Loading...
HomeMy WebLinkAboutV(D) Approval and Authorization to Reject all Bids for Bid #B03-07 Surge Suppression System Agenda 12-16-2003 Item V D Mayor ���e Center of Good L1y � Commi EMU S. Scott Vandergrift �• TDanny Howell, District 1 r "° Scott Anderson, District 2 City Manager Rusty Johnson, District 3 Jim Gleason � ��, ( `� Nancy J. Parker, District 4 STAFF REPORT TO: The Honorable Mayor and City Commissioners l FROM: Joyce Tolbert,ert Y � Buyer THROUGH: Wanda Horton, Finance Director ,ji'll---- DATE: December 9, 2003 RE: Bid #B03-07 Surge Suppression System ISSUE Should the City Commission reject all bids for a surge suppression system for the Ocoee Wastewater Facility? BACKGROUND/DISCUSSION On June 17, 2003, the City Commission approved the utilization of $28,000 from the Wastewater Capital Account, for a surge suppression system for the Ocoee Wastewater Facility. These funds were not carried forward into this fiscal year. The bid was advertised on August 24, 2003, and publicly opened on September 9, 2003. Four (4) responses were received from the following companies: 1) Precision • ' _ _ • : 1' w ..0 ''r.� °f .,9 400 3) Sta-Con $24,822.00 4) Florida Power Systems $27,000.00 *Please note that Liebert Corporation's Bid was non-responsive due to lack of a bid security. 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 bids were reviewed by the Public Works/Utilities Department and Finance Department. Staff recommends rejecting all bids per the attached recommendation from Robert Holland, Utilities Superintendent. The bids have also expired as it is now past the ninety (90) days provided for in the bid documents. RECOMMENDATION It respectfully is recommended that the City Commission reject all bids for Bid #B03-07 Surge Protection System and authorize Staff to return all bid securities for this bid. e Center ofaGood JY Mayor �� - ��• Pip, Commissioners S. Scott Vandergrift � ,t." Danny Howell, District 1 Scott Anderson, District 2 City Manager Rusty Johnson, District 3 Jim Gleason Nancy J. Parker, District 4 MEMORANDUM TO: Wanda Horton, Finance Director FROM: Robert Holland,Utilities Superintendent DATE: December 5,2003 RE: Lightning Suppression Bid CC: David Wheeler,Director of Public Services After careful analysis and consideration of the responses to the lightning suppression bid documents, we feel that the criteria provided from the bidders, was in some cases, ambiguous and did not meet our requirements as initially proposed while others were designed for a much more complex system than what we had intended. The bid package that was sent out was specific in content and effectively outlined our intent and needs; we do not feel that the responses were ones that pertained to our immediate needs. With the above in mind, we are requesting permission to rescind the request for lightning suppression equipment at this time. The funds that were set aside to finance this project should be returned to the appropriate account as required by policy of GAAP regulations. This project will be revisited at a later date and providing that the funding can be made available in this year's fiscal budget, we will then make a determination of the extent of the needs for lightning suppression in this department. Thank you for your cooperation and if you have any comments or questions please do not hesitate to contact me. The City of Ocoee• 150 N Lakeshore Drive•Ocoee,Florida 34761 phone: (407)905-3100•fax: (407)656-8504•www.ci.ocoee.fl.us s 4 N z m cn m V CW W r W 3 V ° a m a a co c Q n n O v< 3m3 n cqO 3 eD v3 10 0 m = 0 m m - 3 Z a y n A ' m 3 r ° ° Ro c OD ..< CD ar y 0 d `c a (DO N m (C co N O 0 O o co 7 N CD m 0 5• D o• m 3 =. CD ci 0 m -i m n s o O o Z m N T DI CI co m A n FC o CO 0 C m ."Q o G) CO (0 m o y N —I C CD .D W W T N N N N N a ! N pL, ' 8 D .iZ 3 O CD `# m 0) Z1 4 3 'D —I1, co m m • m m m m m 0. W Q 0 y N N N CI) N N 3 0 7' O co 0 x o - -1 m a 0 m CD n — 0 <D P. A Cl) m•-• (D co co m co m co• co N A N N N N N N Cl N O O O 3 74- O ✓ M r OO co O (0 + m A. O O O O Co y O 6▪. N � (1) A 0 `G SO a - 6' o Ma or (�e Centex of Good Lit,:lle Commissioners S. Scott Vandergrift �:::,. ,,, ,„.,u.;,'®�••• .. Danny Howell, District 1 � t 1�,»woo Scott Anderson, District 2 City Manager y ,r ._�,� Rusty Johnson, District 3 n `. Nancy J. Parker, District 4 Jim Gleason ,� - , I C CITY OF OCOEE INVITATION TO BID #03-07 FOR I SURGE SUPPRESSION SYSTEM I 1 1 1 I I I t�a a � � z,� Y3 � s 4.", •♦ � /!fie cf �z„s �' �^w�' 4 4SUP ' ON"SYSTEM BID DOCUMENTS 3 Legal Advertisement 4 thru 6 Invitation to Bid#B03-07 7 thru 15 General Terms & Conditions 16 Subcontractors/Equipment Listing 17 References/Summary of Litigation SCOPE OF WORK/SPECIFICATIONS 18 thru 20 Specifications 21 Bid Sheet 22 Company Information/Signature Sheet I I I I I I 1 END OF TABLE OF CONTENTS I 2 LEGAL ADVERTISEMENT Ocoee City Commission Sealed bids will be accepted for Bid #B03-07, SURGE SUPPRESSION SYSTEM, no later than 2:00 PM, local time, on September 9,2003. The complete surge suppression system shall include all equipment and related components to be installed by the City at the Ocoee Wastewater Facility, as per the specifications contained in the bid documents. 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. Bids will be received in the City of Ocoee, Attn: Joyce Tolbert, Buyer, 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. The successful bidder will be required to furnish proof of Insurance in the amounts specified in the bid documents. There will not be a pre-bid conference for this project. Any questions will be accepted as per the bid documents. Contact Joyce Tolbert, Buyer to arrange for a site visit, if desired. Prospective bidders may secure a copy of the complete bid package, from Joyce Tolbert at Ocoee City Hall Finance Department, 150 N. Lakeshore Drive, Ocoee, FL 34761-2258, for a non- refundable fee of$20.00. Checks should be made payable to the City of Ocoee. Partial sets of bid documents will not be issued. The above fee may be waived by requesting an electronic copy of the bid documents. 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. No fax or electronic submissions will be accepted. City Clerk August 24, 2003 1 1 I 3 CITY OF OCOEE INVITATION TO BID #B03-07 SURGE SUPPRESSION SYSTEM INTENT: Sealed bids for Bid #03-07 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 and/or commodities proposed, hereinafter called"Respondent". The proposed Contract will be for the equipment and related components for a complete electrical Surge Suppression System, to be installed by the City at the Ocoee Wastewater Facility, per the "Scope of Work/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, Buyer (407)905-3100, extension 1516 and fax (407)656-3501, not later than September 5, 2003. Any clarifications/changes f will be through written addenda only, issued by the Finance Department. Respondents should not contact City staff, with the exception of Joyce Tolbert, Buyer, 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 one (1) copy, plus one (1) copy of the entire bid in electronic .pdf format on a single compact disc or floppy diskette. All required submission forms and electronic copies must be enclosed inside a sealed bid package and received by the Finance Department not later than 2:00 PM, local time, on September 9, 2003. 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: Joyce Tolbert, Buyer 150 N Lakeshore Drive Ocoee,FL 34761-2258 • 1 4 C D. Bids will be publicly opened and read in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2:01 PM, or as soon thereafter as possible 1 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) Bid Security in the form of a Cashier's or Certified check or Bid Bond; b) Copy of Insurance Certificate; c) List of References/Experience; d) List of Subcontractors/Temporary Worker Agencies; e) Equipment Listing; f) Summary of Litigation; g) 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 Pre-Bid Conference for this project. Please contact Joyce Tolbert, Buyer at 407-905-3100 x1516 to arrange for a site visit, if desired. 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 which will be mailed, e-mailed or faxed to all parties to whom the bid packages have been issued. The City reserves the right to issue Addenda, concerning date and time of bid opening, clarifications, or corrections, 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 on the Addendum and fails to attach the Addendum to the respondent's bid, 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 warned 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 subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among respondents; 5 111 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. I i I I I I 6 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each proposal must be accompanied by a Cashier's/Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5%) of the amount of the bid. A combination of any of the former is not acceptable. Such cashier's check or Bid Bond is submitted as a guarantee that the respondent, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the respondent will not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety acceptable to the City, authorized to do business in the State of Florida, and signed by a Florida licensed resident agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverage is to be included in the respondent's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable respondents will be returned within three (3) days after the City and the successful respondent have executed the contract for work. The remaining checks will be returned within thirty (30) days after the opening of bids. Cash will not be accepted as Bid Guaranty. Bid Bonds will be returned upon request following the same criteria as a check. 2. PERFORMANCE AND PAYMENT BONDS Not Required. 1 3. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, 111 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 1 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 7 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. 4. 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. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Specifications sheet attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/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. 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 8 herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. 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. 7. 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. 8. 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 • Experience with similar systems • Features of system 9. 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. 10. DISPUTES: Any bidder who disputes the reasonableness, necessity, or competitiveness of the terms and/or conditions of the Invitation to Bid, selection or award recommendation shall file a protest in writing to Joyce Tolbert, Buyer not later than seventy-two (72) hours after award. 11. PAYMENT TERMS: Payment for work completed will be made within(30) days of approved invoice. 9 No payment will be made for materials ordered without properpurchase 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. 12. CONTRACT: hereinafter referred to as "Contractor" will be a) The successful Respondent, required to enter into a contract with the City. "Contract" shall mean a City of Ocoee Purchase Order. b) The City may in its sole discretion award any additional work, whether in the existing areas, or in any additional area, or any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. I 13. SAFETY REQUIREMENTS: The Respondent guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register(CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards,that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. 10 h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, (c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. 1) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten(10) feet. o) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc. 14. 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. 15. 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 111 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. 11 16. 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. 17. 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: "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 12 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. 18. 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 extension 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. 19. INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all Eof the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida and which maintain a Best's Rating of"A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all the Contractor's employees connected with the work of this project and, in any case any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each 13 subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, as shall protect the Contractor from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) AUTOMOBILE BODILY INJURY LIABILITY • $1,000,000 Combined single limit per occurrence (each person, each accident) 2) AUTOMOBILE PROPERTY DAMAGE LIABILITY • $1,000,000 Combined single limit per occurrence 3) COMPREHENSIVE GENERAL LIABLILITY - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary over the insurance of the City of Ocoee. • $1,000,000 PROPERTY DAMAGE LIABILITY (other than automobile) Combined single limit per occurrence • $1,000,000 BODILY INJURY (other than automobile) Combined single limit per occurrence • $2,000,000 GENERAL AGGREGATE • $1,000,000 PRODUCTS/COMPLETED OPERATIONS • $1,000,000 PERSONAL & ADVERTISING INJURY d) Subcontractor's Public Liability and Property Damage Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above.- e) Owner's Protective Liability Insurance: The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following minimum limits: 1) BODILY INJURY LIABILITY • $1,000,000 Combined single limit per occurrence 2) PROPERTY DAMAGE LIABILITY • $1,000,000 Combined single limit per occurrence f) Contractual Liability - Work Contract: The Contractor's insurance shall also include contractual liability coverage. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. g) Certificates of Insurance: Certificate of Insurance Form, naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These 14 shall be completed by the authorized Resident Agent and returned to the Office of the Buyer. This certificate shall be dated and show: 1) The name of the Insured contractor, the specific job by name and job number, the name of the insurer,the number of the policy, its effective date, its termination date. 2) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy. I I I I I I I E I I 15 I a 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: I 1 I (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. 21. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. 1 I I I I 16 CITY OF OCOEE INVITATION TO BID #B03-07 SURGE SUPPRESSION SYSTEM SCOPE OF WORK/SPECIFICATIONS The City of Ocoee is requesting bids for an electrical surge suppression system(Equipment and Related Components Only)for the Ocoee Wastewater Facility at 1800 A.D. Mims Road, Ocoee, Florida. The complete system shall include all necessary equipment and related components for a successful operation. TRANSIENT VOLTAGE SURGE SUPPRESSOR PART 1 - GENERAL 1.1 RELATED DOCUMENTS AND APPLICABLE STANDARDS A. Systems shall be designed, manufactured, and tested in accordance with the following standards, City of Ocoee to install the system: I . Underwriters Laboratories(U-1449) • National Electrical Manufacturers Association • American National Standards Institute ■ Institute of Electrical Engineers (C62.41 and C62.45) • National Electrical Code (Article 280) I . National Fire Protection Association(NFPA-78) • Federal Information Processing Standards Publication(FIPS PUB 94) B. System: 1. 277/480, 3-phase, WYE, four wires with maximum surge current of 80 Ka, response times to be 80 picoseconds, minimum—clamping voltage of 330V. 2. System shall be tested to meet ANSI/IEEE C62.41 1991,tested per ANSI/IEEE C62.45 1992. 3. The system shall be UL 1449 listed as complete system under the UL 1449 standard for Transient Voltage Surge Suppressors. Systems not UL 1449 listed are not acceptable. 1 4. The system shall be tested to 1,000 sequential ANSI/IEEE C62.41 Category C waveforms. The Category waveform is defined as a 1.2 x 50 microsecond waveform at 6000 volts and 8 x 20 microsecond waveform at 10,000 Amperes. 1.2 WORK INCLUDED: A. A Complete Transient Voltage Surge Suppression(TVSS) System. I 18 I 1.3 SUBMITTALS: A. Drawings: Electrical and mechanical drawings shall be provided by the manufacturer which show unit dimensions, weights, component and connection locations, mounting provisions, connection details and wiring diagrams. B. Equipment Manual: The manufacturer shall furnish an installation manual with installation, start-up, and operating instructions for the specified system. C. UL 1449 Ratings: Documentation of specified systems UL 1449 listing and clamping voltage ratings shall be included as required product data submittal information. PART 2—PRODUCTS 2.1 EQUIPMENT A. Units needed: I . 20—277/480 Volts, 3 phase WYE • 3 — 120/208 Volts, 3 phase WYE • 1 — 120/240 Volts, 1 phase Note: all Arresters must have failure indicator lights for each phase indicating loss of protection, and all surge arrestors must be rated for outdoor use. B. Equipment shall be based on USP/M Series multi-stage parallel protector rated for 480 VAC, 3 Phase, 4 Wire,plus ground. The equipment surge capacity, based on an 8 x 20 microsecond waveform per ANSI/IEEE C62.41 Category C rating, and shall be a minimum of 55,000 Amperes per phase. Each protection circuit shall be capable of withstanding over 1000 sequential 10,000 AMP ANSI/IEEE C62.41 Category C impulses without degradation or failure. All circuit internal wiring, including terminals of suppressor elements shall be of#12 AWG minimum, aluminum or copper bus bar of 1/4"width minimum. No plug-in component circuits shall be used in suppression current carrying paths. All manufacturers shall submit detailed protection circuit maintenance schematics for pre-approval and compliance to this portion of the specification. C. Units shall be UL 1449 listed for TVSS. D. Protection modes: The TVSS shall provide: Line to Neutral (L-N) and Neutral to Ground(N-G)protection. E. Include status indicator lights. F. Other materials shall conform to applicable Sections of this Division, or as approved. G. Equipment shall be warranted for 5-years. H. Performance Ratings: The system performance ratings shall be based on the UL 1449 listing ratings for IEEEE C62.41 Category B. The maximum UL 1449 voltage clamping rating for each of the specified protection modes shall be: 1. 500 volts for 120, 120/208, or 120/240-volt systems. L-N,N-G. 2. 1000 volts for 240, 277, or 277/480-volt systems, L-N,N-G. 19 2.2 FACTORY TESTING: A. Conduct manufacturer's standard factory tests per approved submittal data. B. Submit formal report of factory tests within 10 days of the factory tests, stating tests concluded, acceptable limits to such tests, actual test results, and original test data sheet with legible signatures of those conducting, witnessing, and approving such tests. PART 3—EXECUTION 3.1 INSTALLATION A. The specified system shall be installed by the City of Ocoee no further than eighteen (18) inches in total wire lead length distance from the panel board it is protecting, and shall avoid any unnecessary power and ground connections. B. The specified system shall be capable of being installed directly to a 3/4"concentric end wall panel knockout. System shall be provided with necessary box spacer and locknut for installation. C. System shall be complete, including status indicator lights providing independent protection circuit status. D. Other materials and equipment shall comply with applicable Sections of this Division. 3.2 WARRANTY A. Manufacturer shall provide a product warranty for a period of five (5) years from the date of the installation. Warranty shall cover unlimited replacement of system protection modules during the warranty period. 3.3 QUALITY ASSURANCE A. Those firms responding to this specification shall provide proof that they have been regularly engaged in the design, manufacturing and testing of TVSS for not less than seven(7) years. 3.4 ACCEPTANCE A. Manufacturer's representative shall visit the site, verify installation, and submit to the City Electrician a letter stating equipment and installation meets the intent of the specifications contained herein, and the manufacturer's warranties and guarantees are in effect. I 20 I CITY OF OCOEE INVITATION TO BID #B03-07 SURGE SUPPRESSION SYSTEM BID SHEET Please note that the above specifications are intended as minimum and preferred guidelines; and systems meeting equivalent specifications will be accepted, provided it meets budgetary constraints. Please submit a bid on only one (1) type of system that best meets the specifications. Total Lump Sum Bid $ Dollars and Cents Delivery Time: calendar days after receipt of City Purchase Order. Company Name Authorized Signature P IName/Title (Please Print) I I I I I 21 COMPANY INFORMATION/SIGNATURE SHEET BID#B03-07 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 "SCOPE OF WORK/BID SHEET"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 22 I center of Good Lit, Mayor be i `S jl�, Commissioners S. Scott Vandergrift ,�. ,,.,,;n®.,,,,— Danny Howell, District0 rv, . l ., Scott Anderson, District 2 City Manager Rusty Johnson, District 3 Jim Gleason [ - Nancy J. Parker, District 4 CITY OF OCOEE INVITATION TO BID #03-07 FOR SURGE SUPPRESSION SYSTEM 1 "{.;''_ .'1'i+h, v.A'i'�, '.ays..:•,,s: .:M"l Y:isle=:.' �" .'�":.l F"-3"'�A ..Yr.:*t*-.s?v. t:', :'==1..., ts;a - w Lr •t ii+19 ...,td'1�1i4 -t. - a;' �+kT,. ,.:�'r�,'• _^S`:"a:- 1rFl...ro,,.'3'.e� .�`` �";d+:,t _ -...t. ...4s�;� Y.,<y',�,,:a. �_. .� �;�I '=''�;,.."!_� „�'ri.. Yi-R n=�..v .� ,. �' i"�`w W+ _ .u�t{'.°y:.v.:s b...,v w,;�'%;ll:� :..-'ux."a�a,i,»:i¢"-:5 .- -cK->•.'_'-: ,F" �_l. '`' �.¢5.C`:}'.I.�EF-..'i v- .,k,p.� ■/�N� - ,�j1' `k.�iT...'L..._..A;P-T'M1..�va..J - ..'yi.a.Y3S .0`is' 3i"k ;xzdr.?i,¢n' 0.S _Z-.,.`, z't4 :�:. �s n'�f.:m`3}:��� ,,K`"n ,.,5.: :t}C:�.E:"3._�_.._,...^,r.4 ,.f:�-.5.•1,n..vi„�4'i - ,,'v.�' ,'--=s,=�"x�=-;v w; ,..�.x.', _ - 'v.','.ate_kt= >7.4 :5i'.i f' :t- =;,^,3.'h;':ai. .sd5 O:4 "-''x'k `w:4N,.r'., kti:a •n - ”;;�t..a _e�,.�F' --;91"- ...e�:��:Fr,S x�C -.?.,,. .aa-,a- i �"i 4 =io r E'en. .'F•� ���S:r.. s'a+'�-: z��,-.`�.ia -,� - -- n >�^ ��, .-;T.riT.' ",.'"KKF4S�`'. � - - .,�. .�..krt,kypy ���"�` '. .,.4ry AS.1 1� - 4:.t''r�� r;.icvi_4 .k si:t:.'A,a,n .N'vTtt'_j��_a 3i _v,.r•.,:';.1-?,-. - - `rh: ,'s�.n*4rl= :.:sX',°.;3, ....,1 __,.h;,?ti.- _ .+.3;1 " :. ',^.9-,g..ae,?.�.__ In ,5'�"�r.�:'x'r,.+. -.€'"���.- - .sit' `,",',. . - :.M1'v'�,�a-ar..c xri�,.>...x�:;i�:. -r�.r., -.:,u,:�>.r•;,�a�.k�`;...,'...Y.�, }"`4�;; - 1...,- 't »,�, a ,. .:. 5-,,, ;o-- ,.. ,,I.o,i``- :^^:,.�4`;_ ..i, :..`4;• +;<,'i';v. .>.. .::5:}"�.-M,.4.M,rro,. ,'t�" '.�` ." ;��::...�".. �"�4.Y' i'�;: .-a,;,•. � &.:- ,�-la__'��. ..n: - -�,,.e;x:.�.s�,+gin;. c�'c.r'sur�tF r — - -::"�:..:3' +.,,3 e:`"r:�;a- `I�!, r-,r-3s�`'.t 4--a-i41-4-740k--- 1#"i--c, ` Ral.'"."�.-=E E:': ,w'--' y - '-:4.-: uasq.,.??s:s:k:<,.- .:-',.� .3?;., ����. .� .: ,'tib. '=�Al.r.-._:�+-,=n ,����a9- .oti p�r o V l:4 ,rox`-s:�v;�'^' 'n�.':`' ra'_ ...fir: _ ., -.::a,v�.., t.g�.,`{.�'_<; .r �: ��,�i..,"�s;? #....'_ ...asi-`-� �.r .w 'v� .$ 4 -. � - a',y:-_ 'e�`-`'�',..=F�4. ,` .��.:�,ecr - ��°�. I f ' ''.a'r5. 1,Z'v 'iL; j I C. ` ' �Y 1 4_X_ v3.St F �r...,-.....a, '3 ASN„ a't ?t �� i''h {�';-� ". y � �2' -•FIs».'fie- 5"- �'�' � -+�. T 'Y Krw :.-,,,, ' :•%i,3_ t,t ,4,,k4 ,y�--14 'I' ,o r =",t, e-11(''''' g + i,n _ t,,e- 3 .-" '. �.+ i,.-v.. •.r;=, ..,'... "t y a4 n.-._ kms _ . .. -��, ,s a .,.:�., BID DOCUMENTS 3 Legal Advertisement 4 thru 6 Invitation to Bid#B03-07 7 thru 15 General Terms&Conditions 16 Subcontractors/Equipment Listing 17 References/Summary of Litigation SCOPE OF WORK/SPECIFICATIONS 18 thru 20 Specifications 21 Bid Sheet 22 Company Information/Signature Sheet • END OF TABLE OF CONTENTS 2 LEGAL ADVERTISEMENT Ocoee City Commission Sealed bids will be accepted for Bid #B03-07, SURGE SUPPRESSION SYSTEM, no later than 2:00 PM,local time,on September 9,2003. The complete surge suppression system shall include all equipment and related components to be installed by the City at the Ocoee Wastewater Facility, as per the specifications contained in the bid documents. 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. Bids will be received in the City of Ocoee, Attn: Joyce Tolbert, Buyer, 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. The successful bidder will be required to furnish proof of Insurance in the amounts specified in the bid documents. There will not be a pre-bid conference for this project. Any questions will be accepted as per the bid documents. Contact Joyce Tolbert, Buyer to arrange for a site visit,if desired. Prospective bidders may secure a copy of the complete bid package, from Joyce Tolbert at Ocoee City Hall Finance Department, 150 N. Lakeshore Drive, Ocoee, FL 34761-2258, for a non- refundable fee of$20.00. Checks should be made payable to the City of Ocoee. Partial sets of bid documents will not be issued. The above fee may be waived by requesting an electronic copy of the bid documents. 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. No fax or electronic submissions will be accepted. City Clerk August 24, 2003 3 CITY OF OCOEE INVITATION TO BID#B03-07 SURGE SUPPRESSION SYSTEM INTENT: Sealed bids for Bid #03-07 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 and/or commodities proposed,hereinafter called"Respondent". The proposed Contract will be for the equipment and related components for a complete electrical Surge Suppression System,to be installed by the City at the Ocoee Wastewater Facility, per the"Scope of Work/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, Buyer (407)905-3100, extension 1516 and fax (407)656-3501, not later than September 5, 2003. Any clarifications/changes will be through written addenda only, issued by the Finance Department. Respondents should not contact City staff, with the exception of Joyce Tolbert, Buyer, 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 one (1) copy, plus one (1) copy of the entire bid in electronic .pdf format on a single compact disc or floppy diskette. All required submission forms and electronic copies must be enclosed inside a sealed bid package and received by the Finance Department not later than 2:00 PM, local time, on September 9, 2003. 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: Joyce Tolbert,Buyer 150 N Lakeshore Drive Ocoee,FL 34761-2258 4 D. Bids will be publicly opened and read in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2:01 PM, 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) Bid Security in the form of a Cashier's or Certified check or Bid Bond; b) Copy of Insurance Certificate; c) List of References/Experience; d) List of Subcontractors/Temporary Worker Agencies; e) Equipment Listing; f) Summary of Litigation; g) 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 Pre-Bid Conference for this project. Please contact Joyce Tolbert, Buyer at 407-905-3100 x1516 to arrange for a site visit, if desired. 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 which will be mailed, e-mailed or faxed to all parties to whom the bid packages have been issued. The City reserves the right to issue Addenda, concerning date and time of bid opening, clarifications, or corrections, 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 on the Addendum and fails to attach the Addendum to the respondent's bid, 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 warned 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 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; 5 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. 6 GENERAL TERMS& CONDITIONS: 1. BID SECURITY: a) Each proposal must be accompanied by a Cashier's/Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5%) of the amount of the bid. A combination of any of the former is not acceptable. Such cashier's check or Bid Bond is submitted as a guarantee that the respondent, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the respondent will not withdraw its bid for a period of ninety(90)days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety acceptable to the City, authorized to do business in the State of Florida, and signed by a Florida licensed resident agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverage is to be included in the respondent's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable respondents will be returned within three (3) days after the City and the successful respondent have executed the contract for work. The remaining checks will be returned within thirty(30) days after the opening of bids. Cash will not be accepted as Bid Guaranty. Bid Bonds will be returned upon request following the same criteria as a check. 2. PERFORMANCE AND PAYMENT BONDS Not Required. 3. 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 7 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. 4. 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. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Specifications sheet attached,to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/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. 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. 6. DISCOUNTS: 8 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. 7. 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. 8. 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 • Experience with similar systems • Features of system 9. 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. 10. DISPUTES: Any bidder who disputes the reasonableness, necessity, or competitiveness of the terms and/or conditions of the Invitation to Bid, selection or award recommendation shall file a protest in writing to Joyce Tolbert, Buyer not later than seventy-two (72) hours after award. 11. PAYMENT TERMS: Payment for work completed will be made within(30)days of approved invoice. 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. 9 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. 12. CONTRACT: a) The successful Respondent, hereinafter referred to as"Contractor" will be required to enter into a contract with the City. "Contract" shall mean a City of Ocoee Purchase Order. b) The City may in its sole discretion award any additional work, whether in the existing areas,or in any additional area, or any additional area,to any third party,or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. 13. SAFETY REQUIREMENTS: The Respondent guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws,ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act,and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register(CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards,that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee)and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress(e.g.: hard hats, safety glasses,respirators,ear protection, long pants and shirts,etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. to j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, (c)load chart,(d)reeving, (3)fire extinguisher, (f)condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. 1) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten(10) feet. o) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc. 14. 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. 15. 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. 16. 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 11 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. 17. 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: "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." 12 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. 18. 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 extension 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. 19. INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida and which maintain a Best's Rating of"A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all the Contractor's employees connected with the work of this project and, in any case any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, as shall protect the Contractor from claims for damage for personal injury, including accidental death, as well as claims for property damages which may 13 arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) AUTOMOBILE BODILY INJURY LIABILITY • $1,000,000 Combined single limit per occurrence(each person,each accident) 2) AUTOMOBILE PROPERTY DAMAGE LIABILITY • $1,000,000 Combined single limit per occurrence 3) COMPREHENSIVE GENERAL LIABLILITY - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary over the insurance of the City of Ocoee. • $1,000,000 PROPERTY DAMAGE LIABILITY (other than automobile) Combined single limit per occurrence • $1,000,000 BODILY INJURY (other than automobile) Combined single limit per occurrence • $2,000,000 GENERAL AGGREGATE • $1,000,000 PRODUCTS/COMPLETED OPERATIONS • $1,000,000 PERSONAL&ADVERTISING INJURY d) Subcontractor's Public Liability and Property Damage Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy,as specified above. e) Owner's Protective Liability Insurance: The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following minimum limits: 1) BODILY INJURY LIABILITY • $1,000,000 Combined single limit per occurrence 2) PROPERTY DAMAGE LIABILITY • $1,000,000 Combined single limit per occurrence f) Contractual Liability - Work Contract: The Contractor's insurance shall also include contractual liability coverage. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. g) Certificates of Insurance: Certificate of Insurance Form, naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Buyer. This certificate shall be dated and show: 1) The name of the Insured contractor, the specific job by name and job number, the name of the insurer,the number of the policy, its effective date, its termination date. 2) Statement that the Insurer shall mail notice to the Owner at least thirty(30) days prior to any material changes in provisions or cancellation of the policy. 14 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: NO 5146coNTRAcrbk - VEwVEgy OF eloulf. am-y . (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. 21. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. N/A 15 22. 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, in particular, references to an existing location where the same system is currently operating. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): SIAfILIED EGNINEArr amy To: - Palw, (3(k• 5G1.,0o1s — Ci bc SurAsa4-94. — Rvellas C.jv+h 5'c.k,a1 s — brai,t 54 Couh-ki stools — Brow4rot Caur,41 Sct,aals Co11;er Couh 5c1•10u15 - Uni+• of Ft.er•S pA Have you any similar work in progress at this time? Yes No X . Length of time in business II years Bank or other financial references: (Attach additional sheets if necessary) 23. 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. NIA CITY OF OCOEE 16 INVITATION TO BID#B03-07 SURGE SUPPRESSION SYSTEM SCOPE OF WORK/SPECIFICATIONS The City of Ocoee is requesting bids for an electrical surge suppression system(Equipment and Related Components Only)for the Ocoee Wastewater Facility at 1800 A.D. Mims Road,Ocoee,Florida.The complete system shall include all necessary equipment and related components for a successful operation. TRANSIENT VOLTAGE SURGE SUPPRESSOR PART 1 -GENERAL 1.1 RELATED DOCUMENTS AND APPLICABLE STANDARDS A. Systems shall be designed, manufactured, and tested in accordance with the following standards,City of Ocoee to install the system: • Underwriters Laboratories(U-1449) • National Electrical Manufacturers Association • American National Standards Institute • Institute of Electrical Engineers(C62.41 and C62.45) • National Electrical Code(Article 280) • National Fire Protection Association(NFPA-78) • Federal Information Processing Standards Publication(FIPS PUB 94) B. System: 1. 277/480, 3-phase, WYE,four wires with maximum surge current of 80 Ka,response times to be 80 picoseconds,minimum—clamping voltage of 330V. 2. System shall be tested to meet ANSUIEEE C62.41 1991,tested per ANSUIEEE C62.45 1992. 3. The system shall be UL 1449 listed as complete system under the UL 1449 standard for Transient Voltage Surge Suppressors. Systems not UL 1449 listed are not acceptable. 4. The system shall be tested to 1,000 sequential ANSI/IEEE C62.41 Category C waveforms. The Category waveform is defined as a 1.2 x 50 microsecond waveform at 6000 volts and 8 x 20 microsecond waveform at 10,000 Amperes. 1.2 WORK INCLUDED: A. A Complete Transient Voltage Surge Suppression(TVSS) System. 17 1.3 SUBMITTALS: A. Drawings: Electrical and mechanical drawings shall be provided by the manufacturer which show unit dimensions,weights,component and connection locations, mounting provisions,connection details and wiring diagrams. B. Equipment Manual: The manufacturer shall furnish an installation manual with installation, start-up,and operating instructions for the specified system. C. UL 1449 Ratings: Documentation of specified systems UL 1449 listing and clamping voltage ratings shall be included as required product data submittal information. PART 2— PRODUCTS 2.1 EQUIPMENT A. Units needed: • 20—277/480 Volts,3 phase WYE • 3 — 120/208 Volts, 3 phase WYE • 1 — 120/240 Volts, 1 phase Note: all Arresters must have failure indicator lights for each phase indicating loss of protection,and all surge arrestors must be rated for outdoor use. B. Equipment shall be based on USP/M Series multi-stage parallel protector rated for 480 VAC, 3 Phase,4 Wire,plus ground. The equipment surge capacity,based on an 8 x 20 microsecond waveform per ANSI/IEEE C62.41 Category C rating, and shall be a minimum of 55,000 Amperes per phase. Each protection circuit shall be capable of withstanding over 1000 sequential 10,000 AMP ANSI/IEEE C62.41 Category C impulses without degradation or failure. All circuit internal wiring,including terminals of suppressor elements shall be of#12 AWG minimum,aluminum or copper bus bar of width minimum. No plug-in component circuits shall be used in suppression current carrying paths. All manufacturers shall submit detailed protection circuit maintenance schematics for pre-approval and compliance to this portion of the specification. C. Units shall be UL 1449 listed for TVSS. D. Protection modes: The TVSS shall provide: Line to Neutral (L-N)and Neutral to Ground (N-G)protection. E. Include status indicator lights. F. Other materials shall conform to applicable Sections of this Division,or as approved. G. Equipment shall be warranted for 5-years. H. Performance Ratings: The system performance ratings shall be based on the UL 1449 listing ratings for IEEEE C62.41 Category B. The maximum UL 1449 voltage clamping rating for each of the specified protection modes shall be: 1. 500 volts for 120, 120/208,or 120/240-volt systems. L-N,N-G. 2. 1000 volts for 240,277,or 277/480-volt systems,L-N,N-G. 2.2 FACTORY TESTING: 18 A. Conduct manufacturer's standard factory tests per approved submittal data. B. Submit formal report of factory tests within 10 days of the factory tests, stating tests concluded,acceptable limits to such tests,actual test results,and original test data sheet with legible signatures of those conducting, witnessing,and approving such tests. PART 3— EXECUTION 3.1 INSTALLATION A. The specified system shall be installed by the City of Ocoee no further than eighteen (18)inches in total wire lead length distance from the panel board it is protecting, and shall avoid any unnecessary power and ground connections. B. The specified system shall be capable of being installed directly to a3/4"concentric end wall panel knockout. System shall be provided with necessary box spacer and locknut for installation. C. System shall be complete, including status indicator lights providing independent protection circuit status. D. Other materials and equipment shall comply with applicable Sections of this Division. 3.2 WARRANTY A. Manufacturer shall provide a product warranty for a period of five (5)years from the date of the installation. Warranty shall cover unlimited replacement of system protection modules during the warranty period. 3.3 QUALITY ASSURANCE A. Those firms responding to this specification shall provide proof that they have been regularly engaged in the design,manufacturing and testing of TVSS for not less than seven (7)years. 3.4 ACCEPTANCE A. Manufacturer's representative shall visit the site, verify installation,and submit to the City Electrician a letter stating equipment and installation meets the intent of the specifications contained herein,and the manufacturer's warranties and guarantees are in effect. 19 CITY OF OCOEE INVITATION TO BID#B03-07 SURGE SUPPRESSION SYSTEM BID SHEET Please note that the above specifications are intended as minimum and preferred guidelines; and systems meeting equivalent specifications will be accepted, provided it meets budgetary constraints. Please submit a bid on only one (1) type of system that best meets the specifications. Total Lump Sum Bid $ LE)D 3 O . 00 ou v• 46x54s1 aid 4'hir4'4 Dollars and zero Cents Delivery Time: 3 calendar days after receipt of City Purchase Order. -P(i&C.15i[M EAV;VOA Y .LY1 T he-. Company Name • R-chtn R . Si Alt Authorized Signature RObt i f'. Stet g& PrEsiaeN-t Name/Title(Please Print) 20 COMPANY INFORMATION/SIGNATURE SHEET BID#B03-07 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 "SCOPE OF WORK/BID SHEET"ARE ACCURATE AND WITHOUT COLLUSION. 1?Recj.iv4 eA3uIC0 kl &i C. 127• §44•¢zoo COMPANY NAME TELEPHONE(INCLUDE AREA CODE) 12-t- 9 27.- FAX (INCLUDE AREA CODE) (�E1 @2 x, NETCorrt .Cont. E-MAIL ADDRESS Obit'` •a. S2i IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNA4URE(manual) FROM PURCHASE ORDER ADDRESS, �Qabrhl. S,ngG. PLEASE INDICATE BELOW: l sreimf NAME/TITLE(PLEASE PRINT) 142 rlr/ 1 sr Awt . N. STREET ADDRESS 54.744.ersbu.1 R 33713 CITY STATE ZIP FEDERAL ID# Sp-30/S3 3 7 Individual k Corporation Partnership Other(Specify) Sworn to and subscribed before me this 3/ .Q day of •• . 'S ,20D3. Personally Known V or Produced Identification Notary Public-State of V-611-'14-- (Type of Identification) County of Q. — Si ture f Notary Public Printed,typed or stamped commissioned name of Notary Public 14117:0 JOSEPHINE A. B ` C( ,4 g3SloN#DD 102766 8.1",11 IFyy�,�M.AY 23 2006 ` Nreouoit insulin E .a.. - ICY 21 Center of Good Mayor ,.Ve LI11,2 Commissioners S. Scott Vandergrift 7uk .4, ;;, .; Danny Howell, District 1 Scott Anderson, District 2 CityManager Rusty Johnson, District 3 Jim Gleason , Nancy J. Parker, District 4 CITY OF OCOEE INVITATION TO BID #03-07 FOR SURGE SUPPRESSION SYSTEM r`k F TABLE OF CONTENTS 4•t x:vi ,,3 i, 4'''.y,, : 'T ,^K. Yy ',!, G •p ""kSµ,,,^;,.,,,H$ "' �y.�k y' KO 3+',,'. ,s fia rte, +.� ;; ski y z ';"7 17�,V .+„,. . K SURGE SUPPRESSION"SYS ".. BID DOCUMENTS }kk 3 Legal Advertisement 4 thru 6 Invitation to Bid#B03-07 7 thru 15 General Terms & Conditions 16 Subcontractors/Equipment Listing 17 References/Summary of Litigation SCOPE OF WORK/SPECIFICATIONS 18 thru 20 Specifications 21 Bid Sheet 22 Company Information/Signature Sheet 6 II END OF TABLE OF CONTENTS 2 LEGAL ADVERTISEMENT Ocoee City Commission Sealed bids will be accepted for Bid #B03-07, SURGE SUPPRESSION SYSTEM, no later than 2:00 PM,local time,on September 9,2003. The complete surge suppression system shall include all equipment and related components to be installed by the City at the Ocoee Wastewater Facility, as per the specifications contained in the bid documents. 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. Bids will be received in the City of Ocoee, Attn: Joyce Tolbert, Buyer, 150 N. Lakeshore Drive, Ocoee,Florida 34761-2258. Bids will be publicly opened and read aloud in the City Hail Conference Room on the above- appointed date at 2:01 PM, local time, or as soon thereafter as possible. The successful bidder will be required to furnish proof of Insurance in the amounts specified in the bid documents. There will not be a pre-bid conference for this project. Any questions will be accepted as per the bid documents. Contact Joyce Tolbert, Buyer to arrange for a site visit,if desired. Prospective bidders may secure a copy of the complete bid package, from Joyce Tolbert at Ocoee City Hall Finance Department, 150 N. Lakeshore Drive, Ocoee, FL 34761-2258, for a non- refundable fee of$20.00. Checks should be made payable to the City of Ocoee. Partial sets of bid documents will not be issued. The above fee may be waived by requesting an electronic copy of the bid documents. 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. No fax or electronic submissions will be accepted. City Clerk August 24,2003 3 CITY OF OCOEE INVITATION TO BID #B03-07 SURGE SUPPRESSION SYSTEM INTENT: Sealed bids for Bid #03-07 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 and/or commodities proposed,hereinafter called"Respondent". The proposed Contract will be for the equipment and related components for a complete electrical Surge Suppression System, to be installed by the City at the Ocoee Wastewater Facility,per the "Scope of Work/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, Buyer (407)905-3100, extension 1516 and fax (407)656-3501, not later than September 5, 2003, Any clarifications/changes will be through written addenda only, issued by the Finance Department. Respondents should not contact City staff, with the exception of Joyce Tolbert, Buyer, 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 one (1) copy, plus one (1) copy of the entire bid in electronic .pdf format on a single compact disc or floppy diskette. All required submission forms and electronic copies must be enclosed inside a sealed bid package and received by the Finance Department not later than 2:00 PM, local time, on September 9, 2003. 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: Joyce Tolbert,Buyer 150 N Lakeshore Drive Ocoee, FL 34761-2258 4 D. Bids will be publicly opened and read in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2:01 PM, 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) Bid Security in the form of a Cashier's or Certified check or Bid Bond; b) Copy of Insurance Certificate; c) List of References/Experience; d) List of Subcontractors/Temporary Worker Agencies; e) Equipment Listing; f) Summary of Litigation; g) 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 Pre-Bid Conference for this project. Please contact Joyce Tolbert, Buyer at 407-905-3100 x1516 to arrange for a site visit, if desired. 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 which will be mailed, e-mailed or faxed to all parties to whom the bid packages have been issued. The City reserves the right to issue Addenda, concerning date and time of bid opening, clarifications, or corrections, 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 on the Addendum and fails to attach the Addendum to the respondent's bid, 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 warned 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 subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among respondents; 5 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. 6 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each proposal must be accompanied by a Cashier's/Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5%) of the amount of the bid. A combination of any of the former is not acceptable. Such cashier's check or Bid Bond is submitted as a guarantee that the respondent, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the respondent will not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety acceptable to the City, authorized to do business in the State of Florida, and signed by a Florida licensed resident agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverage is to be included in the respondent's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable respondents will be returned within three (3) days after the City and the successful respondent have executed the contract for work. The remaining checks will be returned within thirty (30) days after the opening of bids. Cash will not be accepted as Bid Guaranty. Bid Bonds will be returned upon request following the same criteria as a check. 2. PERFORMANCE AND PAYMENT BONDS Not Required. 3. 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 7 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. 4. 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. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Specifications sheet attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/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. 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 8 herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. 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. 7. 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. 8. 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 • Experience with similar systems • Features of system 9 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. 10. DISPUTES: Any bidder who disputes the reasonableness, necessity, or competitiveness of the terms and/or conditions of the Invitation to Bid, selection or award recommendation shall file a protest in writing to Joyce Tolbert, Buyer not later than seventy-two (72) hours after award. 11. PAYMENT TERMS: 9 Payment for work completed will be made within(30) days of approved invoice. 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. 12. CONTRACT: a) The successful Respondent, hereinafter referred to as "Contractor" will be required to enter into a contract with the City. "Contract" shall mean a City of Ocoee Purchase Order. b) The City may in its sole discretion award any additional work, whether in the existing areas, or in any additional area, or any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. 13. SAFETY REQUIREMENTS: The Respondent guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register(CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards,that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. 10 g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, ( c ) load chart, (d)reeving, (3) fire extinguisher, (f)condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. 1) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten(10) feet. o) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc. 14. 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. 15. 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. 11 16. 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. 17. 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: 12 "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. 18. 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 extension 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. 19. INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida and which maintain a Best's Rating of"A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all the Contractor's employees connected with the work of this project and, in any case any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply 13 fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, as shall protect the Contractor from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) AUTOMOBILE BODILY INJURY LIABILITY • $1,000,000 Combined single limit per occurrence (each person, each accident) 2) AUTOMOBILE PROPERTY DAMAGE LIABILITY • $1,000,000 Combined single limit per occurrence 3) COMPREHENSIVE GENERAL LIABLILITY - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary over the insurance of the City of Ocoee. • $1,000,000 PROPERTY DAMAGE LIABILITY (other than automobile) Combined single limit per occurrence • $1,000,000 BODILY INJURY (other than automobile) Combined single limit per occurrence • $2,000,000 GENERAL AGGREGATE • $1,000,000 PRODUCTS/COMPLETED OPERATIONS • $1,000,000 PERSONAL & ADVERTISING INJURY d) Subcontractor's Public Liability and Property Damage Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. e) Owner's Protective Liability Insurance: The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following minimum limits: 1) BODILY INJURY LIABILITY • $1,000,000 Combined single limit per occurrence 2) PROPERTY DAMAGE LIABILITY • $1,000,000 Combined single limit per occurrence f) Contractual Liability - Work Contract: The Contractor's insurance shall also include contractual liability coverage. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. 14 g) Certificates of Insurance: Certificate of Insurance Form, naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Buyer. This certificate shall be dated and show: 1) The name of the Insured contractor, the specific job by name and job number, the name of the insurer,the number of the policy, its effective date, its termination date. 2) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy. 15 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: None required:_To be installed by City (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. 21. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. _Redi/Volt II System IV Model 3 (277/480)3—phase WYE Model 3W (120/208)3—phase WYE Model S/C (120/240) Sing. Phase WYE ALL Equipment NEW 16 22. 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, in particular, references to an existing location where the same system is currently operating. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): SEE ATTACHED SHEETS Have you any similar work in progress at this time? Yes_X_ No—. Length of time in business 5 Yrs. Bank or other financial references: Southtrust Bank, Suntrust Bank (Attach additional sheets if necessary) 23. 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. NONE 17 CITY OF OCOEE INVITATION TO BID #B03-07 SURGE SUPPRESSION SYSTEM SCOPE OF WORK/SPECIFICATIONS The City of Ocoee is requesting bids for an electrical surge suppression system(Equipment and Related Components Only)for the Ocoee Wastewater Facility at 1800 A.D. Mims Road,Ocoee,Florida. The complete system shall include all necessary equipment and related components for a successful operation. TRANSIENT VOLTAGE SURGE SUPPRESSOR PART 1 - GENERAL 1.1 RELATED DOCUMENTS AND APPLICABLE STANDARDS A. Systems shall be designed, manufactured, and tested in accordance with the following standards, City of Ocoee to install the system: • Underwriters Laboratories (U-1449) • National Electrical Manufacturers Association • American National Standards Institute • Institute of Electrical Engineers (C62.41 and C62.45) • National Electrical Code (Article 280) • National Fire Protection Association(NFPA-78) • Federal Information Processing Standards Publication(FIPS PUB 94) B. System: 1. 277/480, 3-phase, WYE, four wires with maximum surge current of 80 Ka, response times to be 80 picoseconds, minimum—clamping voltage of 330V. 2. System shall be tested to meet ANSI/IEEE C62.41 1991, tested per ANSI/IEEE C62.45 1992. 3. The system shall be UL 1449 listed as complete system under the UL 1449 standard for Transient Voltage Surge Suppressors. Systems not UL 1449 listed are not acceptable. 4. The system shall be tested to 1,000 sequential ANSI/IEEE C62.41 Category C waveforms. The Category waveform is defined as a 1.2 x 50 microsecond waveform at 6000 volts and 8 x 20 microsecond waveform at 10,000 Amperes. 1.2 WORK INCLUDED: A. A Complete Transient Voltage Surge Suppression(TVSS) System. 18 1.3 SUBMITTALS: A. Drawings: Electrical and mechanical drawings shall be provided by the manufacturer which show unit dimensions, weights, component and connection locations, mounting provisions, connection details and wiring diagrams. B. Equipment Manual: The manufacturer shall furnish an installation manual with installation, start-up, and operating instructions for the specified system. C. UL 1449 Ratings: Documentation of specified systems UL 1449 listing and clamping voltage ratings shall be included as required product data submittal information. PART 2—PRODUCTS 2.1 EQUIPMENT A. Units needed: • 20—277/480 Volts, 3 phase WYE • 3 — 120/208 Volts, 3 phase WYE • 1 — 120/240 Volts, 1 phase Note: all Arresters must have failure indicator lights for each phase indicating loss of protection, and all surge arrestors must be rated for outdoor use. B. Equipment shall be based on USP/M Series multi-stage parallel protector rated for 480 VAC, 3 Phase, 4 Wire,plus ground. The equipment surge capacity,based on an 8 x 20 microsecond waveform per ANSI/IEEE C62.41 Category C rating, and shall be a minimum of 55,000 Amperes per phase. Each protection circuit shall be capable of withstanding over 1000 sequential 10,000 AMP ANSI/IEEE C62.41 Category C impulses without degradation or failure. All circuit internal wiring, including terminals of suppressor elements shall be of#12 AWG minimum, aluminum or copper bus bar of%2"width minimum. No plug-in component circuits shall be used in suppression current carrying paths. All manufacturers shall submit detailed protection circuit maintenance schematics for pre-approval and compliance to this portion of the specification. C. Units shall be UL 1449 listed for TVSS. D. Protection modes: The TVSS shall provide: Line to Neutral (L-N) and Neutral to Ground (N-G)protection. E. Include status indicator lights. F. Other materials shall conform to applicable Sections of this Division, or as approved. G. Equipment shall be warranted for 5-years. H. Performance Ratings: The system performance ratings shall be based on the UL 1449 listing ratings for IEEEE C62.41 Category B. The maximum UL 1449 voltage clamping rating for each of the specified protection modes shall be: 1. 500 volts for 120, 120/208, or 120/240-volt systems. L-N,N-G. 2. 1000 volts for 240, 277, or 277/480-volt systems, L-N,N-G. 19 2.2 FACTORY TESTING: A. Conduct manufacturer's standard factory tests per approved submittal data. B. Submit formal report of factory tests within 10 days of the factory tests, stating tests concluded, acceptable limits to such tests, actual test results, and original test data sheet with legible signatures of those conducting, witnessing, and approving such tests. PART 3—EXECUTION 3.1 INSTALLATION A. The specified system shall be installed by the City of Ocoee no further than eighteen (18) inches in total wire lead length distance from the panel board it is protecting, and shall avoid any unnecessary power and ground connections. B. The specified system shall be capable of being installed directly to a 3/4" concentric end wall panel knockout. System shall be provided with necessary box spacer and locknut for installation. C. System shall be complete, including status indicator lights providing independent protection circuit status. D. Other materials and equipment shall comply with applicable Sections of this Division. 3.2 WARRANTY A. Manufacturer shall provide a product warranty for a period of five (5)years from the date of the installation. Warranty shall cover unlimited replacement of system protection modules during the warranty period. 3.3 QUALITY ASSURANCE A. Those firms responding to this specification shall provide proof that they have been regularly engaged in the design, manufacturing and testing of TVSS for not less than seven(7)years. 3.4 ACCEPTANCE A. Manufacturer's representative shall visit the site,verify installation, and submit to the City Electrician a letter stating equipment and installation meets the intent of the specifications contained herein, and the manufacturer's warranties and guarantees are in effect. 20 CITY OF OCOEE INVITATION TO BID #B03-07 SURGE SUPPRESSION SYSTEM BID SHEET Please note that the above specifications are intended as minimum and preferred guidelines; and systems meeting equivalent specifications will be accepted, provided it meets budgetary constraints. Please submit a bid on only one (1) type of system that best meets the specifications. Total Lump Sum Bid For 18 Units @ 1500./unit $ 27,000 (regular cost: 2,346./unit) Twenty-Seven Thousand Dollars and No Cents Delivery Time: 1 calendar days after receipt of City Purchase Order. _Florida Power Systems of Orlando,Inc. Company Name Authorized Signature _James P. Wolf, Pres. Name/Title(Please Print) 21 COMPANY INFORMATION/SIGNATURE SHEET BID#B03-07 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 "SCOPE OF WORK/BID SHEET"ARE ACCURATE AND WITHOUT COLLUSION. Florida Power Systems of Orlando,Inc (321)948-0966 COMPANY NAME TELEPHONE(INCLUDE AREA CODE) (407)366-0451 FAX (INCLUDE AREA CODE) jamespwolf@hotmail.com E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: James P.Wolf, Pres. NAME/TITLE(PLEASE PRINT) 355 Remington Dr. STREET ADDRESS Oviedo, Fl. 32765 CITY STATE ZIP FEDERAL ID# 03-0381043 Individual Corporation _X_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 22 September 9, 2003 City of Ocoee Finance Department Attention: Joyce Tolbert, Buyer 150 Lakeshore Drive Ocoee, FL 34761-2258 Dear Madam: Thank you for the opportunity to quote "Invitation to Bid #03-07." The equipment we are offering is manufactured in St. Petersburg, Florida. They are very competitive with all of the popular TVSS brands. The "E-Clips" specifications exceed your stated requirements. Some of the advantages of the "E-Clips" are as follows: (1) Clamping voltages are 510 and 250 Volts RMS as opposed to 1000 and 500; (2) Amperage capacity is 300,000 amps total as opposed to 55,000 per phase; (3) "E-Clips" meets a later version (2na edition) of UL 1449; (4) "E-Clips" has a lifetime warranty instead of five years; (5) "E-Clips" has stated protection for L-L; (6) The clamping response time = less than 5 nanoseconds. Our quote includes one day on site consultation with a factory engineer to verify correct installation of the devices to best meet the City's requirements. Contact me at 407 298-5940 (ext 16) or e-mail: gene Iapura@stacon.com, if you should have any questions or if we may be of any assistance Sincerely, Sta-Con, Inc. Gene Lapura, Marketing Manager Steady Volt- Steady Volt Page 1 of 2 Wholesale Distributor of EPCUPS Search: Surge Suppressors Welcome to Steady Volt Main Menu 480 3Y H (5-Wire 3 Phase Wye) Hardwire Home.._Page Panel Protector / Hardwire / 480 OURPRODUCTS Product 3Y H Directory Access Control Burn CCTV Specifications — Operating: Computer Fire Maximum Operating Voltage: 480 Volts AC Panel or Equip. Typical Leakage Current: <5p amps 120HWCP20M Operation Temperature: -40 to+85°C 120HWCP20 Connectors: Hardwired 120H -- 120 HM Mini Lines Protected: L-L, L-G, N-G, L-G 240 H Installation Configuration: Parallel 240 MBAA 208 3Y H Specifications - Electronic: 240 3D H 480 3D H Maximum Surge Current(8x2Ops): 25,000 Amps Total 480 3Y H __ Maximum Surge Voltage(1.2x50Ns): 10,000 Volts Residential Capacitance: <4,000 pf Telephone Clamping Voltage: 510 Volts RMS Power Centers Clamping Response Time: <5 nanoseconds Power Strips Power UPS Current: Non-Load Bearing New Items Voltage: Voltage Sensitive Our Customers Design: Thermally Fused Hybrid Contact Us Operation Indicators: Light Emitting Diode(LED) Surge Info Power Dissipation (8x2Ops): 24,505,000 Volts Amps Policy Energy Dissipation: 2100 Joules Dealers Dimension: Depth 2.25" Testimonials Width 2.844" Length 5.694"(including tabs) Weight: Approximately 2lbs. E-Clips surge suppressors have a Lifetime Product Warranty. Please see warranty statement for complete product warranty information. $730.00 `Add to Cart http://www.steadyvolt.com/site/mod.php?mod=u serpage&menu=11070 8&page_id=119. 9/9/2003 Steady Volt- Steady Volt Page 2 of 2 ' 4 za Copyright©Steady Volt Database Driven Web Site By©2tone Web Design 1 http://www.steadyvolt.com/site/mod.php?mod=userpage&menu=110708&page_id=119. 9/9/2003 Page 1 of 2 Wholesale Distributor of EPCUPS Search: i r Surge Suppressors Welcome to Steady Volt Main Menu 208 3Y H ((5-Wire 3 Phase Wye) Hardwire Home Page OUR DUCTS Panel Protector / Hardwire / 208 _PR.C.. Product 3Y Directorac Access Control CCTV Burn Computer 2nd Edition Fire Panel or Equip. I2OHWCP.20M Specifications — Operating: I20HWCP20 12...0_H Maximum Operating Voltage: 240 Volts AC 120.._HM ..Mini Typical Leakage Current: <5p amps 240 H Operation Temperature: -40 to+85°C 240 MBAA Connectors: Hardwired 208 3Y H 240 3D H Lines Protected: L-L, L-N, N-G, L-G 480 3D H Installation Configuration: Parallel 480 3Y H Residential Specifications — Electronic: Telephone Power Centers Maximum Surge Current(8x20ps): 300,000 Amps Total Power Strips Maximum Surge Voltage(1.2x50ps): 10,000 Volts Power UPS.. Capacitance: <2,000 pf New Items __ Clamping Voltage: 250 Volts RMS Our Customers Contact Us Clamping Response Time: <5 nanoseconds Surge Info Current: Non-Load Bearing Policy Voltage: Voltage Sensitive Dealers Design: Thermally Fused Hybrid Testimonials Operation Indicators: Light Emitting Diode (LED) Power Dissipation(8x20ps): 39,000,000 Volts Amps Energy Dissipation: 3030 Joules UL 1449: 1449 Second Edition UL Recognized Component: File E121637 USL and CNL Approved: United States/Canada Dimension: Depth 2.500" Width 4.750" Length 5.800"(including tabs) Weight: Approximately 2lbs. Pass Voltage Tested to ANSI/IEEE B3 330 V Peak Rating -UL's Best! Impulse: E-Clips surge suppressors have a Lifetime Product Warranty. Please see warranty file://C:\DOCUME-1\howard\LOCALS-1\Temp\MRY42ROZ.htm 9/9/2003 Page 2 of 2 statement for complete product warranty information. Quality Protection $491.00 I Add to Cart E t 6 h Copyright©Steady Volt Database Driven Web Site By©2tone Web Design file://C:\DOCUME-1\howard\LOCALS-1\Temp\MRY42ROZ.htm 9/9/2003 Steady Volt- Steady Volt Page 1 of 3 Wholesale Distributor of EPCUPS Search: Surge Suppressors Welcome to Steady Volt Main Menu Policy Home Page Warranty--Information OUR PRODUCTS New Items All Surge Suppressors Special built will be under this warranty. Our Customers Contact Us Surge Info E-Clips Surge Suppressors Distributed by Steadyvolt.com--a Div of Bergeron Policy Products Inc Dealers Testimonials If for any reason any surge suppressor Distributed by Bergeron Products Inc should become damaged by lightning or power surges this warranty will apply. All E-clips Surge Suppressors have a LIFETIME MANUFACTURERS WARRANTY Limited to replacement of damaged or defective unit to the ORIGINAL PURCHASING Customer, Customer must return the defective/damaged unit to Bergeron Products Inc. All Surge Suppressors Distributed by Bergeron Products Inc has a LIFETIME WARRANTY Limited to replacement of damaged or defective unit to the ORIGINAL PURCHASING Customer, Customer must return the defective/damaged unit to Bergeron Products Inc. All MGE Ellipse UPS's come with a 2 year Manufacturers Warranty. Product distributed by Bergeron Products Inc on SteadyVolt.com has a Lifetime warranty to be free from defects in materials and workmanship for Life (unit no longer performs)from the date of dispatch from the Manufacturer or distributed by Bergeron Products Inc or Steadyvolt.com This warranty includes, but is not limited to, damage due to over-voltages, damage due to an abnormally high number of surges and damage due to direct or indirect lightning strikes. THE PURCHASER ACKNOWLEDGES THAT LIGHTNING IS A NATURAL EVENT WITH STATISTICAL VARIATION IN BEHAVIOR AND ENERGY LEVELS WHICH MAY EXCEED PRODUCT RATINGS,AND THAT 100% PROTECTION IS NOT OFFERED AND CANNOT BE PROVIDED FOR. IN ADDITION,THE PURCHASER ACKNOWLEDGES THESE RISKS AND HAS DETERMINED THAT THEY ARE ACCEPTABLE FOR THE APPLICATION OF THE PRODUCT. THE PURCHASER IS SOLELY RESPONSIBLE FOR ENSURING THAT THE PRODUCT IS INSTALLED IN STRICT ACCORDANCE WITH THE MANUFACTURER'S INSTRUCTIONS, AMERICAN NATIONAL STANDARD ANSI/IEEE C62.41.2 AND ALL RELEVANT NATIONAL ELECTRICITY AND SAFETY STANDARDS. The Manufacturer's of E-Clips products liability is limited to the repair or replacement of the product(at the Manufacturer's or Distributor's sole option)which, in the Manufacturer's or distributor's judgment, has not been abused, misused or altered. The supply of replacement Products may be conditional upon the Manufacturer http://www.steadyvolt.com/site/mod.php?mod=userpage&menu=l4&page_id=158 9/9/2003 Steady Volt- Steady Volt Page 2 of 3 performing a site power quality audit and implementation by the Purchaser of any resultant recommended corrective measures. All NON Surge Protection Electrical Devices have a LIMITED MANUFACTURERS WARRANTY Limited to replacement of damaged or defective unit to the ORIGINAL PURCHASING Customer, Customer must return the defective/damaged unit to Bergeron Products Inc. The scope of this warranty does not provide for claims against the Manufacturer or distributor for consequential damages or loss of operations or service or profits. This warranty does not indemnify the Purchaser from any consequential claims by a third party for damages or loss of operations or service or profits. The giving of, or failure to give, any advice or recommendations by the Manufacturer shall not constitute liability. PAYMENT TERMS and OPTIONS Accepted Payment: Credit Card by telephone or Pay Pal online. Visa and/or Master Card Money order, cashiers check, company check and personal check. Credit Cards by Over the phone authorization. Credit Cards by PAY PAL online. Net 30/60 upon approved credit. Please contact us for more information. 1.800.741.2855 Shipping&Handling: Returns require proper authorization and RMA number issued by Bergeron Products Inc for stock items.All returned items subject to a 10% re stocking charge. Units Special ordered by the customer are not returnable. Online shipping for 48 contiguous states via UPS Ground only.Please see S&H charges during checkout screen.UPS guarantees the day of delivery for every ground package you ship to any address within the 48 contiguous states,except for any ground package originating in Alaska or Hawaii.lf you live outside of the 48 contiguous states,we can ship the product to you by UPS 2nd day Air.We will contact you for shipping charges after checkout, or you can contact us for shipping charges before checkout. Shipment Freight prepaid within 10 days of receipt of replacement unit or the customer will be billed for the replacement. Replacement will be shipped via UPS ground and freight will be paid by Bergeron Products Inc. http://www.steadyvolt.com/site/mod.php?mod=userpage&menu=14&page_id=158 9/9/2003 Steady Volt- Steady Volt Page 3 of 3 Copyright©Steady Volt Database Driven Web Site By©2tone Web Design http://www.steadyvolt.com/site/mod.php?mod=userpage&menu=14&page_id=158 9/9/2003 COMPANY INFORMATION/SIGNATURE SHEET BID 0B0347 FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS 1LL RESULT IN DISQUALIFICATION OF YOUR RID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE"SCOPE OF WORK/BID SUEET"ARE ACCURATE AND WITHOUT COLLUSION. S -Ct,J,/,tic. '7 2/k 5qe(-0 COMPANY NAME °Z� cIZ i zj'� Fconi YI(INCL ►'AREA C•'► a - 64, "" "a: a. •!.!Inq IF REMITTANCE ADDRESS IS DIFFERENT AL 's/ GNATUttE(mama) FROM PURCHASE ORDER ADDRESS. PLEASE INDICATE BELOW: NAMEJIiT"E(PLEASE PRINT) S 5arl/4445,/.f 3G,rs'iy Zez ADDRESS H ° 3Z7©3 CITY STATE ZIP FEDERAL IDN 59-/5 3/I`fia Individual ...- Comorrrioa Partnership Other(Specify)_. I C Swim to and snbacnbod bcfwe me this day of P 'n4k'r.10<.3. Personally Known +! or Producod Identification NoW'Public.State of Pio (Type of Identification) County of <;rza ncr, 4.1 ti, . 1tudi Si;rnttue of Notary Public Prialed. almilip air soma sr answas ,r coma iMioaod same of Notary Public CITY OF OCOEE INVITATION TO BID N803-07 SURGE SUPPRESSION SYSTEM BID SHEET Please note that the above specifications ere intended as minimums and preferred guidelines; and systems meeting equivalent specifkatiolu will be accepted,provided it meets budgetary constrainb. Please submit a bid on only one (I) vise of system that best meds the specificadoess. Total Lump Sum Bid S 1.4./ ‘ZZ ,0-0 ji44rouri-44.14..7/164400 Dollars and rtIa Cents 6,441r,ei4Aiaied,r, 7W"/Vi -' Delivery Time: Z-4( calendar days after receipt of City Purchase Order. 5r4-Carol.) /Ax Company Name / / , -- .4 glIrede utho ,ZP.4', ture 6iFot.)40 ,Z4/6'400, ,46t Altase. Name/ride(Please Print) s.,, iiCI ..•...s.L.T.,....—..•r....3..)....k.1''''' ',4 .i'..- . 41 "f r— '.. 0 ..., 5 '. k ()) • i••' 0,. v , iNI o ; ; it 0 is 64) 5 Z 4 .11:?ii 03 4— ia 1 4'.•., • 4, 4. - .... ... :- 4G•ig lc •It B '41: ., I IC a -IC 4i *a 1 AY : , . , ti 'i,4 • . 1 0 7 ., *.t• 4Ip0 • 44 0 .0 T •% R ( ?) .f"'' C9 g a 0 ' ‘4.4-0 0 a ) 4, *-4 '3 .0 • , (0111 .K a •fp. il gzi rt-j ,.. .4 •• : .• • tri :. A61: 44 tro .' 8 a!lii 0 ru 44 Z1 •411 fri::.1 :is s:r'. i ci g:.44t.11'K4 4f.) C Lij •1 ---- X c.0 -. srb i rs 0 40-, if it •• tc le, 'N:i (6 41lir , -40 r CO el 4.-- 1 PI CC a- A ' ,....1 . , _ ,• P4 a a a —T .. ",....s.);*; i Is." -o is •• ." (in . 1 74 < ,,`.4.)'. 0- ; ca i IN It s c44 7 '•4 -j0 7. IA ja: :C '...... ....,5,2,,,1•OP'..,..,, C.. .IP:""."77 ,—„ „.... 9_C i0. CERTIFICATE OF LIABILITY INSURANCE1. V. ""'°°""' oft unmet 110 1 01"4,xT!:A0 A MA wes coetom i�a�:.eae, Tee. 0•04.0144 t.7toossrdat TV a.Iris roar S.O, Moss 12 4). At 401MCOYUUA4eAF[010010art1K/OttCIA1at10w Orlando TL 72001 ►sea4e t0?-441-x770 ?a*,4:7.004•4170 �0t4VIt�A0 Aii0AppQ CORIUM ttAICO +.rums+ ise Tramtlere /44 ._„....,„ 40202.e. mammt SSti.tLOr'a701ae. 1o. Tr. _ . ++..tido . ovItAA6ts .. C t• wl,t _ ... '-•+tt C$4 CA, w.t,let?ttlew'mot MA Oo.810$5 VIM*WOW MDV,y6•4.0.0+rtot0•404 471.0'•✓•40M0.0 +r.rte nom VI t..1•40o.O eheWrVr0110"toOM/OW or*melt?b..rt•'•'t tare on,...tt 440040. v....(t•M`+t Mogoes y 2.0114+7.4mum*imome mess.a 0 iC$O hlas.MM tKt,460,4eStm•-O'hiM114. •e,cos"tort..,,rt)0.0o.••••rme tth 0404011)S.•t01woo . - ,�•y •'•r. ....:-L } PAW watt :.Ai F..'�.'.r .`moi *; •Oot.... •:xC.ntrw4.+rt�rr • UG.todonO40 t i 020 • ,,s4sm.s.Msg.,rs r1s 21120 )OWIS2stlCT03 10/01/02( 3eJ01/a3 r +-.',.» 4 0 0•- LuOr...ct X trio rtq[.►crrywM $ 5,000 1 .._ ^pw %I o . som. _11.OW..Q60� smarm sort+ 060 at • _ t 7*000. x..,cwtin.r*^tree{ wrata•te%d►++t 12,000,000 .410.wau.iM•w - i _.. A .x 6$04..0 �4+4.w�ativu.ltr •t 2,000,00o 1 ,_.,,;" f t010 aoepsi)OSCT 0; 10101/02 10/01/4)r .... 'r . .,5.......,....:„..„•.,.,.... ....... .0001101$;00040 • w•Mp Oro[ t . qrw Ow! '44 A x act,. svin+utt so so Mort't is � i •t.O'Icc$.w.cs $3 ..;.,.. . 4 (,'1110!01/02. /N�01/!at HMS i. .�r i ppp_ Mp+ Ott f. • I � r �. �,r' e' L,. il[ 4• + e.•s. r 10,600 ,• ,! . I ••.i. 1 _ .1 00t400$...100.++1.•w 14.236.-L.....6.... . i' '•r.Ae4' 1 .,...�•,.111$1.0+11�.r.,,. 1X,ta,,� 'Y-1200418037 f 02 10/01/02 I 10/03/0).4.. ttron.r 1500,000 A,resAsswtrwva • 0q 10.ws»�.,; ..�... 1 rt.sww.t.a..e•.r 1300 0 ..- .,,,� tt21001 NOUC•rrO.!500.COO 1 i I • )0 diyo eet4Cw o[ eeate)1e4/00 le 144101, Vosur• c, .,.. yP3xaa13r tO +.0..,1+10¢wawawetl0e I I tun+tot ow c„tceu,,,,o„ ctrrOco ,............,,,,,,,..."0.,,t,.....,....,.........1 Mrt e4AN►wy 4awardk ra.Y N mumie r .10 rrt wnt. C.ly e[ Oeo.* revs l t•It Moot.et olhae0 wrote to r.t 44.r.M•44100»M 40100.4 140 M. La>a+sbotw Priv* •0041,0 ewrt.'O.arwrJl►M.rt mosso.^t..w.NtR•tt.euNtM oG'Ke T. 34741 scsmis.NrrII AC0e011/Mar TA ... '�