entered figure and bidder's risk. enter the corrgctedtiaure or use n opaque. corr ction fluid. All c) CONDITION AND PACKAGING: It is understood and agreed that corrections must b initialed b the erson snin the bid even any item offered or shipped as a result of this bid shall be new when using Q, aue correction fluid. Any illegible entries, pencil (current production model at the time of this bid.) All containers bids or corrections not initialed will not 0e 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 --submitting a bid, respond b om 16 and stipulated in the bid, all manufactured items and fabricated r t rnin one of this orm markin it "No bid," ex I in assemblies shall be U.L. listed where such has been established below the reason. 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 INRTQ Recognition Program. opening date and hour. "no e) BIDDER'S CONDITIONS: The Board specifically reserves the Reason for bid" right to reject any conditional bid. 3. PRICES QUOTED: Deduct trade discounts and quote firm net Form 3270D Equal Opportunity Employer, Using Affirmative Action Guidelines (CONTINUED ON BACK) 4. NONCONFORMANCE TO CONTRACT CONDITIONS: Items ;ffered may be tasted for compliance with bid conditions and specific a6ons. items deiivered, 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. 5. 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 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 both 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. relativ equal employment opportunity for all persons without regard to race. religion, sex or national origin.The School Board of Broward Co Florida, prohibits any policy or procedure which results in discrimination on the basis of age, color, disability, gender, national origin, marital status. race, religion or sexual 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. 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, FI reserves the right to terminate any contract resulting from this invitati any time and for no reason, upon giving thirty (30) days prior written no 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. Bidder(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. 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 100416 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 claim or actions founded, thereon, arising or alleged to have arisen out ofothproducts, goods or services furnished by the bidder, his agents, servan employees, or any of his equipment when such persons or equipremises owned or controlled by the Board for the purpose of perfor 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. Bid. No. 99-216H Page 3 of 15 Pages THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA Q_EUSN�SEW WQRKI!LACF, 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 (Print individual's name and title) for (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 five days after such conviction. 5. Will impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6. Am making a good faith effort to continue to maintain a drug free workplace through implementation of this section. (Signature) Sworn to and subscribed before me this day of 19--- Personally Known OR Produced identification Notary Public - State of My commission expires (Type of identification) (Printed, typed or stamped commissioned name of notary public) ORM: #4530 3/93 Bid. No. 99-216H Page 4 of 15 Pages THIS PAGE IS INTENTIONALLY LEFT BLANK • • Bid. No. 99-216H Page 5 of 15 Pages BID PR P AL 1] SPECIAL CO,NDITION3 The School Board of Broward County, Florida (hereinafter referred to as "SBBC"), desires bids on a term contract for new ATHLETIC AND PHYSICAL EDUCATION SUPPLIES, EQUIPMENT AND UNIFORMS (CATALOG) with a single fixed percentage discount/mark-up per manufacturer catalog or company catalog as specified herein. The discount/mark-up quoted should include freight and inside delivery to various locations in Broward County, FOR SAFETY PURPOSES the following items ARE NOT to be purchased against this bid: gymnastic equipment (i.e. trampolines, parallel bars, rings or similar items deemed dangerous), javelins, lawn darts and the like, all martial arts equipment, concrete tire pole supports, shoulder pads and football helmets. THESE ITEMS ARE NOT INCLUDED AS PART OF THIS CONTRACT. (NOTE: The attached Certification must be completed and returned either WITH BID or within five days of request.) 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 contract for a period beginning January 1, -1999 and continuing through December 31, 2000. Bids will got be accepted for a shorter period of time. Each bidder shall submit a single fixed discount from/mark-up to the current price list for each manufacturer catalog offered, or a single fixed discount from/mark-up to the company catalog/pricing sheets. Net pricing will be acceptable. The discount/mark-up offered must be held firm throughout the contract period. •3. AWARD: In order to meet the needs of the school system and in the best interest of the School Board, award shall be made to all bidders who submit catalogs, offer a single fixed percentage discount/mark-up per manufacturer catalog or company catalog and otherwise comply with bid specifications, terms, and conditions. These bidders shall then be in a favorable position to compete for the School Board's business. 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. C N RACT RENEWAL The purpose of this bid is to establish a contract, at firm percentages, for the purchase of athletic and physical education supplies, equipment and uniforms. The term of the bid shall be for approximately 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. PRECISION FITNESS EQUIPMENT 2872 Pershing Street HOLLYWOOD, FL 33020 VENDOR NAME: RE/Ic Bid. No. 99-215H Page 6 of 15 Pages The School Board of Broward County, Florida ATHLETIC AND PHYSICAL EDUCATION SUPPLIES, EQUIPMENT AND UNIFORMS (CATALOG) PECIAL CONDITION(Continued) SINGLE FIXED PERCENTAGE DISCOUNT/MARK-UP PER NIANJIFACTURER CATALOG R COMPANY CATALOG: Bidder shall indicate in all spaces provided on the Bid Summary Sheet, their across-the-board single fixed percentage discount/mark-up for the term of the contract to be deducted from/added to the list prices for athletic and physical education supplies, equipment and uniforms. Supplies and equipment for the purpose of this bid shall be defined as: A. SUPPLIES: Any catalog item whose net price (catalog list price less discount or added mark-up for supplies) is under $750.00. Delivery cost is included in net unit price of item. B. EQUIPMENT: Any catalog item whose net price (catalog list price less discount or added mark-up for equipment) is $750.00 or over. Delivery cost is included in net unit price of item. Bidders shall offer their single fixed percentage discount/mark-up per manufacturer catalog or company catalog, as described on the Bid Summary Sheet, from the price list. Inside delivery is a requirement of this bid. If more than one catalog is submitted by bidder per manufacturer or company catalog, the single fixed percentage discount/mark-up must remain constant per catalog, it can not vary by manufacturer catalogs or company catalog. The single fixed percentage discount/mark-up quoted by the bidder must apply to all items in the catalogs submitted per manufacturer catalog or company catalog. Items excluded from percentage should be liste� on a separate sheet of paper. These items will be excluded and should not be purchased. 6. BID SUMM RX SHEE_ - This page (Page 14 of 15 Pages) is to be reproduced and completed by bidder as needed for each manufacturer catalog or company catalog offered. On lines provided, bidder should insert the full name of the manufacturer, the catalog number or date to identify the book, the description of the athletic and physical education supplies, equipment and uniforms offered and price list date or number (for identification). ONLY ONE DISCOUNT/MARK-UP (ACROSS THE BOARD) FOR ALL ITEMS AVAILABLE IN THE MANUFACTURER'S/COMPANY CATALOG OFFERED WILL BE ALLOWED. Additional information as specified on the Bid Summary Sheet submitted should be completed or specify NA (not applicable). 7. ORDERS No quantity or dollar amount is given or implied. Athletic and physical education supplies, equipment and uniforms will be ordered on an as needed basis. SBBC is not obligated to place any order with any vendor participating in this bid. However, all schools and departments will be urged to refer to catalogs and discounts/mark-ups of participating vendors to fill their orders at the lowest prices. Schools and departments will contact successful bidders for current catalog pricing in accordance with the specifications, terms and conditions of this bid. The successful bidders will be expected to quote current prices to schools and departments, less the single fixed discount or plus the single fixed mark-up quoted in this bid against the manufacturer's awarded to that bidder. Bidders are required to fax manufacturer's price list page showing price plus or minus percentage quoted as proof price quote is in compliance with this bid. Successful bidders can always offer SBBC an "additional educational discount" and invoice SBBC at a greater discount than their awarded discount. Those bidders with the lowest net prices (after deduction of single fixed percentage) for the most items should receive the largest volume of business. The prices applicable to any purchase order are those that were in effect on the date of issuance of the purchase order. . PRECISION FITNESS EQUIPMENT 2872 Pershing Street �. HOLLYWOOD, FL 33020 VENDOR NAME: RFJIc Bid. No. 99-216H Page 7 of 15 Pages The School Board of Broward County. Florida W HLETIC AND PHYSICAL EDUCATION SUPPLIES, UIPMENT AND UNIFORMS (CATALOG) PE IAL CONDITIONS ( ontinued DE IVER : Bidder is requested to indicate delivery date in their bid. Orders will be required to be received within the delivery time specified by the bidder. Any bidder who fails to specify delivery time on the Bid Summary Sheet will be expected to deliver items ordered within 30 days after the receipt of the order (ARO). All vendors must offer inside delivery (F.O.B. destination) to the various SBBC locations within Broward County. It is suggested that all delivery, handling or other cost necessary to complete an order be included in the individual discount/mark-up quoted. Any delivery cost which are additional to the catalog prices must be stated in detail on the Bid Summary Sheet and must remain firm for the term of the contract. Various SBBC schools/department/centers may at their option pick-up athletic and physical education supplies, equipment and uniforms from the successful vendors place of business. Athletic and physical education supplies, equipment and uniforms which are picked up shall be priced in accordance with the discounted/marked-up prices. Any additional discount offered if items are picked up must be stated on the Bid Summary Sheet and must remain firm for the term of the contract. 9. CATAL2CzS: Catalogs/price list will NOT be submitted with this bid. Successful bidders will be required to submit MANUFACTURER'S/COMPANY catalogs with current price list to the Purchasing Department, Athletic Department and Physical Education Department AFTER THE AWARD of this bid. Successful bidders will also be required to send catalogs to any school requesting a catalog at no additional cost. It will be the successful bidder(s) responsibility to notify the Purchasing Department 30 days prior to any price increases, by submitting the new manufacturer/company price list. 10. PURCHASE AGREEMENT This bid and the corresponding purchase orders will constitute the complete agreement. SBBC will not accept proposed terms and conditions that are different than those contained in this bid, including pre-printed text contained on catalogs, price list, or other descriptive information submitted with bid. Bidder's percentage discount must be stated in the space provided on the Bid Summary Sheet. 11. MINIMUM RDER : If bidder wishes to set a minimum order dollar amount, they must do so by indicating the dollar amount in the space provided on the Bid Summary Sheet. Failure to specify a dollar amount will be considered no minimum dollar amount required. It should be understood minimum orders with large dollar amounts may exclude bidders from competing for the Board's business. Minimum order dollar amount must remain firm throughout the contract period. 12. SHIPMENTS AND INVOICI All shipments will be made in no more than three increments. The first shipment will be made and invoiced upon receipt of the purchase order. The third, and final shipment, if necessary, will be made at most 30 calendar days subsequent to the date of purchase order. ALL BID ITEMS NOT FURNISHED ON THEFIRST OR SECOND INVOICE WILL BE LISTED ON THE THIRD INVOICE AND WILL BE NOTED AS CANCELED IF NOT FURNISHED. FAILURE OF THE SUCCESSFUL BIDDER TO DELIVER ATHLETIC AND PHYSICAL EDUCATION SUPPLIES, EQUIPMENT AND UNIFORMS WILL RELEASE SCHOOLS TO PURCHASE FROM OTHER BID VENDORS. . PRECISION FITNESS EDUirhiENT 2872 Pershing Street HOLLYWOOD. FL =0 VENDOR NAME: REAc Bid: No. 99-216H Page 8 of 15 Pages The School Board of Broward County, Florida ATHLETIC AND PHYSICAL EDUCATION SUPPLIES, EQUIPMENT AND UNIFORMS (CATALOG) SPECIAL C2NDITIQN5 (Continued) 13. 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 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. 14. COMPANY REPRESENTATIVE: Bidder(s) are requested to indicate in space provided on the Bid Summary Sheet the name, address, and telephone number of the representative(s)= who could make periodic scheduled visits to the schools, departments and centers and who will be available upon request to resolve billing and delivery problems. Failure to indicate a company representative or to supply information within five days of request shall result in disqualification of bid submitted. This person will also be responsible for contacting schools for sizing, striping, numbering, etc. of athletic uniforms. 15. W T Manufacturer's warranty must be extended to SBBC for all catalog items. 16. UNIFORMS This bid includes all uniforms including baseball, basketball, cross country, football, soccer, softball, swimming, tennis, track, volleyball and wrestling (both girl and boy uniforms). Pricing for uniforms, silk screening, tack twilling must be included in pricing information and percenta discount/mark-up offered must also apply to these items. Bidders are to note under additional informativ if an additional discount will be offered if ordering uniforms during a "peak period". Bidders are to note the additional discount and the time period this discount will be available in the space provided on the Bid Summary Sheet. 17. ASSEMBLY OR INSTAL. ATIONt If equipment ordered requires assembly or installation, bidders should specify on the Bid Summary Sheet the percentage to be added to the order. Bidder agrees to assemble or install equipment and to provide required proof of insurance by giving a percentage on the Bid Summary Sheet. Failure to complete Number 5 under Additional Information Required will indicate bidder will of provide assembly or installation of equipment. 18. INSURANCE (When r to assemble or insiall i m Bidder, by virtue of submitting abid, will be in fall compliance with General Condition 21: LIABILITY INSURANCE, LICENSES AND PERMITS. Insurance Requirements are shown on page 15 the Insurance Requirements form. Bidder shall take special notice that SBBC shall be named as an additional insured under the General Liability policy including Products Liability. 19. PUBLIC ENTITY CRIMES: Section 287.133(2)(a), Florida Statutes, 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 f CATEGORY TWO [currently $10,0001 for a period of 36 months from the date of being placed on convicted vendor list. PRECISION FITNESS EQUIPMENT `�r� 2872 Pershing Street VENDOR NAME: `H YW000, FL 3=0 RE/lc Bid. No. 99-216H Page 9 of 15 Pages The School Board of Broward County, Florida THLETIC AND PHYSICAL EDUCATION SUPPLIES, WUIPMENT AND UNIFORMS (CATALOG) PE IAL C NDITION on inued 20 SE s T ED Rm REQUIRE NT : 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. 21. SPEQ L A:CDDMQDATI N• Any person requiring a special accommodation at the bid opening because of a disability should call the person named in the last Special Condition prior to the bid opening. If you are hearing or speech impaired, please contact the person named by using the Florida Relay Service which can be reached at 1-800-955-8771 (TDD). 22. PA G S IP : It will be the responsibility of the successful bidder to attach all packing slips to the OUTSIDE of each shipment. Packing slip m P t reference SBBC purchase aft number/control number. Failure to provide packingslip attached to the outside p in refusal of shipment at vendor's expense. Y E P R I P TI SBBC has a Minority/Women Business Enterprise (WXBE) progrm• A M/WBE is defined by SBBC as any legal ent41ity, other than a joint venture, which is organized to engage in commercial transactions and which is at least 51 % owned and controlled by minority persons. If the bidder is a Certified M/WBE by SBBC or by the Department of Management Services, Division of Purchasing, State of Florida, as per Chapter 287.0943, Florida Statutes, bidder should indicate its certification number on the Bid ce aSummitry t (954 7 . Sheet. 0For information on N4 VVBE Certification, contact the School Board's M/WBE Offi 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 = 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. 24 D : 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. PRECISION FITNESS EG UrjitiiLZ �2872 Pershing Street HOLLYWOOD, FL 33020 VENDOR NAME: RE/lc Bid. No. 99-216H Page 10 of 15 Pages The School Board of Broward County, Florida ATHLETIC AND PHYSICAL EDUCATION SUPPLIES, EQUIPMENT AND UNIFORMS (CATALOG) SPECIAL CONDITIONS (Continued) 25. TIE BID PR ED RE : 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; • 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. Included as a part of these bid documents is a Form entitled SWORN STATEMENT PURSUANT TO SECTION257.087, FLORIDAE N PREFERENCE TO BUSINESSES WITH DRUG -FREE WORKPLACE PRO rRAMS. 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. 26. SUBMITTAL OF BIDS: All bidders are reminded that it is the sole responsibility of the BIDDER t� assure that their bid is time stamped in the PURCHASING DEPARTMENT prior to 2:0 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.) 27. PROTESTING OF BID CONDITIONS/SPECIFICATIONS: Any person desiring to protest the conditions/specifications in this Invitation to Bid shall file, in writing, a notice of protest within 72 consecutive hours after the receipt of the Invitation to Bid. School Board Policy 6Gx6-3.4, Rule 1.c.(3)(a), states that if the 72 consecutive hours expire on a Saturday, Sunday, or holiday, the notice of protest must be. received by the same hour the next day. A formal written protest shall be filed within ten calendar days after the date the notice of protest was filed. A telegraphic or facsimile letter - of protest or formal written protest will not be accepted. The same procedure, as described herein, which is used for the submittal of bids shall also be used for the submittal of a letter of protest and formal written protest. School Board Policy 6Gx6-3.4, Rule 1.c.(3)(b) states that, if the tenth calendar day falls on a Saturday, Sunday, or holiday, the formal written protest must be received by 4:30 p.m. the next calendar day. Failure to file a notice of protest or failure to file a formal written protest at the off i c e of the Director of Purchasing, 7720 West Oakland Park Boulevard, Suite 323, Sunrise, Florida 33351, within the times prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. Section 120.57(3)(b), Florida Statutes, stait te that "The formal written protest shall state with particularity the facts and law up which the protest AEM789-FITNESS EQUIPMENT 2872 Pershing Street VENDOR NAME: \HOLLYWOOD, FL 33o20 RE/lc Bid. No. 99-216H Page 1 1 of 15 Pages The School Board of Broward County, Florida 40THLETIC AND PHYSICAL EDUCATION SUPPLIES, QUIPMENT AND UNIFORMS (CATALOG) PE IAL CQNDITIQNS (Continue—d-I 28. 5BBC ITEM IDENTIFI['ATI N SYS� 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. 29. 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. E_qgh me of the invoice must refereneg a correspond-ing singleline h wn on thg pgrchase 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. 30. CERTIFICATION REG,&R]21NG DEBARMENT, SUSI!EN INELIGIBILITY R VOL]UNTARY EXCLUSIQNw Tier Covgred- Executive Order 12549 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 BEA 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. PRECISION FITNESS EQUIPMENT 2872 Pershing Street `\_HOLLYWOOD, FL 3=0 VENDOR NAME: RE/lc Bid'. No. 99-21,6H Page 12 of 15 Pages The School Board of Broward Countv, Florida ATHLETIC AND PHYSICAL EDUCATION SUPPLIES, EQUIPMENT AND UNIFORMS (CATALOG) 40 SPECIAL CONDITIONS (Continued) 31. SBBC PHQTO I ENTIFI ATI N BADGE "FOR COMPANY REPRESENTATIVE ONLY": A successful bidder/proposer 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. A successful bidder/proposer 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 bidder/proposer to the Personnel Office, Kathleen C. Wright Administration Center, 600 S.E. Third Avenue, Fort Lauderdale, Florida. At this location, each individual for which a SBBC photo identification badge is requested will be asked to fill out forms and show their driver's license and social security card. 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 a successful bidder/proposer. 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. 32, PCISTINf OF BID RE OMMENDATION AB LA'IONS: Bid Recommendations anO Tabulations will be posted in the Purchasing Department on Noymber 17. 1998 at 3:QQ p.m,, and will remain posted for 72 consecutive hours. Any person adversely affected by 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, shall = be used as a basis for filing a notice of protest as described herein. A telegraphic or facsimile letter o f protest or formal written protest will not be accepted. The same procedure, as described herein, which is used for the submittal- of bids shall also be used for the submittal of a letter of protest and formal written protest. School Board Policy 6Gx6-3.4, Rule Lc.(3)(a), states that, if the 72 consecutive hours expire on a Saturday, Sunday, or holiday, the notice of protest must be received by the same hour the next day. School Board Policy 6Gx6-3.4, Rule Lc.(3)(b) states that, if the tenth calendar day falls on a Saturday, Sunday, or holiday, the formal written protest must be received by 4:30 p.m. the next calendar day. 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, within the time prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Section 120, Florida Statutes. 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". PRECISION FITNESS EQUIPMENT 2872 Pershing Street HOLLYWOOD, FL 33M Bid. No. 99-216H Page 13 of 15 Pages The School Board of Broward County, Florida *IPMENTLETIC AND PHYSICAL EUCATION AND UNIFORMS(CATALOG) UPPLIES, PE IA NDITI N onIinued 33. BI3YI T A IVITIE Persons acting as lobbyists must state, at the beginning of their presentation, letter, telephone call, e-mail or facsimile transnussion to School Board members, anization or superintendent or Members of the Superintendent's Cabinet, the group, association, org business interest she/he is representing. a. For purposes of School Board e.g., mol monetary a ebsi n) 1epps represents a public orson who for r private or subsequent compensation, ediate ( g , �' profit/personal n or business interest and engages to efforts to influence School group, association, organizatio Board members on matters within their official jurisdiction. ng b, For purposes of this Policy, a lobbyistis not cnsidered ciations, etco.�ora person apubliceofficiallacting �her�/his ed groups (e.g., PTA, DAC, Band Booster Asso official capacity. c. Lobbyists shall annually (July 1) disclose in each com letininstance the lobbytst statementprior form which lobbying activities, their identity and activities by completing obtained from official School Board Records, School Board Member's Offices or the Superintendent's Office. d. The lobbyist must disclose any direct business 1e becr of the School iation with Boardent elected or appointed official or employee or any immediate family n e. The Associate Superintendent and Board liaison shall keep a current list of persons who have submitted the lobbyist statement form. 34. I F M T N: Any questions by prospective bidders concerning this 954)to765 6 37to Bid hould who addressed to Mrs. Roni Evans, Buyer, Purchasing Department, so they authorized only to direct the attention of prospective bidders to any empl employee of SBBC irtions of the s authorized tto read and interpret, such for themselves. Neitherof interpret any poron of the Bid or give information as Should o the requirements submitted nidai caddition d nip t with contained in the written Bid Document. Questions General Condition #7. Interpretations of the o� or b written addendum as to its requirements, where necessary, shall be communicated to biddersY Y NOTE TO BIDDER: Review Special Condition 23 prior to completing and mailing this bid. Bidder's M/WBE Certification Number: Agency Issuing This Number: NO YES ❑ Bidder is H9A a certified M/V+TBE, but has included a plan to show award° recjived will incorporate at least five percent NMBE participation in any as a result of this bid. • VENDOR NAME: RE& PRECISION FliNESS EQUWU7W 2M Perahirtp 8tree! \ HOLLYw00D, FL 33G20 Bid, No. 99-216H Page 14 of 15 Pages The School Board of Broward County, Florida ATHLETIC AND PHYSICAL EDUCATION SUPPLIES, EQUIPMENT AND UNIFORMS (CATALOG.) BID _U IMARY SHEET NOTE: THIS PAGE IS TO BE REPRODUCED AS NEEDED, COMPLETED AND RETURNED BY BIDDER WITH BID (SEE SPECIAL CONDITION 6). Lip F_ F TN ESS as listed in catalog HAmMBu. STRENGTH MAP_r_4 Igg4 Full Name of Manufacturer or Company t�A MMcE:R ST REN &TN Description of Items Offered in Catalog Number and Date and price list S I JA..rvAAv 1, I qq b Number and Date Specify QNE DISCO UNT/MARK-UP (across the board) for all items contained in the Manufacturer's/Company's catalog listed above :................. % M aR 4 - u P ADDITIONAL INFORMATION REQUIRED (This section must be completed and submitted either with submitted bid or within five days of request. Failure to submit this information within time period specified will result in disqualification of submitted bid.) 1. PERCENTAGE GUARANTEED: For contract term (see Special Condition 2) `f �S (YES/NO) 2. MINIMUM ORDER AMOUNT: If applicable (see Special Condition 11)....... $ 3. DELIVERY TIME REQUIRED: (See Special Condition 8) ....................... 5 t, " 7 O days ARO 4. DELIVERY: It is suggested that all delivery handling or other costs necessary to complete an order, be included in the fixed percentage quoted. Any delivery costs which are additional shall be stated in detail below. (See Special Condition 8): N 0�-j E 5. ASSEMBLY OR INSTALLATION (See Special Condition 17): ................. " ° + % 6. PICKUP DISCOUNTED PRICE: Indicate additional percentage discount if SBBC picks up athletic and physical education supplies, equipment and uniforms at bidder's locations (See Special Condition 8): .......................... ^ o % 7. Specify additional percentage for ordering uniforms during peak ordering tithes (see Special Condition 16):...................................................... r' i4 % 8. Svecifv peak ordering dates for uniforms (see Special Condition 16): Basketball: "SonDau: •.,lip tea". Cross Country: Swimming: Wrestling: Football: Tennis: 9. COMPANY REPRESENTATIVE: (See Special Conditions 14 and 30: CompanyName: I Company epresentative: Address: oca - o ree . -Fax 10. Will you extend dis MEarkff_�{je^Jrjg {(}jj ,1r ase? .......................... (YES/NO) 2872 Pershing Street r VENDOR NAME: HOLLYWOOD,FL33020 RE/lc Bid. No. 99-216H Page 13 of 15 Pages The School Board of Broward County. Florida AND UNI ORMSDCATAOG) UPPLIES, a US OPIPMENT IAL D I N ntinued 33 B Y'I T A TIVITI� Persons acting as lobbyists must state, at the beginning of their presentation, letter, telephone call, e-mail or facsimile transmission to School Bo^rd members, Superintendent or Members of the Superintendent's Cabinet, the group, association, organization or business interest she/he is representing. ate a For purposes of School Board Policy 1100B, a lot defined) r Presents a public oerson who for r private or subsequent compensation, (e.g., monetary profit/personal 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 ' obbyist is not considered etc.) or personrepresenting officeal nacting �her�/hts groups (e.g.,, PTA, DAC, Band Booster official capacity. c. Lobbyists shall annually (July 1) disclose in each instance and for each client prior to any lobbyibe ng activities, their identity and activities by Recordts g the School Board ist statement Member s Offrm ices och r the obtained from official School Board Superintendent's Office. d. The lobbyist must disclose any direct businesmember iation the School with Bo ant elected or appointed official or employee or any immediate family e. The Associate Superintendent and Board liaison shall keep a current list of persons who have submitted the lobbyist statement form. I Any questions by prospective bidders concerning this Invitation to Bid should be 34• I Buyer, Purchasing Department, (954) 765-6137 who is addressed to Mrs. Ron! Evans, authorized only to direct the attention of peo pecMrs bidders to �� epl portions of SBBC is authorso ized to read and interpret. such for themselves. N uirements of the Bid in addition to that interpret any porton of the Bid or give information as to the req contained in the written Bid Document. Questions o additio e submitted ! to its rrequirements, General Condition #7. Interpretations of the Bid where necessary, shs 11 be communicated to bidders only by written addendum. NOTE TO BIDDER: Review Special Condition 23 prior to completing and mailing this bid. Bidder's M/WBE Certification Number: Agency Issuing This Number: NO YES [� Bidder is i� a certified MNVBE, but h� iainto show anyaward ow it will rece received incorpora te at least five percent M/WB participation as a result of this bid. PRECISION MESS EQUIPMENT 2872 Pershing Street HOLLYWQOD, FL3=0 VENDOR NAME: RE11c .Bid. No. 99-216H Page 14 of 15 Pages The School Board of Broward County, Florida ATHLETIC AND PHYSICAL EDUCATION SUPPLIES, EQUIPMENT AND UNIFORMS (CATALOG) BID SUMMARY SHEET NOTE: THIS PAGE IS TO BE REPRODUCED WITH BID (SEE SPECIAL CONDITION 6). LIFEFITNCS Full Name of Manufacturer or Company AS NEEDED, COMPLETED AND RETURNED BY BIDDER as listed in catalog Li Fw- Fr TNmss Ocroba& 1, 1 aq B Number and Date CAR D 10 VA S G V LA R and price list GVi JAN VA R V y 1 g q 1b Description of Items Offered in Catalog Number and Date Specify ems contained �ISCOUNUMARK-UP (across boarAj for all — n the Manufacturer's/Company's catalog listed above :................. 2..- % D 1 5 G o vN T ADDITIONAL INFORMATION REQUIRED (This section must be completed and submitted either with submitted bid or within five days of request. Failure to submit this information within time period specified will result in disqualification of submitted bid.) 1. PERCENTAGE GUARANTEED: For contract term (see Special Condition 2) YE s (YES/NO) 2. MINIMUM ORDER AMOUNT: If applicable (see Special Condition 11)....... 3. DELIVERY TIME REQUIRED: (See Special Condition 8) ....................... 14— Z. ( days ARO 4. DELIVERY: It is suggested that all delivery handling or other costs necessary is to complete an order, be included in the fixed percentage quoted.. Any delivery costs which are additional shall be stated in detail below. (See Special Condition 8): M OM i 5 . ASSEMBLY OR INSTALLATION (See Special Condition 17): ......... " 0 r % 6. PICKUP DISCOUNTED PRICE: Indicate additional percentage discount if SBBC picks up athletic and physical education supplies, equipment and uniforms at bidder's locations (See Special Condition 8): ...................... 7. Specify additional percentage for ordering uniforms during peak ordering times (see Special Condition 16): ......... 8. S ci ak ordering dates for uniforms (see S2Scial Condition 16): —Baseball: Soccer Track: Basketball: Softball: Volle 1 Cross country: Swimming. Wrestle Footb : Tennis: 9. COMPANY REPRESENTATIVE: (See Special Conditions 14 and 30: ompany ame: ompany epresentattve: Address: 10. Will you extend discount/mark-up for student purchase? ...... • • • • • N O YES/NO) PRECISION FITNESS EQUIPMENT 2872 Pershing Street VENDOR NAME: HollYwoo RE/Ic Bid. No. 99-216H Page 13 of 15 Pages The School Board of Broward County, Florida OHL AND UNIFORMS D(CATALOG) UCATION SUFPLIES, UIPMENT F A N T ntinued 33. LOBBYI �T elI e telephone cPersons lc or as facsimile transmissionmust atto presentation, letter, Superintendent or Members of the Superintendent's Cabinet, the group, himiness interest she/he is representing. a E at the beginning of their School Board members, association, organization or For purposes of School Board Policy 1 IOOB, a lobbyist is defined as a person or subsequent compensation, (e.g., monetary profit/personal gain) represents group, association, organization or business interest and engages in efforts Board members on matters within their official jurisdiction. not considered to be a person representing school allied Associations, etc.) nor a public official acting in her/his For purposes vpTA517ACyBand Booster groups ( e.g., i who for immediate a public or private to influence School official capac ty. ce- and for each client ng c. Lobbyists shall annually (July 1) disclose in each l instan the lobbyist statementpform which canrior to any be activities, their identity and activities by completing obtained from official School Board Records, School Board Member's Offices or the Superintendent's Office. d. The lobbyist must disclose any direct business assoc riof thne School with Board current elected or appointed official or employee or any immediate family e The Associate Superintendent and Board liaison shall keep a current list of persons who have submitted the lobbyist statement form. 34. • Any questions by prospective bidders concerning this invitation54) 765-6 37 who bis addressed to Mrs. Roni Evans, Buyer, Purchasing Department, ros five bidders to various portions of the Bid so they may authorized only to direct the attention of p p� of SBBC is authorized to read and interpret such for themselves. Neither Mrs. Evans nor any employee in interpret any portion of the Bid or give information as should requirements submitted e ntdaccordance t with contained in the written Bid Document. Questions General Condition V. Interpretations of the only b additional n addendin-forum�on as to its requirements, where necessary, shall be communicated to bidders Y Y NOTE TO BIDDER: Review Special Condition 23 prior to completing and mailing this bid. Bidder's Nt WBE Certification Number: Agency issuing This Number: y Bidder is nA a certified M/WBE, but has included a plan to show how received ed will NO [� ❑ percent artici ation in any incorporate at least five rcent M/WBE p p as a result of this bid. PRECISION FITNESS EDUIPMPM 2872 Pecs" Street '- iHmLYwq=RMW== VENDOR NAME: RFJIc The School Board of Broward County, Florida ATHLETIC AND PHYSICAL EDUCATION SUPPLIES, EQUIPMENT AND UNIFORMS (CATALOG) NOTE: THIS PAGE IS TO BE REPRODUCED WITH BID (SEE SPECIAL CONDITION 6). L I r-I- F I -r nt E s s Bid. No. 99-216H Page 14 of 15 Pages AS NEEDED, COMPLETED AND RETURNED BY BIDDER Full Name of Manufacturer or Company .5 -r A e ,v G T-w Description of Items Offered in Catalog • as listed in catalog L i F E F1r" ESs Ocro BeR i, l qq b Number and Date and price list L S 1 J AAA u A it y y, I g q 8 Number and Date Specify ONE DISCQJINJIMARK-UPfor all items contained in the Manufacturer's/Company's catalog listed above: ................. 3 % MA k K - v40 ADDITIONAL INFORMATION RE UIRED (This section must be completed and submitted either with submitted bid or within five days of request. Failure to submit this information within time period specified will result in disqualification of submitted bid.) 1. PERCENTAGE GUARANTEED: For contract term (see Special Condition 2) Y 5 (YES/NO) 2. MINIMUM ORDER AMOUNT: If applicable (see Special Condition 11)....... 3. DELIVERY TIME REQUIRED: (See Special Condition 8) ....................... S(o - 7 D days ARO 4. DELIVERY: It is suggested that all delivery handling or other costs necessary to complete an order, be included in the fixed percentage quoted. Any delivery costs which are additional shall be stated in detail below. ' (See Special Condition 8): NO N E 5. ASSEMBLY OR INSTALLATION (See Special Condition 17):................. ^ O -- % 6. PICKUP DISCOUNTED PRICE: Indicate additional percentage discount if SBBC picks up athletic and physical education supplies, equipment and uniforms at bidder's locations (See Special Condition 8): .......................... % 7. Specify additional percentage for ordering uniforms during peak ordering tends (see Special Condition 16):...................................................... �► % 8. Specify peak ordering dates for uniforms (see Special Condition 16): T Cross Coun Swunmtn : •• «��l Football: Tennis: 9. COMPANY REPRESENTATIVE: (See Special Conditions 14 and 31): ompany ame: company Representative: X3dress: Localf roll -Free . 10. Will you extend discount/mark-up for student purchase? ........................... _ nw _ (YES/No) PRECISION FITNESS EQUIPMENT 2872 Pershing Street VENDOR NAME: IiOLLYWOOD,I=L 33020 REAc Bid. No. 99-216H Page 13 of 15 Pages The School Board of Broward County, Florida QHLETIC AND PHYSICALUIPMENT AND UNIFORMSD(CATA UCATION OG�UPPLIES, p I D I N nti ued 33. BBXI T A T VI Persons acting as lobbyists must state, at the beginning of their presentation, letter, emebpeco of the Superintendent'sl, e-mail or mile Cabinet, thession grouptoassoclationBoard , organization or Superintendent or M business interest she/he is representing. a. For purposes of School Board Feolicy�ol0OB, ap ofb'�personalined as a g �) represents a public orson who for ur immediate or subsequent compensation, (e.g., azY group, association, organization or business interest and engages in efforts to influence School Board members on matters within their official jurisdiction. ng school b . For purposes of this Policy, a lobbooster Associations, etc.)ist is not considered to or apublicrson eofficial lading in her/his groups (e.g.,. PTA, DAC, Band B official capacity. C. Lobbyists shall annually (July 1) disclose in each feting the lobbyist statement ient pform whirior to ch lobbying activities, their identity and acts y P 01 :fried from official School Board Records, School Board Member's Offices or the Superintendent's Office. my direct business of the School Board urrent elected or appointed d. The lobbyist must disclose a official or employee or any immediate family member e. The Associate Superintendent and Board liaison shall keep a current list of persons who have submitted the lobbyist statement form. • Any questions by prospective bidders concerning this Invitation to Bid should be 34. I Purchasing Department, (954) 765-6137 who is addressed to Mrs. Roni Evans, Buyer, so authorized only to direct the attention of prospecM� bidders noovarious any emplyee of SBBC is authoriyzed to read and interpret such for themselves. Nei requirements of the Bid in addition to that interpret any portion of the Bid or give information as to the contained in the written Bid Document. Questionsshould additional5rrifor ubmitiedatioin ac itsord ance e with General Condition #7. Interpretations of the Bid where n-,--ssary, shall be comm'awcated to bidders only by written addendum. NOTE Tk BIDDER: Review Special Condition 23 prior to completing and mailing this bid. Bidder's M/WBE Certification Number: Agency Issuing This Number: NO [� YF,S ❑ Bidder is ri41 a certified M/WBE�gE iadlinlany awandow it will rece received incorporate at least five pert participation as a result of this bid. PRECISION FITNESS EQUIPMENT 2872 Pershing Street �HOLLYV 0W-a ikio,/ VENDOR NAME: REJIc • Bid. No. 99-216H Page 14 of 15 Pages The School Board of Broward County, Florida ATHLETIC AND PHYSICAL EDUCATION SUPPLIES, EQUIPMENT AND UNIFORMS (CATALOG) SHEET NOTE: THIS PAGE IS TO BE REPRODUCED WITH BID (SEE SPECIAL CONDITION 6). LI FE Fi7N»55 AS NEEDED, COMPLETED AND RETURNED BY BIDDER Full Name of Manufacturer or Company Ll re Cr 1zGV1-r Description of Items Offered in Catalog as listed in catalog L j FE F' rN i 55 Ocro ti If 19 q 8 Number and Date and price list LCT1 JA NVAAY Number and Date Specify - for all items contained in the Manufacturer's/Company's catalog listed above :................. - 0 � % ADDITIONAL INFORMATION REQUIRED (This section must be completed and submitted either with submitted bid or within five days of request. Failure to submit this information within time period specified will result In disqualification of submitted bid.) 1. PERCENTAGE GUARANTEED: For contract term (see Special Condition 2) Y E 5 (YES/NO) 2. MINP UM ORDER AMOUNT: If applicable (see Special Condition 11)....... 3. DELIVERY TIME REQUIRED: (See Special Condition 8) ....................... 56 - 7 o days ARO 4. DELIVERY: It is suggested that all delivery handling or other costs necessary to complete an order, be included in the fixed percentage quoted.,,Any delivery costs which are additional shall be stated in detail below. (See Special Condition 8): 5. ASSEMBLY OR INSTALLATION (See Special Condition 17): r % 6. PICKUP DISCOUNTED PRICE: Indicate additional percentage discount if SBBC picks up athletic and physical education supplies, equipment and uniforms at bidder's locations (See Special Condition 8):.......................... % 7. Specify additional percentage for ordering uniforms during peak ordering times (see Special Condition 16):........ ............................ % 8. Specify ak ordering dates for uniforms (see Special Condition 16): BasebSoccer: Track: Basketball: Sob : Volleyball: Cross Coun Swunmm : Wrestlin Football:Tennis: 9. COMPANY REPRESENTATIVE: (See Special Conditions 14 and 31): Company ame: Cornpany epresentative: Address: Fax oc o - ree : 10. Will you extend discouarknt/TON _"HT89469 e? ........................... N p (YESINO) 2872 Pershing Street VENDOR NAME: � HOLLYWOOD, FL33020 r RE/Ic Bid. No, 99-216H Page 13 of 15 Pages The School Board of Broward County, Florida 4NHLETIC AND PHYSICAL EDUCATION SUPPLIES, UIPMENT AND UNIFORMS (CATALOG) p L D I N nt' ued 33 r Xt TIVITIES Persons acting as lobbyists must state, at the beginning of their presentation, letter, telephone call, e-mail or facsimile transmission to Scl uol Board members, Superintendent or Members of the Superintendent's Cabinet, the group, association, organization or business interest she/he is representing. a. For purposes of School Board eolicy� inIX)B�.,yalobbyist �on�lg n) repred as a esents a public or pate ate or subsequent compensation, ( g 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 ob a aer on reprosentialingactsc ool allied groups ( e.g., PTA, DAC, Band Booster Associations, etc.) p is official capacity. C. Lobbyists shall an (July 1 �be in each feting the lobbyist statamentient prior to form which lobbying activities, their identity and activitiesy P obtained from official School Board Records, School Board Member's Offices or the Superintendent's Office. ny direct business Bard current elected or appointed d. The lobbyist must disclose aof the S hool offit ial or employee or any immediatey e. The Associate Superintendent and Board liaison shall keep a current list of persons who have submitted the lobbyist statement form. 34 I T19,� Any questions by prospective bidders concerning this Invitation to Bid should be addressed tc 'errs. Roni Evans, Buyer, Purchasing Department, (954) 765-6137 who is authorized c to direct the attention of prospective bidders nor any employee of SBBC iortions of the s authoriso yzed tto read and it Bret such for themselves. Neitherrequirements of the Bid in addition to that interpret any p(:,tion of the Bid or give information s to the contained in the written Bid Document. Questions should additional sinforma an Inubmitted accordance to c its requirements, qui ementh General Condition #7. Interpretations of the where necessary, shall be communicated to bidders only by written addendum. NOTE TO BIDDER: Review Special Condition 23 prior to completing and mailing this bid. Bidder's Mf WBE Certification Number: Agency issuing This Number: NO M YFS ❑ Bidder is U1 a certified M/WBE, but has included a plan to show how it will incorporate at least five percent MIWBE participation in any award received as a result of this bid. PFIECISION FITNESS EQUIPMEW 2872 Pershing Street \ HOIlYWOOD. A. 3302�� VENDOR NAME: RE/lc Bid. No. 99-216H Page 14 of 15 Pages The School Board of Broward County, Florida ATHLETIC AND PHYSICAL EDUCATION SUPPLIES, EQUIPMENT AND UNIFORMS (CATALOG) NOTE: WITH 1 _11HR. W191i_01�hll THIS PAGE IS TO BE REPRODUCED AS NEEDED, COMPLETED AND RETURNED BY BIDDER BID (SEE SPECIAL CONDITION 6). L- I F E PI TN ES S as listed in catalog Full Name of Manufacturer or Company $000 r-a-l" WEIGHT Eand price list Description of Items Offered in Catalog • LF $ODDSBR1V-S . JUc.Y I� IggQi Number and Date LFQi000 .JULY_ If IggB Number and Date Specify QNE DI CO ___._. -UP across the d) for all items contained in the Manufacturer's/Company's catalog listed above: ................. 3 = % D 1 5 C o vnj T ADDITIONAL INFORMATION REQUIRED (This section must be completed and submitted either with submitted bid or within five days of request. Failure to submit this information within time period specified will result in disqualification of submitted bid.) 1. PERCENTAGE GUARANTEED: For contract term (see Special Condition 2) YES (YES/NO) 2. MINIMUM ORDER AMOUNT: If applicable (see Special Condition 11)...... . 3. DELIVERY TIME REQUIRED: (See Special Condition 8) 2-1 — 3 5 days ARO ....................... 4. DELIVERY: It is suggested that all delivery handling or other costs necessary to complete an order, be included in the fixed percentage quoted., Any delivery costs which are additional shall be stated in detail below. (See Special Condition 8): N ON E 5. ASSEMBLY OR INSTALLATION (See Special Condition 17): ................. — o _ % 6. PICKUP DISCOUNTED PRICE: Indicate additional percentage discount if SBBC picks up athletic and physical education supplies, equipment and uniforms at bidder's locations (See Special Condition 8): .......................... 7. Specify additional percentage for ordering uniforms during peak ordering % times (see Special Condition 16):...................................................... 8. S cify peak ordering dates for uniforms (see Special Condition 16): Baseb Soccer: rack: Basketball: Softball: Volleyball: Cross Country: Swimming: Wrestling: Football: Tennis: 9. COMPANY REPRESENTATIVE: (See S2Eial Conditions 14 and 31): Company a�me company epresentahve: Address: ax oc a - ree 10. dde� a�rc�hh Will you extend disc� � �55TOUIP�ENTase? N ° (YES/NO)o) 2872 Pershing Street HOLLYWOOD. FL33020/ VENDOR NAME: R Ac Bid. No. 99-216H Page 15 of 15 Pages The School Board of Broward County, Florida KTHLETIC AND PHYSICAL EDUCATION SUPPLIES, QUIPMENT AND UNIFORMS (CATALOG) IN R N RE IRENLENTS Proof of the following insurance will be furnished by the successful bidder 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 limit 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 e SBBC Prior to the commencement of Insurance which is evidence work the successful of the proposer coverage and with SBBCcnamed Department with a Certificate as an additional insured. The successful bidder agrees, by accepting the award of this bid, to the following "Hold Harmless Agreement": During the term of thus bid the vendor shall indemnify, hold harmless, and defend The School Board of Broward County, Florida, it 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, it agent, servants and employees may or an claim or me obligated to pay on account of any, all and every claim or demand, or assertion of liabiil servicesnyfu aim or action founded, thereon, arising or alleged to have arisen out of the product, goods ed by the vendor, his agent, servants or employees, or any of his equipment when such persons eor equipment are on premises owned or controlled by the Board for the purpose of performing delivering products or goods, installing equipment, or otherwisetransacting d'ssiness, ry,ether such death of claim or claims be for damages, injury to person or property, g ny 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. PRECISION FITNESS EQUIPMENT 2872 Pershing Street HOLLYWOOD, FL 33020 VENDOR NAME: RFJIc • ATTACHMENT Bid. No. 99-216H The School Board of Broward County, Florida ATHLETIC AND PHYSICAL EDUCATION SUPPLIES, EQUIPMENT AND UNIFORMS (CATALOG) I VENDOR - CERTIFICATION - of items excluded from Bid 99-216H ( G N A P-D Wig► 5 S 6 R L A V F (Authorized Representative) from -PFZ E GI S i t7,'J FI rtnJess v i p" ENT (Company Name) agree that the following items will not be sold to any school/department/location in accordance with Special Condition 1 of Bid 99-21611: Gymnastic equipment (i.e. trampolines, parallel bars, rings or similar items deemed dangerous), javelins, lawn darts and the like, all martial arts equipment, concrete tire pole supports, shoulder pads and football helmets. Signature PRECISION FITNESS EOUIPMENT 2872 Pershing Street N HOLLYWQQQ. FL =o Company Name /D— z2 --gs Date 11 Mar-30-00 02:45P `"'ada P-01 Temp. Reso. #8973 Exhibit "B" PRECISION FITNESS EQUIPMENT The Exclusive Florida Distributor of LifeFitness d Hammer Strength Main Office- Showroom 2872 Pershing Street Hollywood, FL 33020 800/733-5339 954/921-6100 Fax 954/921-6104 MEM RAND M/ FAX SMISSIONN To: Greg Warner From: Antonio Twymon Date: 3-30-00 Re: Revised Proposal No. of Pages 3 The Warranties for the strength equipment are as follows: • 10 Years on Frames • 5 Years on Pillow Blocks, Pulleys, Weight Plates, Guide Rods • 1 Year on Linear Bearings, Cables, Grips • 90 Days on Upholstery, Springs, Belts. and any items not specified The Warranties for the treadmills are as follows • Limited Lifetime Warranty on Frame, Motor, Lifespring shock absorbers • 2 Years on all Electrical components • 1 Year on all Mechanical components and labor The Warranties for the cross trainers are as follows: • 2 Year limited warranty on all mechanical and electrical components • 1 Year on labor The Warranties for the lifecycles are as follows: • 2 Year limited warranty on all mechanical and electrical components Please call with any questions. Tony Mar--30-00 02:45P *"ada P.02 �_j �j PRECISION FITNESS EQUIPMENT 2872 Pershing Street Hollywood FL 33020 (954) 921.6100 (800) 733-5339 (FAX) 921-6104 SOLD TO: City of Tamarac )Af'C f nr 7 SHIP TO: Proposal: 9514 DATE 3-24.00 SALES PERSON. Tony Twymon CUSTOMER CONTACT Greg Warner PHONE 954-724-1287 CLIENT ORDER NO Will Advise SHIP DATE Will Advise SHIP VIA Best Way F.0 B. POINT Origin TERMS Net 30 w/ P 0 QTY 017M KEo 4 2 1 1 QIy sHIPOF0 SERIAL NO. DESCRIPTION LifeFitness TR-9500HR Lifestride Treadmill w/ Heart Rate LifeFitness CT-9500HRR Total Body Crosstrainer w/ Heart R LifeFitness LC-9500HR U ri ht Lrfec cle w/ Heart Rate LifeFitness LC-9500RHR Recumbent Lrfec cle w/ Heart Rate UNIT PRICE $6.160.00 $4 136.00 $2.552,00 $2 640 00 AMOUNT $24.640 00 $8 272.00 $2 552.00 $2 640.00 1 LifeFitness SU-75 Arm Curl $2 574 00 $2 574.00 1 LifeFitness FB-31 Multi Adjustable Bench $720 00 $720,00 1 LrfeFitness SU-55 Seated Row $2.883.00 $2 883.00 1 LifeFitness SU-35 Rear Deltoid / Pectoral Fly $2 883.00 $2 883.00 1 LifeFitness SU-31 Lateral Raise $2 883 00 $Z 883 00 1 LifeFitness ST-05 Abdominal $Z 883.00 $2 883 00 1 LifeFitness SU-70 Arm Extension $2 574 00 $2.574 00 1 LifeFitness SM-21 Cable Crossover Adjustable $3 192.00 $3 192.00 1 LifeFitness LFS8110 Dumbbell Rack $485 00 $485 00 1 LifeFilness SU45 Lat Pulldown $2.358.00 $2 368.00 1 LifeFitness SU-05 Seated Cnest Press $2 883 00 $2 883 00 1 LifeFitness SU-10 Incline Chest Press $2 883.00 S2 883.00 1 LifeFitness SU-25 Shoulder Press $2 883 00 $2 883 00 1 LifeFitness SL-40 Seated Leg Curl $2.883 00 $2,803.00 1 LifeFitness SL-65 Standing Calf $2 574 00 ACCEPTANCE CONSTITUTES A PURCHASE UNDER THE TERMS SPECIFIED OWNERSHIP IS RETAINED BY PRECISION FITNESS EQUIPMENT UNTIL ORDER IS PAID IN FULL. ACCEPTED FOR ACCEPTED BY DATE _FE $2 574.00 PLEASE SEE PAGE 7Wp FOR DETAILS Mar-30-00 02:46P ""ada P.03 PRECISION 0 FITNESS EQUIPMENT 2872 Perstnng Street Hollywood, FL 33020 (954) 921-6100 (800) 733-5339 (FAX) 921-6104 • SOLD TO: City of Tamarac SHIP TO: Proposal:9514 DATE 3-24-00 SALES PERSON Tony Twymon CUSTOMER CONTACT Greg Warner PHONE 954-724-1287 CLIENT ORDER NO Will Advise SHIP DATE Will Advise SHIP VIA: Best Way 1:.0 B POINT Origin TERMS Net 30 wr P 0 PAGE 2 OF 2 TY U(Iir SERIAL NO17-- DESCRIPTION UNIT PRICE AMOUNT Des 1 LlfeFitness SL-10 Seated Leg Press $4 943.00 $4 943 00 1 LifeFitness SL-20 Leg Extension $2 780.00 $2 780.00 1 Hammer Strength BWCDLR Bodyweight Chin/Dip/LeChin/Dip/Leq Raise 960.00 $960.00 OF BROWARD COUN PER BID # 99-216H PLEASE ALLOW 10.12 WEEKS FOR DELIVERY 1. Sl TRTO)J Al PAGF. TWO $8 683 00 ACCEPTANCE CONSTITUTES A PURCHASE UNDER THE TERMS SPECIFIED SI;B,l a r Al. r%()L t:►NF $75 655 00 OWNERSHIP IS RETAINED BY PRECISION FITNESS EQUIPMENT UNTIL El?U11'%1FNT P1,CKA4:k ,%uwT(TA 1 $B4.338,00 EXEMPT ORDER IS PAID IN FULL 1 RE16H"I INCLUDEC ACCEPTED FOR , L)I .I .'iNSTAI.I INCLUDE[ TO A I $64.338.00 ACCEPTED BY DATE • _ h. l/..1:1'r /; 1)l /l: $84�338.00 Apr-04-00 08:23A wad& P.02 Firne55 Equipmenr April 4, 2000 Tamarac Parks and Recreation Ms. Kathleen Margolies, Director 7501 N. University Drive Tamarac, FL 33321 Dear Ms. Margoles- �$7i� (�(;fG.tLf1('� �tl'S:CSC • f �:7li�;i�,�:,�,�_1 (�_ .. .;)i�) Please accept this letter as Precision Fitness Equipment's committment to honor the School Board of Broward County's pricing per Bid #99-216H- Our proposal #9514 applies the pricing as set forth by this bid. If you have any questions, please contact me at your convenience. I look forward to speaking with you in the near future to discuss how I might be of service. Sincerely, Antonio Twymon Sales Representative PRECISION FITNESS EQUIPMENT Sales Service Design 04 04/00 TUE 16:53 FAX 9047308542 JOEL SHAPIRO ENTERPRISES Certificate of Insurance Lffl 002 The Company indicated below certifies that the insurance afforded by the policy or policies numbered and described below is in force as of the effective date of this certificate_ This Certificate of Insurance does not amend, extend, or . otherwise alter the Terms and Conditions of Insurance coverage contained in any policy or policies numbered and ® described below. • • Certificate Holder's Name and Address: Insured's Name and Address: City of Tamarac PRECISION FITNESS EQUIPMENT 7525 NW 881" Avenue 2872 PERSHING STREET Tamarac, FL 33321-2401 HOLLYWOOD, FL 33020 Attn: Jim Sredzinski fax #954-724-2549 TYPE OF INSURANCE POLICY NUMBER AND POLICY EFFECTIVE POLICY EXPIRATION LIMITS OF LIABILITY ISSUING COMPANY DATE DATE ("Limits At Inception) NATIONWIDE INS CO 01-15-00 01-15-01 ® GENERAL LIABILITY 77-PR-012057-0003 General Aggregate' $2,000,000 Pr. Comp. Op. Agg.' s1,000,000 ® Premises -Operations Each Occurrence S1,000,000 ® Products -Completed operations Any One Person/Org. $1,000,000 Any One Person $6,000 ® Personal & Advertising Injury Any One Fire $100,000 ® Medical Expense ® Fire Damage Legal ❑Other Liability Each Accident ❑ GARAGE LIABILITY -PREMISES Aggregate' NATIONWIDE INS CO 01.15.00 01-15-01 AUTOMOBILE LIABILITY # 77-BA-012057-0002 ® BUSINESS AUTO Bodily Injury ❑ GARAGE (Each Person) ® Owned (Each Accident) ® Hired Property Damage ® Non -Owned (Each Accident) Combined Single # Fill In Either Combined Limit $500,0D0 Single Limits or Split Limits PIP BASIC NATIONWIDE INS CO 01-15-00 01-15-01 EXCESS LIABILITY 77-BO-012057-0001 Contents Coverage $70,000 RCG ® Property Coverage Aggregate* A11C 01-15-00 01-15-01 ® Workers' Compensation 407-2037-01 STATUTORY LIMITS Bodily Injury Each Accident and by accident $100,000 Bodily Injury Each Employee ® Employers' Liability by Disease slo0,000 Bodily Injury Policy Limit by Disease $500,e00 insurance In force only for hazards Indicated by X. Should any of the above described policies be canceled before the expiration date tnereot, the issuing company will endeavor to mall 30 days written notice to the certificate holder named t failure to malt Such notice Shall impose no obligation or liablllty of any kind upon the company, its agents or representatives. Description of Operations/Locations/ Vehicles/Restrictions/Special Items • Effective Date of Certificate: 1-15-00 AUTHORIZED REPRESE 1 . aa.0A . A1 Date Certificate Issued 4-4-00 COUNTERSIGNED AT: JACKSONVILLE, FLORIDA Cas.3640-A (9-89)