Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item 09 Consideration for Award of Bid #B05-13, Changeable Message Sign
e Center of Good Lav - AGENDA ITEM COVER SHEET Meeting Date: 7/19/05 Item # q Reviewed By: Contact Name: Joyce Tolbert Department Director: Contact Number: 1516 City Manager: Subject: Award of Bid #B05-13 Changeable Message Sign Background Summary: The specifications are for a solar powered, trailer-mounted, portable and changeable message sign with full matrix. All LED capable of alphanumeric text and graphics. The budget includes $25,000 for this item, which includes the cost of the sign and a laptop computer to be provided by the City. Issue: Award the bid for a Changeable Message Sign to K&K Systems, Inc. for the Public Works Department to be used for construction, police, emergency and event activity. Recommendations Staff recommends that the City Commission award Bid#B05-13 to K&K Systems, Inc. in the amount of $16,100.00; and authorize Staff to issue a purchase order for this procurement. Attachments: 1. K&K Systems Bid 2. Safety Zone Systems Bid 3. Specifications 4. Bid Tabulation 5. Recommendation Memo Financial Impact: Sign cost $16,100, budgeted $25,000 Type of Item: ❑ Public Hearing For Clerk's Dept Use: ❑ Ordinance First Reading 0 Consent Agenda ❑ Ordinance First Reading 0 Public Hearing ❑ Resolution 0 Regular Agenda ® Commission Approval ❑ Discussion&Direction ❑ Original Document/Contract Attached for Execution by City Clerk O Original Document/Contract Held by Department for Execution Reviewed by City Attorney 4 N/A Reviewed by Finance Dept. e-.•(, ida , o ❑ N/A Reviewed by ( ) ❑ N/A Mayor center of Good z , Commissioners S. Scott Vandergrift !'!'� Danny Howell, District 1 Scott Anderson, District 2 City Manager P Li Rusty Johnson, District 3 Robert Frank `` t Nancy J. Parker, District 4 STAFF REPORT TO: The Honorable Mayor and City Commissioners FROM: Joyce Tolbert, Purchasing Agent DATE: July 11, 2005 RE: Award of Bid#B05-13 Changeable Message Sign ISSUE Award the bid for a Changeable Message Sign to K&K Systems, Inc. for the Public Works Department to be used for construction, police, emergency and event activity. BACKGROUND/DISCUSSION The specifications are for a solar powered, trailer-mounted, portable and changeable message sign with full matrix. All LED capable of alphanumeric text and graphics. The budget includes $25,000 for this item, which includes the cost of the sign and a laptop computer to be provided by the City. The bid was publicly advertised on June 5, 2005 and opened on June 28, 2005. There were two (2)responses to this bid: 1. K&K Systems, Inc. $16,100.00 2. Safety Zone Specialists, Inc. $19,016.40 Attached is a copy of the specifications for this project, and the bids from each bidder, along with the bid tabulation. All bids are available in the Finance Department for review. The Public Works Department and Finance Department have reviewed all bids. Staff recommends awarding the bid to K&K Systems, Inc. as the most responsive and responsible bidder, per the attached recommendation memorandum from Bob Zaitooni, Public Works Director. Center of Good L f Mayor Abe vg Commissioners " S. Scott Vandergrift 'l Danny Howell, District 1 Scott Anderson, District 2 City Manager Rusty Johnson, District 3 Robert Frank Nancy J. Parker, District 4 MEMORANDUM TO: Joyce Tolbert, Finance Department FROM: Bob Zaitooni,Public Works Department DATE: July 7,2005 RE: Recommendation for Award—Bid #B05-13, Changeable Message Sign Public Works reviewed bids from the following bidders: Company Bid Amount Delivery Time K& K Systems, Inc. $16,100.00 30 days Safety Zone Specialists, Inc. $19,016.40 30 days Based on our evaluation, we recommend award of the bid to the following most responsive bidder: K&K Systems, Inc. If you have any questions or require additional information,please contact me at extension 6002. Cc: Mike Keller, Streets/Traffic Supervisor RZ The City of Ocoee Public Works•301 Maguire Road•Ocoee,Florida 34761 phone:(407)905-3170•fax:(407)905-3176•www.ci.ocoee.fl.us Z D_ C O LU U- 0• § 2O. • LAm o IoW o 0 « M / CO j 5 c p g o o § / \ / \ CX CD CO 01 N \ o 2 t C 2 2 2 2 ` ` W / r / _ > > > > C C - 0 = 2 2 cc J 2 § / o I ® 0 ƒ O e o o© 0 / co / co $ \ u ƒ 7 / \ ® \ \ \ \ / C (I) ( \ 2Y _ e E k _ § /E c 3 § _ 1_ O K - U a) t 2 \ \ 2 _ - 3 § ± % 2 •# F_O = 2 7 , e 2 L^ / 2 ƒ 0 ) m f @ 2 ) < ; C ) @ m % E e = a) 0 e I- k \ 2 k ( z \ E } 0 3 e Celt of Good Liv Mayor �Nter �" ltl�C, Commissioners S. Scott Vandergrift .• t Danny Howell, District 1 Scott Anderson, District 2 City Manager .0 � fRusty Johnson, District 3 Robert Frank 1 =m` .-..P,,, Nancy J. Parker, District 4 CITY OF OCOEE INVITATION TO BID #B05-13 FOR CHANGEABLE MESSAGE SIGN City of Ocoee• 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407)905-3100 • fax: (407)656-8504 •www.ci.ocoee.fl.us p ^a a y �? r > � �iM' � � Y N ' . ;h x ; �ar x�•.�ad�sha1b��4K niYha x44f' . T5 .i •-xs3e "; ,.,,',k';i�r.'.w•'rv .r.sw�...'v_`ra�c, .:..'. =aw t....a,. .. a,..t� .`�aha.'".W a�F ',".'-`�.n,�n.'"�.x...s.•y.` ? m BID DOCUMENTS 3 Legal Advertisement 4 thru 6 Invitation to Bid #B05-13 7 thru 12 General Terms & Conditions 13 Subcontractors/Summary of Litigation 14 References/Addenda Acknowledgement SPECIFICATIONSBID SHEET • 15 thru 16 Specifications 17 Bid Form 18 Company Information/Signature Sheet END OF TABLE OF CONTENTS B05-13 2 LEGAL ADVERTISEMENT CITY OF OCOEE Bid #B05-13 CHANGEABLE MESSAGE SIGN Ocoee City Commission Sealed bids will be accepted for Bid #B05-13, CHANGEABLE MESSAGE SIGN, no later than 2:00 PM, local time, on June 28, 2005. Bids received after that time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject any and all bids and waive informalities. The City of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City) is soliciting bids for the purchase of a solar powered, trailer- mounted portable, changeable message sign with full matrix. All LED capable of alphanumeric text and graphics. There will not be Pre-Bid Conference for this bid. Any questions or concerns regarding this bid must be received no later than June 21, 2005. A Bid Security is not required for this bid. All bids shall be submitted as one (1) original and two (2) copies of the required submittals, in a sealed envelope plainly marked on the outside with the appropriate bid number and opening date and time. Bids will be received in the City of Ocoee, Attn: Purchasing Agent, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258. Bids will be publicly opened and read aloud in the City Hall Conference Room on the above-appointed date at 2:01 PM, local time, or as soon thereafter as possible. Interested firms may secure a copy of the bid documents through Demandstar by accessing the City's website at www.ci.ocoee.fl.us under Finance/Purchasing, or copies are available from the Purchasing Agent for a non-refundable reproduction and/or administrative fee of $20.00. Checks should be made payable to the City of Ocoee. Copies via e-mail are not available and partial sets of bid documents will not be issued. No fax or electronic submissions will be accepted. City Clerk June 5, 2005 B05-13 3 CITY OF OCOEE INVITATION TO BID #B05-13 CHANGEABLE MESSAGE SIGN INTENT: Sealed bids for Bid #B05-13 will be received by the City of Ocoee, hereinafter called "The City", by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called"Respondent". The proposed purchase will be for one (1) new portable, solar powered, trailer-mounted changeable message sign with full matrix and all LED capable of alphanumeric text and graphics, in conformance to the "Specifications" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each respondent shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm or corporation interested in the bid either as a principal, member of a firm or general partner. If the respondent is a corporation, the bid should include the name and business.address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Joyce Tolbert, Purchasing Agent (407)905-3100, extension 1516 and fax (407)656-3501, not later than June 21, 2005. Any clarifications/changes will be through written addenda only, issued by the Finance Department, see paragraph H. Respondents should not contact City staff, with the exception of Joyce Tolbert, Purchasing Agent, or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its Agents during this time period may be grounds for disqualification. C. This bid must be received as one (1) original and two (2) copies of the required submittals only, by the Finance Department not later than 2:00 P.M., local time, on June 28, 2005. Bids received by the Finance Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by fax or e-mail will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number, title, and opening date and time to: City of Ocoee Finance Department Attention: Purchasing Agent 150 N Lakeshore Drive Ocoee, FL 34761-2258 B05-13 4 D. Bids will be publicly opened and read at Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2:01 P.M., or as soon thereafter as possible on the above-appointed date. Respondents or their authorized agents are invited to be present. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All respondents shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) List of References/Experience; b) List of Subcontractors/Temporary Worker Agencies; c) Summary of Litigation; d) Addenda Acknowledgement; e) Bid Form f) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the respondent has complied with Paragraph E. The failure or neglect of a respondent to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. If "NO BID", so state on face of envelope or your company may be removed from the City's vendor list. No claim for additional compensation will be allowed which is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work. All items quoted shall be in compliance with the bid documents/scope of work. G. There will not be a pre-bid conference for this bid. H. Any response by the City to a request by a respondent for clarification or correction will be made in the form of a written addendum communicated to all parties to whom the bid packages have been issued. Responses may be issued through Addenda issued not later than twenty-four (24) hours before bid opening. The City shall provide all Addenda to each prospective bidder by regular mail or telefacsimile at the address or fax number that each prospective bidder has provided to the City when it receives the Bidding Documents. Addenda may also be posted on Demandstar or faxed by Demandstar. It shall be the responsibility of each prospective bidder to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda, concerning date and time of bid opening, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued, will be returned to the respondent, if requested, unopened. In case any respondent fails to acknowledge receipt of any such Addendum in the space provided in the bid documents, its' bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Respondents are cautioned that any other source by which a respondent receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. I. Any of the following causes may be considered as sufficient for the disqualification of a respondent and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this B05-13 5 subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among respondents; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective or otherwise unsatisfactory performance of work for the City or any other party on prior projects which, in the City's judgement and sole discretion, raises doubts as to Respondent's ability to properly perform the work; or e) Any other cause which, in the City's judgement and sole discretion, is sufficient to justify disqualification of Respondent or the rejection of its bid. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid opening. The City reserves the right to accept or reject any or all bids, to waive informalities or irregularities, to request clarification of information submitted in any bid, or to readvertise for new bids. The City may accept any item or group of items of any bid, unless the respondent qualifies his/her bid by specific limitations. Award, if made, will be to the most responsible and responsive respondent whose bid, in the City's opinion, will be most advantageous to the City, price and other factors considered. The City reserves the right, to aid it in determining which bid is responsible, to require a respondent to submit such evidence of respondent's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a respondent, including past performance (experience) with the City and others. The City Commission shall be the final authority in the award of any and all bids. B05-13 6 GENERAL TERMS & CONDITIONS: 1. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions therefor and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 2 PATENT INDEMNITY: Except as otherwise provided, the successful respondent agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 3. PRICING: Pricing should be provided as indicated on the Specifications/Bid Sheet attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Specifications/Bid Sheet. A total shall be entered for each item bid. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. By submission of this bid, the Respondent certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, that in connection with this procurement: a) The Respondent represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. B05-13 7 b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other respondent or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Respondent and will not knowingly be disclosed by the Respondent prior to opening, directly or indirectly to any other respondent or to any competitor; d) No attempt has been made or will be made by the Respondent to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida SS 542.18 and all applicable federal regulations); e) Respondent warrants the prices set forth herein do not exceed the prices charged by the respondent under a contract with the State of Florida Purchasing Division; and f) Respondent agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Respondent gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 4. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 5. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 6. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible bidder according to the following criteria: • Compliance with specifications, terms, and conditions • Bid Price • Warranty Offered • Delivery Time B05-13 8 • Experience with Similar Equipment • Features of System • Successful Reference Check 7. LITERATURE: If required by the Bid Schedule, or the specifications, descriptive literature/brochures shall be included with this bid in order to properly evaluate make/model offered. Bids submitted without same may be considered non-responsive and disqualified. 8. BID PROTESTS: The City's Finance/Purchasing Department will consider Bid Protests seeking contract award, damages, and/or any other relief. Any Bidder seeking to file Bid Protest SHALL use the following procedures: 1. A bidder SHALL file a written Bid Protest under this Article, or be barred any relief. 2. A Bid Protest: (a) must be in writing (oral protests will NOT be acknowledged); (b) the content of the Bid Protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested; and (c) The Bid Protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff. 3. After a Bid Protest has been properly filed with the City, the City, by and through its Procurement Department shall make a determination on the merits of the protest not later than five (5) business days after receipt of the protest. If the City denies the protest, the City may proceed with award of the Contract unless enjoined by order of a Court of competent jurisdiction. 4. A Bid Protest SHALL be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual and/or the Bid Package or Contract Documents; and/or (b) applicable federal, state or local law. No Bid Protest may be based upon questions concerning the design documents. The Bidder shall clarify all such questions concerning the design of the project prior to submitting its bid. 9. PAYMENT TERMS: Payment for work completed will be made within (30) days of approved invoice. B05-13 9 No payment will be made for materials ordered without proper purchase order authori- zation. Payment cannot be made until materials, goods or services, have been re- ceived and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. "Contract" shall mean a City of Ocoee Purchase Order, and the terms and conditions of the purchase order shall apply. The City of Ocoee, Florida has the following tax exemption certificates assigned: • Florida Sales &Use Tax Exemption Certificate No. 58-00-094593-54C; and • The City is exempt from federal excise, state, and local sales taxes. 10. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Respondent's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. 11. CERTIFICATION OF NON-SEGREGATED FACILITIES The Respondent certifies that the respondent does not and will not maintain or provide for the respondent's employees any segregated facilities at any of the respondent's establishments and that the respondent does not permit the respondent's employees to perform their services at any location, under the respondent's control, where segregated facilities are maintained. The Respondent agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Respondent agrees that (except where the respondent has obtained identical certification from proposed contractors for specific time periods) the respondent will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the respondent will retain such certifications in the respondent's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. B05-13 10 12. STATEMENT OF AFFIRMATION AND INTENT: The respondent declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The respondent certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The respondent certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the respondent agrees to immediately notify the City in writing. The respondent further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Respondent agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, respondent offers and agrees that if this negotiation is accepted, the respondent will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti- trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the respondent. The bid constitutes a firm and binding offer by the respondent to perform the services as stated. 13. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: B05-13 11 "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 public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All respondents who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. 14. PERMITS/LICENSES/FEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Protective Inspections Department at (407)905-3100, ext. 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) are the responsibility of the contractor. B05-13 12 15. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE #: (Attach additional sheets if necessary) The respondent certifies that the respondent has investigated each subcontractor/temporary worker agency listed and has received and has in the respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. 16. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the respondent in the past five (5) years which is related to the services that the respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. B05-13 13 17. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): Have you any similar work in progress at this time? Yes_ No _. Length of time in business Bank or other financial references: (Attach additional sheets if necessary) 18. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated No. Dated No. Dated B05-13 14 CITY OF OCOEE INVITATION TO BID #B05-13 CHANGEABLE MESSAGE SIGN Minimum Product Specifications General Description: City of Ocoee is soliciting bids for a solar powered trailer mounted portable Changeable Message Sign with full matrix all LED capable of alphanumeric text and graphics. Trailer: • All steel construction with 16-gauge steel walk able fenders and 5-lug size 15 tires • Axle load capacity of 3500 lbs and 4 adjustable 15"jacks (2000 lbs. Capacity) • 2" hitch with 2 - 1/4" safety chains and 1/4"minimum diameter safety hooks • Dual combination reflective lights with stop,tail, and turn signal, male & female quick connect, and license plate bracket • All wiring shall be in jacketed cable or conduit • 12-volt power unit hydraulics, single acting with 6-quart reservoir tank and manual hand- operated back-up • Shall include steel fabricated battery/hydraulics boxes with locks, hinges, ventilation, and mounted to the frame to protected against weather and vandalism • Aluminum fabricated vented, lockable control box mounted to the frame to protect against weather and vandalism Sign panel: • Extruded aluminum construction frame with mounting studs and back skin constructed of 0.08 aluminum • Viewing window with 0.220 thick polycarbonate with UV matte finish • Powder paint, flat black finish with salt spray fog (1000 hours and UV resistance (500 hours) • Display module 5 x 7 pixel, 2.6" pitch. LED pixel to be formed using 4 LED's • Agilent Amber lamps, 592 NM wavelength & 15 degrees viewing angle • Failure of any LED shall not prevent any other LED module from displaying proper information • Power for LCD shall be provided trough controller • Controller with LCD screen with all necessary data and power harnesses and photocell/temperature interface • Full message management allowing creating, sorting, editing, and deleting messages; capable of storing 100+changeable messages • Capable of scheduling messages with at least 4 different size fonts (4x7, 5x7, 5x7 bold, and 10x7) • Allow full operation from a remote location and from a laptop computer with full setting B05-13 15 • Controller to support appropriate NTCIP standards for trailer applications (NTCIP • Objects V1.1 doc) Power& Charging: • 2- 120 watt solar panels with dual low-loss bypass diodes • 4- 480 amp 120-volt battery bank wired for 1920 combined amps maximum output • Solid-state electronic circuitry with reverse polarity protection, properly fused, and disconnects on all cables. • 9 to 14 VDC power input, power and data connection of durable Molex (or equal) and 3M 9or equal), no reverse biasing protection • 3-position battery select-gel, sealed, or flooded with LED's indicating battery status and faults Accessories: • Controller must have at least 3 user serial ports with modem interface, local programming from a laptop, and accessory interface (radar gun, GPS, etc.) • Full documentation for operation and trouble-shooting • Cell modem • Radar • Must be completely compatible with a Dell Latitude D610 laptop provided by the City. The laptop will have a Serial 9-pin connector, one parallel 25-hole connector, 4 USB 2.0 compliant connectors; an RJ-11 port for modem; and an RJ-45 port for Ethernet LAN • Shipping and handling must be included in total price. Delivery shall be F.O.B.: City of Ocoee, Public Works Facility, 301 Maguire Road, Ocoee, FL 34761. Please note that the above specifications are intended as minimum and preferred guidelines; and equipment meeting equivalent specifications will be accepted,provided it meets budgetary constraints. Please submit a bid on only one (1) type of portable changeable message sign that best meets the specifications. B05-13 16 CITY OF OCOEE INVITATION TO BID #B05-13 CHANGEABLE MESSAGE SIGN BID FORM Specify Make and Model to be supplied: Suggested Parts Distribution Center Address Contact/Phone No. Suggested Repair Facility Address Contact/Phone No. Warranty Delivery Time: calendar days after receipt of City Purchase Order. TOTAL BID FOR ONE (1) SOLAR POWERED, TRAILER MOUNTED, PORTABLE, CHANGEABLE MESSAGE SIGN & ACCESSORIES $ dollars and cents Company Name Authorized Officer Signature Name/Title (please print) B05-13 17 BID#B05-13 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SPECIFICATIONS/BID FORM"ARE ACCURATE AND WITHOUT COLLUSION. COMPANY NAME TELEPHONE(INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME/TITLE(PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID# Individual Corporation Partnership Other(Specify) Sworn to and subscribed before me this day of ,20 . Personally Known or Produced Identification Notary Public-State of (Type of Identification) County of Signature of Notary Public Printed,typed or stamped Commissioned name of Notary Public B05-13 18 ,C-1,42/775 e Center of Good Liv Mayor �b Commissioners S. Scott Vandergrift _. Danny Howell,District 1 - Scott Anderson,District 2 City Manager • �� Rusty Johnson,District 3 Robert Frank f Nancy J.Parker,District 4 CITY OF OCOEE INVITATION TO BID #B05-13 FOR CHANGEABLE MESSAGE SIGN City of Ocoee• 150 N Lakeshore Drive•Ocoee,Florida 34761 phone:(407)905-3100•fax: (407)656-8504•www.ci.ocoee.fl.us ax n +,:.mater. s ',`75,,x ,;,, t"A 1 r"{i s�-,-zs�.., "s1'\k., tr%,-F'` g rt f ,c` ,£.ce r two 1,3,- '` *'F .if. mss, d; i4 7,, kx ^tr -r;; y� Y ; �. 'i ',�k A;g • S San X, -' ',--,-4.?F. 3 Y sw�� x f+5i- -.%-;.,-,......,- .�M'•i - - t Y ---..rt - i r d ii 44 f 5- A ft?y ky t:,. tf\ - �i� 'Kf ;' -17 14; .7.10'8 1 I IP. $ r£-21XY,4i ` �F,�oz`q+,1 .(t <'145:", f i Al 1 J,, h.: tt. 5a hr" '' b 1' -46 m 4 jR .5 Y a �,,�'. t i it:-.Q.44,44'; 1.4 K.>M. .:b 'HANGER 3LE.MESSAGE SIGN ., A�;64..i.11:-.!..: ,� - .�,6 �... ..., .. .... ....... .._. ..oma.�..o. .Sf.:4..�.y,.0 ..: .�:>iY'..ra BID DOCUMENTS 3 Legal Advertisement 4 thru 6 Invitation to Bid#B05-13 7 thru 12 General Terms & Conditions 13 Subcontractors/Summary of Litigation 14 References/Addenda Acknowledgement SPECIFICATIONS/BID SHEET 15 thru 16 Specifications 17 Bid Form 18 Company Information/Signature Sheet END OF TABLE OF CONTENTS B05-13 2 LEGAL ADVERTISEMENT CITY OF OCOEE Bid#B05-13 CHANGEABLE MESSAGE SIGN Ocoee City Commission Sealed bids will be accepted for Bid #B05-13, CHANGEABLE MESSAGE SIGN, no later than 2:00 PM, local time, on June 28, 2005. Bids received after that time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject any and all bids and waive informalities. The City of Ocoee,Florida, in conformance with the policies and procedures of the City of Ocoee (City) is soliciting bids for the purchase of a solar powered, trailer- mounted portable, changeable message sign with full matrix.All LED capable of alphanumeric text and graphics. • There will not be Pre-Bid Conference for this bid. Any questions or concerns regarding this bid must be received no later than June 21, 2005. A Bid Security is not required for this bid. All bids shall be submitted as one(1)original and two (2)copies of the required submittals, in a sealed envelope plainly marked on the outside with the appropriate bid number and opening date and time. Bids will be received in the City of Ocoee,Attn: Purchasing Agent, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258. Bids will be publicly opened and read aloud in the City Hall Conference Room on the above-appointed date at 2:01 PM,local time, or as soon thereafter as possible. Interested firms may secure a copy of the bid documents through Demandstar by accessing the City's website at www.ci.ocoee.fl.us under Finance/Purchasing, or copies are available from the _ Purchasing Agent for a non-refundable reproduction and/or administrative fee of $20.00. Checks should be made payable to the City of Ocoee. Copies via e-mail are not available and partial sets of bid documents will not be issued. No fax or electronic submissions will be accepted. City Clerk June 5, 2005 B05-13 3 1*>. CITY OF OCOEE INVITATION TO BID#B05-13 CHANGEABLE MESSAGE SIGN INTENT: Sealed bids for Bid #B05-13 will be received by the City of Ocoee, hereinafter called "The City", by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called"Respondent". The proposed purchase will be for one (1) new portable, solar powered, trailer-mounted changeable message sign with full matrix and all LED capable of alphanumeric text and graphics, in conformance to the"Specifications"section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each respondent shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using hilc. Do not use pencil.No erasures permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm or corporation interested in the bid either as a principal, member of a firm or general partner. If the respondent is a corporation, the bid should include the name and business address of each officer, director, and holder of 10%or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be addressed in writing to the Finance Department, City of Ocoee, FL,Attention: Joyce Tolbert,Purchasing Agent (407)905-3100, extension 1516 and fax (407)656-3501, not later than June 21, 2005. Any clarifications/changes will be through written addenda only, issued by the Finance Department, see paragraph H. Respondents should not contact City staff, with the exception of Joyce Tolbert, Purchasing Agent, or other City consultants for information before the bid award date. Any contact with any,other member of the City Staff; City Commission, or its Agents during this time period may be grounds for disqualification. C. This bid must be received as one (1) original and two (2) copies of the required submittals only, by the Finance Department not later than 2:00 P.M., local time, on June 28, 2005. Bids received by the Finance Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by fax or e-mail will not be accepted. Bids shall be delivered in a sealed envelope,clearly marked with the bid number,title,and opening date and time to: City of Ocoee Finance Department Attention: Purchasing Agent 150 N Lakeshore Drive Ocoee,FL 34761-2258 B05-13 4 D. Bids will be publicly opened and read at Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2:01 P.M., or as soon thereafter as possible on the above-appointed date. Respondents or their authorized agents are invited to be present. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All respondents shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid,such as: a) List of References/Experience; b) List of Subcontractors/Temporary Worker Agencies; c) Summary of Litigation; d) Addenda Acknowledgement; e) Bid Form f) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the respondent has complied with Paragraph E. The failure or neglect of a respondent to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. If "NO BID", so state on face of envelope or your company may be removed from the City's vendor list.No claim for additional compensation will be allowed which is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work. All items quoted shall be in compliance with the bid documents/scope of work. G. There will not be a pre-bid conference for this bid. . H. Any response by the City to a request by a respondent for clarification or correction will be made in the form of a written addendum communicated to all parties to whom the bid packages have been issued. Responses may be issued through Addenda issued not later than twenty-four (24) hours before bid opening. The City shall provide all Addenda to each prospective bidder by regular mail or telefacsimile at the address or fax number that each prospective bidder has provided to the City when it receives the Bidding Documents. Addenda may also be posted on Demandstar or faxed by Demandstar. It shall be the responsibility of each prospective bidder to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda, concerning date and time of bid opening, at any time up to the date and time set for bid opening. In this case,bids that have been received by the City prior to such an addendum being issued, will be returned to the respondent, if requested, unopened. In case any respondent fails to acknowledge receipt of any such Addendum in the space provided in the bid documents, its' bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Respondents are cautioned that any other source by which a respondent receives information concerning,explaining, or interpreting the Bid Documents shall not bind the City. I. Any of the following causes may be considered as sufficient for the disqualification of a respondent and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this B05-13 5 subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among respondents; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective or otherwise unsatisfactory performance of work for the City or any other party on prior projects which, in the City's judgement and sole discretion,raises doubts as to Respondent's ability to properly perform the work; or e) Any other cause which, in the City's judgement and sole discretion, is sufficient to justify disqualification of Respondent or the rejection of its bid. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid opening. The City reserves the right to accept or reject any or all bids, to waive informalities or irregularities, to request clarification of information submitted in any bid, or to readvertise for new bids. The City may accept any item or group of items of any bid,unless the respondent qualifies his/her bid by specific limitations. Award, if made, will be to the most responsible and responsive respondent whose bid, in the City's opinion, will be most advantageous to the City, price and other factors considered. The City reserves the right, to aid it in determining which bid is responsible, to require a respondent to submit such evidence of respondent's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial,technical,and other qualifications and abilities of a respondent, including past performance (experience) with the City and others. The City Commission shall be the final authority in the award of any and all bids. • B05-13 6 GENERAL TERMS & CONDITIONS: • 1. DEFAULT: As a result of bids received under this Invitation,the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions therefor and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate fat—default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 2 PATENT INDEMNITY: Except as otherwise provided,the successful respondent agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 3. PRICING: Pricing should be provided as indicated on the Specifications/Bid Sheet attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Specifications/Bid Sheet. A total shall be entered for each item bid. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. By submission of this bid, the Respondent certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, that in connection with this procurement: • a) The Respondent represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. B05-13 7 b) The prices in this bid have been,arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other respondent or with any competitor; c) Unless otherwise required by law,the prices which have been quoted in this bid have not been knowingly disclosed by the Respondent and will not knowingly be disclosed by the Respondent prior to opening, directly or indirectly to any other respondent or to any competitor, d) No attempt has been made or will be made by the Respondent to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida SS 542.18 and all applicable federal regulations); e) Respondent warrants the prices set forth herein do not exceed the prices charged by the respondent under a contract with the State of Florida Purchasing Division;and f) Respondent agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Respondent gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 4. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered,time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made,for the purpose of earning the discount,on the date of City Check. 5. SAMPLES: Samples of items,when required,must be furnished free of expense to the City and if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 6. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible bidder according to the following criteria: • O Compliance with specifications,terms,and conditions O Bid Price ❑ Warranty Offered ❑ Delivery Time B05-13 8 0 Experience with Similar Equipment • ❑ Features of System 0 Successful Reference Check 7. LITERATURE: If required by the Bid Schedule, or the specifications, descriptive literature/brochures shall be included with this bid in order to properly evaluate make/model offered. Bids submitted without same may be considered non-responsive and disqualified. 8. BID PROTESTS: The City's Finance/Purchasing Department will consider Bid Protests seeking contract award, damages, and/or any other relief. Any Bidder seeking to file Bid Protest SHALL use the following procedures: 1. A bidder SHALL file a written Bid Protest under this Article, or be barred any relief. 2. A Bid Protest: (a) must be in writing(oral protests will NOT be acknowledged); (b) the content of the Bid Protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested; and (c) The Bid Protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff. 3. After a Bid Protest has been properly filed with the City,the City, by and through its Procurement Department shall make a determination on the merits of the protest not later than five(5)business days after receipt of the protest. If the City denies the protest, the City may proceed with award of the Contract unless enjoined by order of a Court of competent jurisdiction. 4. A Bid Protest SHALL be limited to the following grounds: (a)issues arising from the procurement provisions of the Project Manual and/or the Bid Package or • Contract Documents; and/or (b)applicable federal, state or local law. No Bid Protest may be based upon questions concerning the design documents. The Bidder shall clarify all such questions concerning the design of the project prior to submitting its bid. 9. PAYMENT TERMS: Payment for work completed will be made within (30)days of approved invoice. B05-13 9 j*:-> No payment will be made for materials ordered without proper purchase order authori- zation. Payment cannot be made until materials,goods or services, have been re- ceived and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. "Contract" shall mean a City of Ocoee Purchase Order, and the terms and conditions of the purchase order shall apply. The City of Ocoee, Florida has the following tax exemption certificates assigned: 0 Florida Sales&Use Tax Exemption Certificate No. 58-00-094593-54C; and ❑ The City is exempt from federal excise, state,and local sales taxes. 10. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Respondent's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. 11. CERTIFICATION OF NON-SEGREGATED FACILITIES The Respondent certifies that the respondent does not and will not maintain or provide for the respondent's employees any segregated facilities at any of the respondent's establishments and that the respondent does not permit the respondent's employees to perform their services at any location, under the respondent's control, where segregated facilities are maintained. The Respondent agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities"means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Respondent agrees that (except where the respondent has obtained identical certification from proposed contractors for specific time periods) the respondent will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the respondent will retain such certifications in the respondent's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. B05-13 10 12. STATEMENT OF AFFIRMATION AND INTENT: The respondent declares that the only persons, or parties interested in their bid are those named herein,that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee.Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The respondent certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity,nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The respondent certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the respondent agrees to immediately notify the City in writing. The respondent further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services,requirements, and standards contained in the Bid documents. Respondent agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, respondent offers and agrees that if this negotiation is accepted, the respondent will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti- trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the respondent. The bid constitutes a firm and binding offer by the respondent to perform the services as stated. 13. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16),Florida Statutes,and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: B05-13 11 "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 public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All respondents who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2Xa), Florida Statutes. 14. PERMITS/LICENSES/FEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Protective Inspections Department at (407)905-3100, ext. 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) are the responsibility of the contractor. • B05-13 12 1*>. 15. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: N(Attach additional sheets if necessary) The respondent certifies that the respondent has investigated each subcontractor/temporary worker agency listed and has received and has in the respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. 16. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the respondent in the past five (5) years which is related to the services that the respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case,the outcome or projected outcome, and the monetary amounts involved. If none,please so state. N/A B05-13 13 17. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): See Attachment One Have you any similar work in progress at this time? Yes x No . Length of time in business 8 years Bank or other financial referenc . Renasant Bank, 5033 Raymond Ave. , Verona , MS 38879 (662 ) 566-7995 (Attach additional sheets if necessary) 18. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated No. Dated No. Dated B05-13 14 ATTACHMENT ONE Date of Contract: 2/10/05 Amount of Project: $34,020.65 Client's Name: Triangle Maintenance Service LLC Clients Address: 2524 McIntyre Road, Columbus MS 39701 Contact: Scott Hannon(662)245-1555 Date of Contract: 04/13/05 Amount of Project: $48,832.50 Client's Name: Village of Ruidoso Clients Address: 421 Wingfield Street, Ruidoso NM 88345 Contact: Tomas Chavez (505) 257-4116 Date of Contract: 06/03/05 Amount of Project: $30,400.00 - Client's Name: Tri-State Traffic Control Inc. Clients Address:20615 E. 4150 Road, Stockton MO 65785 Contact: Justin Allenbrand (417) 276-3490 Date of Contract:.06/23/05 Amount of Project: $43,800.00 Client's Name: Traffic Control Services Inc Clients Address:826 N Santa Fe, Wichita KS 67214 Contact: S. Brian Foster (316) 448-0402 CITY OF OCOEE INVITATION TO BID#B05-13 CHANGEABLE MESSAGE SIGN Minimum Product Specifications General Description: City of Ocoee is soliciting bids for a solar powered trailer mounted portable Changeable Message Sign with full matrix all LED capable of alphanumeric text and graphics. Trailer: ❑ All steel construction with 16-gauge steel walk able fenders and 5-lug size 15 tires ❑ Axle load capacity of 3500 lbs and 4 adjustable 15"jacks(2000 lbs. Capacity) 0 2"hitch with 2 -'/."safety chains and 'A"minimum diameter safety hooks ❑ Dual combination reflective lights with stop,tail, and turn signal, male&female quick connect, and license plate bracket 0 All wiring shall be in jacketed cable or conduit ❑ 12-volt power unit hydraulics,single acting with 6-quart reservoir tank and manual hand- operated back-up 0 Shall include steel fabricated battery/hydraulics boxes with locks,hinges,ventilation, and mounted to the frame to protected against weather and vandalism ❑ Aluminum fabricated vented, lockable control box mounted to the frame to protect against weather and vandalism Sign panel: ❑ Extruded aluminum construction frame with mounting studs and back skin constructed of 0.08 aluminum 0 Viewing window with 0.220 thick polycarbonate with UV matte finish 0 Powder,paint, flat black finish with salt spray fog(1000 hours and UV resistance(500 hours) ❑ Display module 5 x 7 pixel,2.6"pitch. LED pixel to be formed using 4 LED's ❑ Agilent Amber lamps, 592 NM wavelength& 15 degrees viewing angle 0 Failure of any LED shall not prevent any other LED module from displaying proper information ❑ Power for LCD shall be provided trough controller ❑ Controller with LCD screen with all necessary data and power harnesses and photocell/temperature interface ❑ Full message management allowing creating, sorting, editing, and deleting messages; capable of storing 100+changeable messages ❑ Capable of scheduling messages with at least 4 different size fonts(4x7, 5x7, 5x7 bold, and 10x7) ❑ Allow full operation from a remote location and from a laptop computer with full setting B05-13 15 ❑ Controller to support appropriate NTCIP standards for trailer applications(NTCIP Objects V1.1 doc) Power&Charging: ❑ 2- 120 watt solar panels with dual low-loss bypass diodes ❑ 4-480 amp 120-volt battery bank wired for 1920 combined amps maximum output ❑ Solid-state electronic circuitry with reverse polarity protection,properly fused, and disconnects on all cables. ❑ 9 to 14 VDC power input,power and data connection of durable Molex(or equal)and 3M 9or equal),no reverse biasing protection ❑ 3-position battery select-gel, sealed, or flooded with LED's indicating battery status and faults Accessories: ❑ Controller must have at least 3 user serial ports with modem interface, local programming from a laptop, and accessory interface(radar gun, GPS, etc.) ❑ Full documentation for operation and trouble-shooting ❑ Cell modem ❑ Radar ❑ Must be completely compatible with a Dell Latitude D610 laptop provided by the City. The laptop will have a Serial 9-pin connector,one parallel 25-hole connector,4 USB 2.0 compliant connectors; an RJ-11 port for modem; and an RJ-45 port for Ethernet LAN ❑ Shipping and handling must be included in total price. Delivery shall be F.O.B.: City of Ocoee, Public Works Facility,301 Maguire Road, Ocoee, FL 34761. Please note that the above specifications are intended as minimum and preferred guidelines; and equipment meeting equivalent specifications will be accepted provided it meets budgetary constraints. Please submit a bid on only one(1)type of portable changeable message sign that best meets the specifications. B05-13 16 ik>. CITY OF OCOEE INVITATION TO BID#B05-13 CHANGEABLE MESSAGE SIGN BID FORM Specify Make and Model to be supplied: K & K Systems Model LLMB3L-240 687 PALMETTO toad Tupelo MS 38801 662-566-2025 Suggested Parts Distribution Center Address Contact/Phone No. SAME Suggested Repair Facility Address Contact/Phone No. Warranty One (1 ) year on all parts & labor Delivery Time: 30 calendar days after receipt of City Purchase Order. TOTALBID FOR ONE(1)SOLAR POWERED,TRAILER MOUNTED,PORTABLE, CHANGEABLE N ESSAGE_SIGN Ac SSO s 16 i.,10 9,,;00 z =Sixteen-thousand one=hundreddollarsand "00/100***************cents K & K Systems Inc. Compa y Name .....7 f ` Authorized erignature TimothyKeLth, Vice President Na'me/Title(please print) B05-13 17 BID#B05-13 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SPECIFICATIONS/BID FORM"ARE ACCURATE AND WITHOUT COLLUSION. K & K Systems , Inc . 662-566-2025 COMPANY NAME TELEPHONE(INCLUDE AREA CODE) 662-566-7123 FAX (INCLUDE AREA CODE) Timothy@k—ksystems.com E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZ SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Timothy Keith , Vice President NAME/TITLE(PLEASE PRINT) P 0 Box 1065 687 Palmetto Road Verona MS 38879 STREET ADDRESS Tupelo MS 38801 CITY STATE ZIP FEDERAL ID# 72-1370925 Individual Corporation X Partnership Other(Specify) Sworn to and subscribed before me this 2 3rd day of June ,2( )5 . Personally Known X or Produced Identification Notary Public-State of MS (Type of Identification) County o C h i c ka s Signature of Notary Public Francis A. Wilson Printed,typed or stamped Con*IPAMMOPPMMVAITONLIC BONDED HRUSTEGALLNOT SERVICE `--/ }, B05-13 18 KKMB3L-240 Model KKMB3L-240 Changeable Message Sign — Trailer Mounted Trailer Trailer Dimensions: Length with tongue 180" Length without tongue 124" Overall width 80" Overall Weight 2,180 lbs. Trailer Specifications: Mainframe 3"x5"x1/8" tubular steel Front/Rear cross members 3"x3"x3/16"tubular steel • Axle and leaf springs straight tubular steel axle with load capacity of 3500 pounds Wheels and tires 5 lug-P205/75R15 Fenders 16-gauge steel, walk able Tongue and safety chains 2" hitch(OPTION- dual hitch with pintle ring)-two 1/4" safety chains with 1/4" minimum diameter safety hooks Jacks four adjustable 15"jacks (2000 lbs. capacity) located on each corner of the trailer. One 1000 lbs. capacity tongue jack with a caster wheel. Tail Lights Dual combination reflective lights with'stop, tail, and turn signal. Male and female quick connect. A license plate bracket. Wiring enclosed in jacketed cable or conduit. Hydraulics 12-volt power unit, single acting with 6-quart reservoir tank. (OPTION-Manual hand-operated backup.) Battery/Hydraulic Boxes steel fabrication, lockable, hinged, ventilated, and mounted to trailer frame to protect batteries and hydraulic components from weather and vandalism. Control Box Aluminum fabrication, lockable, hinged, ventilated, and mounted to trailer frame to protect instrument panel and electronic controls from weather and vandalism. Hitch 3"lunette eye K&K Systems.Inc. 687 Palmetto Rd. PH: 800-i 14-3003 Tupelo,MS 38801 FAX: 662-566-7123 Page 1 of 8 WWW.k-ksystems.com KKMB3L-240 Sign Frame: Frame constructed of extruded aluminum, 6063 alloy with a T5 temper. Length 132" Height 78" Depth 6" Mounting Studs constructed of.080 aluminum Back skin constructed of.080 aluminum Viewing Window .220 thick polycarbonate with UV matte finish Display Module 5 x 7 pixel, 2.6" pitch: Optical: LED pixel is formed using 4 LED's Pixels are arranged in a 5 wide by,7 tall matrix array. LED pixel spacing is 2.6 inches(6.6 cm)x 2.6 inches(6.6 cm) Agilent Amber lamps, 592 nm wavelength, 15 degree viewing angle, bins 4.2 cd to 12 cd LED module is painted a flat black to improve contrast and reduce glare. Operational: Failure of any LED module does not prevent any other LED module from displaying proper information. Supports monitoring of pixel failure(stuck-off), both in runtime or after a pixel test. Power and data cable connectors allow for daisy chaining to each LED display,using a locking polarized connector. Addressing of each LED module is accomplished through a dip switch. LED modules support the ability to update at least 10 times per second. LED modules will have diagnostic LEDs, reporting. Power Heartbeat Communication Activity Error Detected LED modules support 255 levels of LED brightness. K&K Systems. Inc. PH: 800-414-3003 ' 687 Palmetto Rd. FAX: 662-566-7123 Tupelo,MS 38801 www.k-ksystems.com Page 2 of 8 KKMB3L-240 Test pattern disk;eil when address is set to 00 (all switches in off position). Power and Data Connections: Power input: 9 to 14 VDC Current: All on, full brightness: 25 ma X 35 pixels+drivers= 1 amp All off 45 ma average Power connection-mating connector: Housing Molex Terminals Molex Pin-out Pin 1: +DC Pin 2: GND Data connection- mating connector: Housing 3M Strain Relief 3M No reverse biasing protection Power for LCD is provided through controller Environmental: LED module water sensitive hardware shall be coated with conformal coating. Other than LEDs and sockets, all electronic hardware shall be mounted to the printed circuit board with surface mount technology. Operating temperature: -40C to 70C Storage temperature: -40C to 85C Controller Kit: Components: LCD screen Wiring harness-Data, 24 drops Wiring harness-Data, Controller to photocell (bulk wire) Wiring harness-Photocell to display data Wiring harness-Power, 24 drops Photocell I Temperature Interface K&K Systems,Inc. 687 Palmetto Rd. PH: 800-414-3003 Tupelo,MS 38801 FAX: 662-566-7123 Page 3 of 8 ��`�w.k-ks stems.com KKMB3L-240 Power Connections: Power 9 to 14 VDC Contro tier has protection against reverse biasing power inputs. Current: Typical current draw: <250ma Operational: Controller console has a virtual LED sign on LCD screen that displays what is on the sign in real-time. It can be used to preview a message without affecting the message running on the sign. User login and password protection is used to prevent unauthorized access. Message Creation Functionality: From local interface, allows for full message management allowing creating, storing, editing, and deleting messages. Allows for the creation of multiple page messages by sequencing pre-progranuned messages Supports up to 215 predefined messages. Supports storage of up to 100 changeable messages, each with up to 4 pages of text. Blank, permanent, or changeable messages can be scheduled Four different fonts: 1 - 5x7 2 - 5x7 bold 3 - 10x7 4 - 4x7 Able to set hold time for a message From local - slow,medium, fast Able to set character flash rate(0.1 to 1 second) and able to set ON/OFF or OFF/ON sequence From local-only default rate From laptop-range described above plus setting of default rate Support flashing of any character or group of characters Units support downloadable fonts,which can be used for Graphics Symbols - which will support custom symbols and special arrows. Support multiple display configurations- switch selectable K&K Systems.Inc. 687 Palmetto Rd. PH: 800-414-3003 Tupelo.MS 38801 FAX: 662-566-7123 Page 4 of 8 WWW.k-ksystems.com KKMB3L-240 Diagnostics: Control LED brightness based on ambient light levels from ambient light sensor(Automatic mode) or manually (manual mode). If sign cabinet temperature exceeds 70C, the display will be blanked. The sign will remain blank until the cabinet temperature drops below 60C. The sign cabinet temperature is read through photocell assembly Crucial functions such as battery level status, fault detection, and message updates are executed even during user operation Controller console shall be able to have the software updated with laptop computer. Access to programming port and special cable is required Create, edit, and delete users, Ids, and password. All software and messages are kept in non-voltaic memory, so when power is lost all software and messages are retained. Uses real-time clock protected by battery back up. Able to configure a comms loss message from the laptop software. This message shall be displayed after a user configurable time has elapsed without the receipt of communication from central. This feature is disabled by default. Pixel failure test can be performed from the local interface and via the laptop or cell Modem connection-this will detect if a string of LEDs is stuck off(no longer lights). Operation All operations on controller console is controlled with on- screen menu choices. A user name and password must be entered first, before accessing console functions. Able to create a sequence message by stringing multiple existing messages, then assigning this sequence to a changeable message slot Able to schedule permanent, changeable, or blank messages to be displayed. K&K Systems,Inc. 687 Palmetto Rd. PH: 800-114-3003 Tupelo,MS 38801 FAX: 662-566-7123 Page 5 of 8 www.k-ksrstems.com KKMB3L-240 Controller support local laptop and cellular remote access to all functions • available through the local keyboard interface. Controller shall log out a user of there is inactivity for more than four minutes. Support NTCIP objects as defined in NTCIP Objects V1.1.doc Allows automatic or manual setting of brightness, up to 15 levels of LED intensity. Operating Temperature: -30C to 70C Storage Temperature: -40C to 80C Radar Gun Option Able to receive a Speed Value from a Decatur speed sensor. Able to create one or more messages with a field assigned for displaying speed value received form the radar gun. Able to define a speed value threshold, which triggers a radar message, interrupting current message for 5 seconds. Controller has three user serial ports: Modem interface (for cell phone usage) Local programming port(for laptop usage) Accessory interface(for connecting various radar guns and speed sensors, weather stations, GPS) Cell Modem included Miscellaneous Watchdog function Indicator LEDs(qty 4) Heartbeat TX RX Diagnostics K&K Systems.Inc. PH: 800-414-3003 687 Palmetto Rd. FAX: 662-566-7123 Tupelo,MS 38801 www.k-ksystems.com Page 6 of 8 KKMB3L-240 Photocell Assembly: Specifications Operational Monitors ambient light conditions Monitors ambient temperature Operating Temperature: -40C to 70C Storage Temperature: -40C to 85C Power Connections Power Input: 9 to 14 VDC Current: Typical Draw: <150ma Documentation: K&K Logo on power up screen • Logo to be provided in .BMP format Image size limited to 48 pixels high by 200 pixels wide Operational Documentation Overview of keyboard operation is provided, electronically Full manual on Laptop software is provided, electronically NTCIP Controller supports appropriate NTCIP standards functionality for trailer applications (reference NTCIP Objects V1.1 doc) Power and Charging Battery bank typical installation is(4)480 amps, 12-volt batteries wired for 1920 combined amps maximum output. Electronic Circuitry Solid state, reverse polarity protection, properly fused, disconnects on all cables. Battery Charger Input volts 108-132 Frequency 40-70 Max. Amp Draw 15 Max. Watt Draw 1053 Output Amps 55 K&K S}stems.Inc. 687 Palmetto Rd. PH: 800-414-3003 Tupelo.MS 38801 FAX: 662-566-7123 Ww v.k-ksv-stems.com Page 7 of 8 KKMB3L-240 *>. Solar Panel Two (3) 80 watt panels, generates more than 14.2 amps of current in full sunlight. Weather resistant junction box for easy and safe field installation. Dual low-loss bypass diodes for superior protection and minimum power loss when partially shaded. Peak Power- 80 Watts Open Circuit Voltage- 21.0 volts Max. Power Voltage- 17 volts Short Circuit current- 4.8 amps Max. Power Current- 4.4 amps ProStar 15 3-position battery select: gel, sealed, or flooded. Jumper to eliminate telecom noise. Parallel for up to 30 amps. 100% solid state. LED's indicate battery status and faults. • Rated Solar Current 15 amps Rated Load Current 15 amps System Voltage 12/24 volts Manufacturer reserves the right to make changes in its products from time to time without incurring any obligation to incorporate such improvements in any products previously sold or already in service. • K&K Systems,Inc. PH: 800414-3003 687 Palmetto Rd. FAX: 662-566-7123 Tupelo.MS 38801 www.k-ksystems.com Page 8 of 8 . Center of Good Zit, Mayor ,S.�,e w Commissioners S. Scott Vandergrift •� _ Danny Howell,District 1 Scott Anderson,District 2 City Manager a, s Cy it Rusty Johnson,District 3 Robert Frank ;. - Nancy J. Parker,District 4 CITY OF OCOEE • INVITATION TO BID #B05-13 FOR CHANGEABLE MESSAGE SIGN City of Ocoee• 150 N Lakeshore Drive•Ocoee,Florida 34761 phone:(407)905-3100•fax:(407)656-8504•www.ci.ocoeefl.us • § h "3 . 1 g3C ` L11h *g Re, x - �aM Nd+'A I �mrw-S a ,.y. �S t~ Y a"- • .r` l"a ' kriste" �.§' BID DOCUMENTS 3 Legal Advertisement 4 thru 6 Invitation to Bid#B05-13 7 thru 12 General Terms &Conditions 13 Subcontractors/Summary of Litigation 14 References/Addenda Acknowledgement SPECIFICATIONSBID SHEET 15 thru 16 Specifications 17 Bid Form 18 Company Information/Signature Sheet END OF TABLE OF CONTENTS B05-13 2 LEGAL ADVERTISEMENT CITY OF OCOEE Bid#B05-13 CHANGEABLE MESSAGE SIGN Ocoee City Commission Sealed bids will be accepted for Bid #B05-13, CHANGEABLE MESSAGE SIGN, no later than 2:00 PM, local time, on June 28, 2005. Bids received after that time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject any and all bids and waive informalities. The City of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City) is soliciting bids for the purchase of a solar powered, trailer- mounted portable, changeable message sign with full matrix. All LED capable of alphanumeric text and graphics. There will not be Pre-Bid Conference for this bid. Any questions or concerns regarding this bid must be received no later than June 21,2005. A Bid Security is not required for this bid. All bids shall be submitted as one(1)original and two(2)copies of the required submittals,in a sealed envelope plainly marked on the outside with the appropriate bid number and opening date and time. Bids will be received in the City of Ocoee,Attn: Purchasing Agent, 150 N. Lakeshore Drive, Ocoee,Florida 34761-2258. Bids will be publicly opened and read aloud in the City Hall Conference Room on the above-appointed date at 2:01 PM, local time,or as soon thereafter as possible. Interested firms may secure a copy of the bid documents through Demandstar by accessing the City's website at www.ci.ocoee.fl.us under Finance/Purchasing, or copies are available from the Purchasing Agent for a non-refundable reproduction and/or administrative fee of $20.00. Checks should be made payable to the City of Ocoee. Copies via e-mail are not available and partial sets of bid documents will not be issued. No fax or electronic submissions will be accepted. City Clerk June 5, 2005 B05-13 3 CITY OF OCOEE INVITATION TO BID#B05-13 CHANGEABLE MESSAGE SIGN INTENT: Sealed bids for Bid #B05-13 will be received by the City of Ocoee, hereinafter called "The City", by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called"Respondent". The proposed purchase will be for one (1) new portable, solar powered, trailer-mounted changeable message sign with full matrix and all LED capable of alphanumeric text and graphics, in conformance to the"Specifications" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each respondent shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil.No erasures permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm or corporation interested in the bid either as a principal, member of a firm or general partner. If the respondent is a corporation, the bid should include the name and business address of each officer, director, and holder of 10%or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Joyce Tolbert, Purchasing Agent (407)905-3100, extension 1516 and fax (407)656-3501, not later than June 21, 2005. Any clarifications/changes will be through written addenda only, issued by the Finance Department, see paragraph H. Respondents should not contact City staff, with the exception of Joyce Tolbert, Purchasing Agent, or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its Agents during this time period may be grounds for disqualification. C. This bid must be received as one (1) original and two (2) copies of the required submittals only, by the Finance Department not later than 2:00 P.M., local time, on June 28, 2005. Bids received by the Finance Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by fax or e-mail will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number,title, and opening date and time to: City of Ocoee Finance Department Attention: Purchasing Agent 150 N Lakeshore Drive Ocoee,FL 34761-2258 B05-13 4 • D. Bids will be publicly opened and read at Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2:01 P.M., or as soon thereafter as possible on the above-appointed date. Respondents or their authorized agents are invited to be present. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All respondents shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) List of References/Experience; b) List of Subcontractors/Temporary Worker Agencies; c) Summary of Litigation; d) Addenda Acknowledgement; e) Bid Form f) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the respondent has complied with Paragraph E. The failure or neglect of a respondent to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. If "NO BID", so state on face of envelope or your company may be removed from the City's vendor list. No claim for additional compensation will be allowed which is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work. All items quoted shall be in compliance with the bid documents/scope of work. G. There will not be a pre-bid conference for this bid. H. Any response by the City to a request by a respondent for clarification or correction will be made in the form of a written addendum communicated to all parties to whom the bid packages have been issued. Responses may be issued through Addenda issued not later than twenty-four (24) hours before bid opening. The City shall provide all Addenda to each prospective bidder by regular mail or telefacsimile at the address or fax number that each prospective bidder has provided to the City when it receives the Bidding Documents. Addenda may also be posted on Demandstar or faxed by Demandstar. It shall be the responsibility of each prospective bidder to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda, concerning date and time of bid opening, at any time up to the date and time set for bid opening. In this case,bids that have been received by the City prior to such an addendum being issued, will be returned to the respondent, if requested, unopened. In case any respondent fails to acknowledge receipt of any such Addendum in the space provided in the bid documents, its' bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Respondents are cautioned that any other source by which a respondent receives information concerning, explaining,or interpreting the Bid Documents shall not bind the City. I. Any of the following causes may be considered as sufficient for the disqualification of a respondent and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this B05-13 5 • subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among respondents; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective or otherwise unsatisfactory performance of work for the City or any other party on prior projects which, in the City's judgement and sole discretion,raises doubts as to Respondent's ability to properly perform the work; or e) Any other cause which, in the City's judgement and sole discretion, is sufficient to justify disqualification of Respondent or the rejection of its bid. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid opening. The City reserves the right to accept or reject any or all bids, to waive informalities or irregularities, to request clarification of information submitted in any bid, or to readvertise for new bids. The City may accept any item or group of items of any bid, unless the respondent qualifies his/her bid by specific limitations. Award, if made, will be to the most responsible and responsive respondent whose bid, in the City's opinion, will be most advantageous to the City, price and other factors considered. The City reserves the right,to aid it in determining which bid is responsible, to require a respondent to submit such evidence of respondent's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial,technical, and other qualifications and abilities of a respondent, including past performance (experience) with the City and others. The City Commission shall be the final authority in the award of any and all bids. B05-13 6 GENERAL TERMS& CONDITIONS: 1. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions therefor and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 2 PATENT INDEMNITY: Except as otherwise provided, the successful respondent agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 3. PRICING: Pricing should be provided as indicated on the Specifications/Bid Sheet attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Specifications/Bid Sheet. A total shall be entered for each item bid. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. By submission of this bid, the Respondent certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, that in connection with this procurement: a) The Respondent represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. B05-13 7 b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other respondent or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Respondent and will not knowingly be disclosed by the Respondent prior to opening, directly or indirectly to any other respondent or to any competitor; d) No attempt has been made or will be made by the Respondent to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida SS 542.18 and all applicable federal regulations); e) Respondent warrants the prices set forth herein do not exceed the prices charged by the respondent under a contract with the State of Florida Purchasing Division; and f) Respondent agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Respondent gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 4. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered,time will be computed from date of delivery and acceptance at destination,or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 5. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 6. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible bidder according to the following criteria: • Compliance with specifications,terms, and conditions • Bid Price • Warranty Offered • Delivery Time B05-13 8 • Experience with Similar Equipment • Features of System • Successful Reference Check 7. LITERATURE: If required by the Bid Schedule, or the specifications, descriptive literature/brochures shall be included with this bid in order to properly evaluate make/model offered. Bids submitted without same may be considered non-responsive and disqualified. 8. BID PROTESTS: The City's Finance/Purchasing Department will consider Bid Protests seeking contract award, damages, and/or any other relief. Any Bidder seeking to file Bid Protest SHALL use the following procedures: 1. A bidder SHALL file a written Bid Protest under this Article, or be barred any relief. 2. A Bid Protest: (a) must be in writing (oral protests will NOT be acknowledged); (b) the content of the Bid Protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested; and (c) The Bid Protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff. 3. After a Bid Protest has been properly filed with the City,the City,by and through its Procurement Department shall make a determination on the merits of the protest not later than five(5) business days after receipt of the protest. If the City denies the protest, the City may proceed with award of the Contract unless enjoined by order of a Court of competent jurisdiction. 4. A Bid Protest SHALL be limited to the following grounds: (a)issues arising from the procurement provisions of the Project Manual and/or the Bid Package or Contract Documents; and/or (b)applicable federal, state or local law. No Bid Protest may be based upon questions concerning the design documents. The Bidder shall clarify all such questions concerning the design of the project prior to submitting its bid. 9. PAYMENT TERMS: Payment for work completed will be made within(30)days of approved invoice. B05-13 9 No payment will be made for materials ordered without proper purchase order authori- zation. Payment cannot be made until materials, goods o services,have been re- ceived and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. "Contract" shall mean a City of Ocoee Purchase Order, and the terms and conditions of the purchase order shall apply. The City of Ocoee, Florida has the following tax exemption certificates assigned: • Florida Sales &Use Tax Exemption Certificate No. 58-00-094593-54C; and • The City is exempt from federal excise, state, and local sales taxes. 10. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Respondent's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. 11. CERTIFICATION OF NON-SEGREGATED FACILITIES The Respondent certifies that the respondent does not and will not maintain or provide for the respondent's employees any segregated facilities at any of the respondent's establishments and that the respondent does not permit the respondent's employees to perform their services at any location, under the respondent's control, where segregated facilities are maintained. The Respondent agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities"means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Respondent agrees that (except where the respondent has obtained identical certification from proposed contractors for specific time periods) the respondent will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the respondent will retain such certifications in the respondent's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor,are incorporated herein. B05-13 10 12. STATEMENT OF AFFIRMATION AND INTENT: The respondent declares that the only persons,or parties interested in their bid are those named herein,that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee.Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion,or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The respondent certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity,nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The respondent certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the respondent agrees to immediately notify the City in writing. The respondent further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services,requirements,and standards contained in the Bid documents. Respondent agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, respondent offers and agrees that if this negotiation is accepted, the respondent will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti- trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the respondent. The bid constitutes a firm and binding offer by the respondent to perform the services as stated. 13. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as'defined by Section 287.012(16),Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph(2)(a) of Section 287.133, Florida Statutes, which reads as follows: B05-13 11 "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 public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All respondents who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. 14. PERMITS/LICENSES/FEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Protective Inspections Department at (407)905-3100, ext. 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) are the responsibility of the contractor. 1305-13 12 15. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: (Attach additional sheets if necessary) The respondent certifies that the respondent has investigated each subcontractor/temporary worker agency listed and has received and has in the respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. 16. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the respondent in the past five (5) years which is related to the services that the respondent provides in the regular course of business The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none,please so state. B05-13 13 17. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity,nature, and size of this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): iw -� . tn/, �:r (4, X2 5 �S/3 --7 S9 - 1ss- :S - �l Coll Az (4, - d °va ) - 1 v !(2 )4 -.t f U sto Ca 3 - 0100 4,3 Clod -Lvs 3(e Edel k C -1 sb () Ri-r k °c - any - 7w/ -77,-K S,►� C, Havesi you any milar work in progress at this time? YesNo 7� . Length of time in business IS �, o Bank or other financial references: (Attach additional sheets if necessary) 18. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated No. Dated No. Dated B05-13 14 CITY OF OCOEE INVITATION TO BID#B05-13 CHANGEABLE MESSAGE SIGN Minimum Product Specifications General Description: City of Ocoee is soliciting bids for a solar powered trailer mounted portable Changeable Message Sign with full matrix all LED capable of alphanumeric text and graphics. Trailer: • All steel construction with 16-gauge steel walk able fenders and 5-lug size 15 tires • Axle load capacity of 3500 lbs and 4 adjustable 15"jacks(2000 lbs. Capacity) • 2"hitch with 2- 'A"safety chains and 'A"minimum diameter safety hooks • Dual combination reflective lights with stop,tail, and turn signal,male&female quick connect,and license plate bracket • All wiring shall be in jacketed cable or conduit • 12-volt power unit hydraulics,single acting with 6-quart reservoir tank and manual hand- operated back-up • Shall include steel fabricated battery/hydraulics boxes with locks,hinges,ventilation,and mounted to the frame to protected against weather and vandalism • Aluminum fabricated vented,lockable control box mounted to the frame to protect against weather and vandalism Sign panel: • Extruded aluminum construction frame with mounting studs and back skin constructed of 0.08 aluminum • Viewing window with 0.220 thick polycarbonate with UV matte finish • Powder paint, flat black finish with salt spray fog(1000 hours and UV resistance(500 hours) • Display module 5 x 7 pixel, 2.6"pitch. LED pixel to be formed using 4 LED's • Agilent Amber lamps, 592 NM wavelength& 15 degrees viewing angle • Failure of any LED shall not prevent any other LED module from displaying proper information • Power for LCD shall be provided trough controller • Controller with LCD screen with all necessary data and power harnesses and photocell/temperature interface • Full message management allowing creating, sorting,editing,and deleting messages; capable of storing 100+changeable messages • Capable of scheduling messages with at least 4 different size fonts(4x7, 5x7, 5x7 bold, and 10x7) • Allow full operation from a remote location and from a laptop computer with full setting B05-13 15 • Controller to support appropriate NTCIP standards for trailer applications(NTCIP Objects V1.1 doc) Power&Charging: • 2- 120 watt solar panels with dual low-loss bypass diodes • 4-480 amp 120-volt battery bank wired for 1920 combined amps maximum output • Solid-state electronic circuitry with reverse polarity protection,properly fused,and disconnects on all cables. • 9 to 14 VDC power input,power and data connection of durable Molex(or equal)and 3M 9or equal),no reverse biasing protection • 3-position battery select-gel, sealed, or flooded with LED's indicating battery status and faults Accessories: • Controller must have at least 3 user serial ports with modem interface, local programming from a laptop,and accessory interface(radar gun,GPS,etc.) • Full documentation for operation and trouble-shooting • Cell modem • Radar • Must be completely compatible with a Dell Latitude D610 laptop provided by the City. The laptop will have a Serial 9-pin connector,one parallel 25-hole connector,4 USB 2.0 compliant connectors; an RJ-11 port for modem; and an RJ-45 port for Ethernet LAN • Shipping and handling must be included in total price. Delivery shall be F.O.B.: City of Ocoee,Public Works Facility, 301 Maguire Road,Ocoee,FL 34761. Please note that the above specifications are intended as minimum and preferred guidelines; and equipment meeting equivalent specifications will be accepted,provided it meets budgetary constraints.Please submit a bid on only one(1)type of portable changeable message sign that best meets the specifications. B05-13 16 CITY OF OCOEE INVITATION TO BID#B05-13 CHANGEABLE MESSAGE SIGN BID FORM S ecif d• ' ` OA �a--, Qt U P yS T gi�t�� E , Ei� P.O.BOX 90764 DAV lb Vie4 SO "(??1-t- 13 g_ LAKELAND.FLORIDA 33804.0784 Suggested Parts Distribution Center Address Contact/Phone No. SAFETY ZONE SPECIALISTS, INC. 1y /3E PO. BOX 30764 1 D Vtf U(.e& '3 - Suggeste pair acuiity Aaare°ss®764 Contact/Phone No. Warranty SQL.. L)Q'-rO'YIYa Delivery Time: 30 calendar days after receipt of City Purchase Order. TOTAL BID FOR ONE (1) SOLAR POWERED, UNTEp, py CHANGEABLE MESSAGE SIGN&A,CCE$SOR $I$ER/1 QJ (NWP ABLE, J1 I Nui'ckei I N�71 )Y� ,5 I X dollars and01 cents SAFETY ZONE SPECIALISTS, INC. P.O.BOX 90764 LAKELAND,FLORIDA 338044164 omp: y Nag, op /4,, Authorized Officer Signet' /////� bilio�r VESM- J/ // Name/Title(please print) B05-13 17 I BID#B05-13 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SPECIFICATIONS/BID FORM"ARE ACCURATE AND WITHOUT COLLUSION. SAFETY ZONE SPECIALISTS, INC. P.O.BOX 90784 LAKELAND,FLORIDA 33804-0764 SI _3 1 gi ^ 1.3 -C-- COMPANY 2 -C--COMPANY NAME TV-I.X. J CODE) / FAX (INCLUDE AREA CODE) c."---'''\ ‘ E-MAIL ADDRESS 4111 iN ) — r ,BafZonSpeci@netzero.net Ai REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, D )^ `/ SVA PLEASE INDICATE BELOW: NAME/TITLE(PLEASE PRINT) SAFETY ZONE SPECIALISTS, INC. L`eM ) P.O.BO 64 03q I ` GI y- LAKELAND,FLORIDA 33804.4784 3 T AT�1DS, a� ( .33gocf CITY STATE ZIPS�j�-� FEDERAL ID#S9 -3/ d.� t ) Individual )4_ Corporation Partnership Other(Specify) IV Sworn to and subscribed beforee m this day of j 20 • Personally Known Vor Produced Identification Notary Public-, tat . -"' (Type of Identification) County s_ i - j Kenneth S JacksonAi Signature of Notary 'i 1941" , fa. My Commission DD07$919 S ,,. Expires December ti.2005 Printed,typed or : ,Bed Commissioned nahie of Notary Public B05-13 18 Portable Dynamic Message Sign Procurement Specification SolarTech, Inc. 9. Warranty 9.1 Standard Warranty 9.1.1 Bumper to Bumper- Full warranty, parts and labor-One year 9.1.2 Electrical and Electronic Components, Control Console-Two years • 9.1.3 Display Modules 9.1.3.1 Standard-Three years 9.1.3.2 Mega-Flux-Five years 9.1.4 Solar Panels-Ten years 9.2 Extended Warranty-Consult factory Page 16 of 18 SILENT MESSENGER II 54YISW..0rt2Procumnentsb.a5 .500522-110AEV-14,55 WMINM inotkyvk C;411 6eokitzt - C_J2-U Rcda,c- oftc- UA(1,A 3&S Lk-I4 So /Qr Q• �� _. cissa. . , 11111111.110.11111 . t. \ 0 , ,._ 44011 •••• •• a• •• •• •• • a •• •• •11 •• 1111 •• •a .. .. •• •• a••• 1111 •• •11 •• •• 114 1111 1111 .• 1111 r• 1111 1111 1111 •• 1111 as 1111 1111 sa •• • •••• 1111 •• ; a•,,) ' Xlii •4 1111 1111•• 1111 1111 •• •• •• a• •• •a •• •• • E. Ttcp as a• 1111 1111 •a 1111 1111•• • -- r• • ♦• sa •• ••a• ••• •• • •• •• •• •• a• •••• • 11.11 •a• 1111 1111 a• && Aka•• a• • ♦ • 1111•• 1111 • 1111 1111 . • ♦ • 1111• 4.• •• •• • • • •• •• • • •• •• �';. •• •• •• •• ♦• 1111 •11 1111 r• ,' - •• •• sa •• •• •• •• •• •a •• •• •• a• •• •• •• •• a• && a• •• •• •• •a •• •• fi T; MODELS W 48 150 Watt MB-224 225 Watt MB-3048 300 Watt ; MB-3748 375 Watt d .F MB-4048 450 Watt Iii_tr_ • • .-_. wr 126" x 76" DISPLAY Designed for Use on Multi-lane Highways I SILENT MESSENGER SPECIFICATIONS Length Overall 180 in (457cm) Operating Voltage 12 Volts DC o.4 Width Overall 92 in (234cm) Number of Batteries Eight(8)* Height Operating 162 in (412cm) Battery Bank Capacity 1200 Amp Hours* . 1 Weight 26901bs (1220 kg) *Upgradable to 12 batteries/1800 Amp Hours! • . STRUCTURAL DESIGN AND MECHANICAL FEATURES Designed and Manufactured Exclusively Dual Cam Locking Mechanism . by SOLAR TECHNOLOGY Safe,easy setup. Sign is aimed and locked into Advanced computer-aided product design and position from ground level. Holds sign •• ISO 9000 certified manufacturing ensure high stationary in all conditions and automatically quality and reliability backed by factory trained tightens under wind loading conditions. service personnel. Polyethylene Fenders Durable 7-Ga Steel Trailer Frame Heavy duty polyethylene with UV inhibitor. Job site rugged.Trailer is a combination of Solid color throughout.Tolerates the bumps 3/16"CNC formed steel plate and welded that would damage or destroy metal fenders. tubular steel. Polyethylene Lockable Battery Electrohydraulic Lift System Compartments Hydraulic pump is located inside weatherproof Sturdy enough to stand on!Heavy duty - control box for effortless raising of sign panel in polyethylene with UV inhibitor.Solid color 20 seconds. throughout. Torsion Axle Top Mounted Solar Array Independent,dampened suspension provides a No overshadowing.Maximum energyyield. smooth stable ride and long operating life with Less vulnerable to work area hazards.Solar :' no maintenance. array tilts down for easy cleaning. • - • . .• • , •• - SOL R TECHNOLOGY, INC. S I N T MESSENGER PROGRAMMING CUSTOM LED FULL MATRIX /GRAPHIC DISPLAY FEATURES .__ Display one line,two line,or three line messages. User-Friendly Menu Driven • •• • Choice of six different fonts(character sizes).Displays Programs symbols,moving arrows,chevrons,graphics,and Provide for easy creation, ,..••, ••• •••••••• logos.Create custom graphics using built in modification and display of messages ' ' keyboard,or download via remote control. and sequences. ' < FourLevvelsofPassword Protection . .. Weatherproof Display Case Permit users and supervisors or .. Custom aluminum case and door frame customers to access only the control with recessed weather seal and riveted rear functions they need to perform their •• aluminum panels insures watertight job while restricting access to other :: :: integrity. Non glare,UV resistant 3/16" functions. thick polycarbonate sheet set in a custom Quick Programming ,•• : •:• extrudedrubber gasket provides maximum No experience needed.This option strength and durability. allows user to display a series of messages by following six simple Quick,Easy Display Module keyboard prompts. Replacement Multilingual LCD Display Display modules are not position dependant User selectable multilingual LCD •::. and are totally interchangeable.No tools screen prompts are available in It •;:- required for service.Circuit boards are held in •. re English,Spanish,and French. .: : place by captive 1/4 turn fasteners. Single power Calender/Clock Auto and data connection.Display modules can be Programming • - removed and installed while message display is • Program different start and stop times operating! and dates.Display different messages at different times of the day and week. CUSTOM CONTROL CONSOLE Prewired for Cellular Remote Easy to install option.Provides complete control via cellular remote. Integrated Design Easy to use windows based software. Control console stows vertically on pivoting slides Prewired for Radar Speed I which extend,rotate,and lock into horizontal Monitor I position for programming. f Easy to install option.Prewired and `�� preprogrammed to operate radar/ Waterproof Control Panel with ------.:-.„—s.-----.' speed monitor display. Illuminated LCD Display • ,4_ LCD display features 8 lines x 40 characters `` Software Upgrades Free p y Field-upgradable at no cost for the I with graphics.Reliable operations in all kinds of life ofyour SILENT MESSENGER weather. Lighted Keyboard for Night Use coo ���ECH 4D 4,R Keyboard lights up when touched and turns off c automatically five minutes after the last keystroke. /. .. Industrial rated and waterproof. v " Auto Track" Display Intensity Control co Integrated photocell senses ambient light level and ° '-71410o■ automatically adjusts display intensity to maximize co' • •. and energy efficiency iv. ,w o 9o0r• �2000 RE.O.:c 7620 Cetronia Rd • Allentown, PA 18106 ' SOLARTECH Phone: P 1-8600 www.solartechnology.com