HomeMy WebLinkAboutItem #04 Piggyback off Citrus County School District Contract (2006-41)
c.enter of Good Li
i ......~
.~
AGENDA ITEM COVER SHEET
Meeting Date: August 8, 2007
Item # 4
Contact Name:
Contact Number:
Jeffrey Hayes
407 -905-3180
Reviewed By:
Department Director:
City Manager:
Subject: Piggyback off Citrus County School District contract (2006-41) for the Provision and
Installation of Bleachers.
Background Summary:
As part of the first phase of improvements for Central Park, the Park and Recreation Department is proposing to
upgrade and replace the existing bleachers for the baseball and football fields. Staff is requesting permission to
piggyback off of the Citrus County School District contract #2006-41 for these services.
Seating Constructors USA has submitted such a proposal to supply the bleachers and perform such services in
the amount of $88,699.89, based upon the aforementioned contract.
Issue:
Should the City Commission approve piggybacking off of the Citrus County School District contract with Seating
Constructors USA. in the amount of $88,699.89.
Recommendations
Staff recommends proceeding with piggybacking off of the Citrus County School District contract and awarding the
supplying and installation of the bleachers to Seating Constructors USA, in the amount of $88,699.89.
Attachments:
Baseball Bleacher Proposal
Football Bleacher Proposal
Financial Impact:
Funds are appropriated in the Parks and Recreation Department budget, account number 001-572-10-6204, for
general improvements to Central Park.
Type of Item: (please mark with an "x')
Public Hearing
_ Ordinance First Reading
_ Ordinance Second Reading
Resolution
_ Commission Approval
Discussion & Direction
For Clerk's Dept Use:
_ Consent Agenda
_ Public Hearing
_ Regular Agenda
_ Original Document/Contract Attached for Execution by City Clerk
_ Original Document/Contract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
d~tf-
N/A
N/A
N/A
$fft~
e/}'l4r1<<do~..t. U$A
Seating Constructors USA, Inc.
po Box 2397
Pinellas Park, FL 33780
Ph 727-539-1017 Fax 727-539-1067
QUOTE 78730
QUOTE !!!!!!
Project
City (If ()coee
1820 A D. Mims Road
Ocoee
" "..,",.....,...,"....,_"....,_,,__._'U"___
407 -905-3180
ZIP 34761
Date
Contact
Rep
FOB
Name
Address
City
Contact
State FL
Fax 407-654-4734
Qty
___._'.'..____u_____u_
Description
This quote utilizes the Citrus County Schools bid
Bid name: Catalog Supply Bid Bid # 2006-41
Contract Effective April 2006 for two year period
General Contractor License: FL# CGC1505749
Unit Price
Baseball field (field next to football field)
I Field 1 Bleacher 1
1 7 row x 15' non-elevated aluminum angle frame bleacher $3,185.00
70 Assembly/installation of 7 row x 15' bleacher $15.63
'(concrete pad already exists)
!Baseball field (Field #2) bet. above-referenced field & Majors
IField 2 Bleacher 1 (bet. ramp & light pole) I
1 4 row x 15' non-elevated aluminum angle frame bleacher $1,774.98
40 Assembly/installation of 4 row x 15' bleacher (38 seats) $15.63
(concrete pad already exists)
IField 2 Bleacher 2 (bet. steps & light pole)
1 4 rows x 21' non-elevated aluminum angle frame bleacher $2,270.16
56 Assembly/installation of 4 row x 21' bleacher (54 seats) $15.63
(concrete pad already exists)
jField 2 Bleacher 3 (under existing canopy - bet. home & 1st) I
1 4 rows x 36' non-elevated aluminum angle frame bleacher $4,045.14
96 Assembly/installation of 4 rows x 36' bleacher (96 seats) $15.63
(concrete pad already exists)
. Majors Field
I Bleachers bet. 3rd & home I
2 5 rows x 30' non-elevated aluminum angle frame bleacher $4,671.00
200 Assembly/installation of (2) 5 row x 30' bleacher $15.63
I Bleachers bet. home & 1 st I
1 5 rows x 30' non-elevated aluminum angle frame bleacher $4,671.00
100 Assembly/installation of 5 rows x 30' bleacher $15.63
I Bleacher bet. home & 1st (nearest dugout)
4 rows x ,36' non-elevated aluminum angle frame bleacher $4,045.14
Removal of existing bleachers
Does not include: site work, permit, sealed engineering
$5,433.45
6/26/2007
Jeffrey Hayes
y
Ocoee
...
_____ __..____u__ _ ^
TOTAL
$3,185.00
$1,094.10
$1,774.98
$625.20
$2,270.16 !
$875.28 !
$4,045.14 :
$1,500.48 i
$9,342.00 '
$3,126.00
$4,671.00 '
$1,563.00
$4,045.14
$5,433.45 '
SubTotal $45,051.41
Shipping & Handling"~~~~$1,T[5~(j()~,
Payment Details
o Due Upon Receipt
. Net 15
o Net 30
Accepted By;
Ph#
Contract Discount
TOTAL I
Payments are late if not received within 15 days of invoice date and are subject to a finance charge of
1.5 % per month, or the maximum charge allowed by law if less than 1.5% per month
We accept VISA, Mastercard, American Express, checks & cash. Quote remains valid for 90 days
from quote date
'($6,076.94)"
$40,149.47 I
Commitment to quality & customer satisfaction'
$~
e{UfJt~(.{dMJ UM
Seating Constructors USA, Inc.
po Box 2397
Pinellas Park, FL 33780
Ph. 727-539-1 017 Fax 727-539-1 067
QUOTE 78700
Project
Namegi!y()f ()CoeEl
Address 1820 A. D. Mims Road
City Ocoee State FL ZIP 34761
Contact 407-905-3180 Fax 407-654-4734
Date
Contact
Rep
FOB
9ty
Description
This quote utilizes the Citrus County Schools bid
Bid name: Catalog Supply Bid Bid # 2006-41
Contract Effective April 2006 for two year period
General Contractor License: FL# CGC1505749
Unit Price
Football Bleacher 1 (next to concession stand - 5 row x 12
1 5 row x 15' non-elevated aluminum angle frame bleacher $2,335.50
50 Assembly/installation of 5 row x 15' bleacher $15.63
,Football Bleacher 2 {near Bleacher 1 - existina bleacher 10 row x 16')
2 '5 row x 15' non-elevated aluminum angle frame bleacher $2,335.50
100 'Assembly/installation of 5 row x 15' bleacher $15.63
i Football Bleacher 3 /located on side of press box -
existina bleacher 10 row x 23')
1 . 5 rows x 21' non-elevated aluminum angle frame bleacher $2,943.28
70 Assembly/installation of 5 row x 21' bleacher $15.63
Football Bleacher 4 lin front of Dress box - existina bleacher 5 row x 32')
2 5 rows x 21' non-elevated aluminum angle frame bleacher $2,943.28
140 Assembly/installation of 5 rows x 21' bleacher $15.63
Football Bleacher 5 lin front of Dress box - existina bleacher 5 row x 32')
2 5 rows x 21' non-elevated aluminum angle frame bleacher $2,943.28
140 Assembly/installation of 5 rows x 21' bleacher $15.63
Football Bleacher 6 {visitor's side - existina bleachers over 75' totall
5 5 rows x 15' non-elevated aluminum angle frame bleacher $2,335.50
250 iAssembly/installation of 5 rows x 15' bleacher $15.63
'Removal of existing bleachers
$9,365.07
Does not include: site work, permit, sealed engineering
. drawings, soil anchors, foundation/concrete
Payment Details
o Due Upon Receipt
@ Net 15
o Net 30
Accepted By;
Ph#
SubTotal
Shipping & Handling
Contract Discount
TOTAL I
Date
Central Park
560 Flewelling Drive
()<:oeEl, fL ....... 34}61
Payments are late if not received within 15 days of invoice date and are subject to a finance charge of
1.5 % per month, or the maximum charge allowed by law if less than 1.5% per month.
We accept VISA, Mastercard, American Express, checks & cash. Quote remains valid for 90 days
from quote date
QUOTE !!!!!!!
6/26/2007
~ElffrElY!;Clyes .
TOTAL
$2,335.50
$781.50
$4,671.00
$1,563.00
$2,943.28
$1,094.10
$5,886.56
$2,188.20
$5,886.56
$2,188.20
$11,677.50
$3,907.50
$9,365.07
.~5~,~~?,~?.
~.1,~?O,OO,
--($7~55i~55)~
$48,550.42 I
Commitment to quality & customer satisfaction I
VENDOR LIST
CATALOG SUPPLY BID 2006-41
ABC School Supply
Active Parenting Publishers
AFP School Supply
AGS Publishing / Pearson Education
Allen Sports Center
Allstate Sign & Plaques Corp.
Alta Book Center
Aluminum Athletic Equipment
Audio Visual Innovations, Inc.
Authentic Promotions, Com
B & H Photo
Best Computer Supplies, Inc.
Bigger Faster Stronger, Inc.
Boulden Publishing
Brodart Co. By: Nubro Inc.
Brodhead-Garrett
Burmax Co. Inc.
Calico Industries, Inc.
Camcor, Inc.
Capstone Press
Carlex, Inc.
Carolina Biological Supply Co.
CCS Presentation Systems
CCV Software, Inc.
CDW Government, Inc.
Central Poly Corp.
Chemsearch Division ofNCH Corp.
Childbirth Graphics
Childcraft Education
Classroom Products
Colonial Paper Co., Inc.
Compass Point Books
Compass Learning, Inc.
Crowley & Company Advertising, Inc.
D & H Distributing Co.
Delta Education, Inc.
DEMCO Inc.
Diskovery
Doc Browns Inc. DBA National Health Supply
Don Johnson, Inc.
E & R Industrial Sales Inc.
ETA/Cuisenaire
Educate-Me.Net
Page 1 of 4
VENDOR LIST
CATALOG SUPPLY BID 2006-41
Education Outfitters
Educational Record Center, Inc.
Enabling Devices/TFSC
Ernie Morris Enterprises
Fisher Scientific
Fitness Finders, Inc.
Follett Educational Services
Frey Scientific
Gale Group
Global Gov't/Educ Solutions Inc.
Globe Fearon I Pearson Education
Gopher Sport
Gov Connection
Great Source Education Group
Gumdrop Books
Gumdrop Professional Resource Center
Hampden Engineering Corporation
Harcourt Assessment, Inc.
Harry K. Wong Publications, Inc.
Head's Flags Inc.
Health Edco
Heritage Service Group-Tampa
Highsmith Inc.
Hodges Badge Company Inc.
Holmquist Educational Consultants
Human Relations Media
Ingram Library Services Inc.
Interstate Music
Iris Media, Inc.
1. A. Sexauer
1. Brandt Recognition
Jaeger Corporation
Jim & Slims Tool Supply
John Wiley & Sons
Junior Library Guild
K & S Vacuums and Janitorial
Keytec, Inc.
Lakeshore Learning Materials
Learning Links Inc.
Learning Depot of Spring Hill
Learning Station for School
Lee Equipment Company
Lenovo I Northern
Page 2 of 4
VENDOR LIST
CATALOG SUPPLY BID 2006-41
Luck's Music Library
Mackin Library Media
Mar*Co Products, Inc.
Marshall Cavendish Corp.
ME / D.E. Supply Co.
Melhart Music Center
Midwest Technology
Miracle Recreation Equipment Co.
Moore Medical LLC
MSC Industrial
Museum Products
Music In Motion
Nasco
National Audio Visual Supply
National Reading Styles Institute (NRSI)
Nystrom Herff Jones Education Division
Paper Direct Inc.
Paxton/Patterson, LLC
PC University Distributor, Inc.
Pepco, Inc.
Peripole-Bergerault, Inc.
Penna-Bound Books
Picture Window Books
Playmore West, Inc.
Pocket Full of Therapy
Progress Publications
ProMaxima Manufacturing
Red Brick Learning
Red Leaf Press
Renaissance Learning, Inc.
Riddell All American
S & S Worldwide, Inc.
Safety & Security International
Sargent-Welch
Sax Arts and Crafts
School Health Corporation
School House, Inc.
Schoolhouse Products, Inc.
School Mate
Science Kit & Boreal Laboratories
Seating Constructors USA
Shiffler Equipment Sales, Inc.
Smith Office & Computer Supply
Page 3 of 4
VENDOR LIST
CATALOG SUPPLY BID 2006-41
Southern Traditions
Speed Stacks, Inc.
Sports Imports
Standard Stationery Supply
Steiss-Perez Maps
Stone Arch Books
Swartz Associates, Inc.
Teacher's Discovery
TherAdapt Products Inc.
Treasure Coast Mats
United Data Technologies - UDT Protia
U.S. School Supply Inc.
Valiant IMC
Vernier Software & Technology
Washington Music Center
Weekly Reader Corp.
Wesco Turf Inc.
WT Cox Subscriptions
W W Grainger, Inc
Zee Medical Service
ZEP Manufacturing
Received 10 "No Bids"
3/27/2006
Page 4 of 4
CITRUS COUNTY SCHOOL BOARD
CIO PURCHASING DEPARTMENT
PORTABLE BLDGBEHIND BLDG. 200
1007 W MAIN STREET
INVERNESS FL 34450
Note to Bidder:
A. A signed bid submitted to the School Board obligates the bidder to all terms, conditions and specifications stated in this bid
document, unless exceptions are taken and clearly stated in the bidder's proposal.
B. Bids must be delivered prior to the date & time specified/or opening. Bids received qfter specified time will not be accepted
BIDDER MUST FJU. IN ntE INFORMAnON USTED BELOW AND SIGN WHERE INDICATED FOR BID TO BE CONSIDERED
Address:
FEIN: L5 q - 37 =3 J ?> 10
Telephone: (1;11 5?q {O/7
Fax: .(lJ1 t) 3cr {00'7
E.MaU:
Signature of Owner or
Authorized Officer/Agent
Type Name of Above: ph; I
PURCHASING CARDS: D Notapplicabletothisbid II I I
District personnel may ch~ to use . vi.. Pun:basina Card in place of. purchase order to make purchases from this bid. Unless exception 10 this
condition is checked helow. the hidder. hv suhmittinl! a hid. 3llreeS to accent the nurchasinl! card a~ an accentahle form ofnavrnent and may not add
additional service fees or handline: charges to ourchases made with the ourchasine: card. Refusal to accept this condition may cause YOJD' bid to be
declared non-responsive.
D I do not accept the above condition
PURCHASES BY OTHER AGENCIES (D.O.E. Regulation #6Al.012 (5): . With the consent and agreement of the successful
bidder(s), purchases may be made under this bid by other governmental agencies within the state of Florida. Such purchases shall be governed by the
swne terms
NO BID: I hereby submit this as a "no bid" for the reasons checked below:
ItD}t~
hlk~ h) fe~;HJnd
tl()l mt\;-{ tlne;:II;;,;;1ltlnnS
un,lw!l.nr res~n~~W;;'t"
(~nn~~itkHW '~A':i;;:l' Un;;~i.;AIJ ~)'f n:~klJi(tl'~/';'::
DKeep our company on this bid Ust for rutu~ bids
DCould not meet Insurance requirements
OCould not meet bonding requirements
[J\Vt tio not 1J1'f~n fJ-it: rlJo~j lb":~~tli" m?t'{ic~:~ req~ttst?d
D(h.w ~;Cl:i~::du;t 'i.'-'IH nnl f<1:rnW 11<:; In t::;.':.;/x'.nd
[J\Ve (lO ,H<H tAd. di:'ect!\-
Onemn'\ii(~ uu rr6l'Up";i;lUy .hitUU'- ftlilU rllhMd lis, fllt'thl~tn:' hi{h;;
Catalog Supply Bid # 2006-41
Page 1 of 12
PRICE SHEET
Note: If your company produces specialized catalo~n. you may submit discounts for eoch cataloa. You must
submit each cataloa with your bid.
CATALOG NAME AND DAT~:
FIXED PERCENTAGE DISCOUNT:
~o
For Equipment
%
V .YES
CATALOG NAME AND DATE
FIXED PERCENTAGE DISCOUNT:
For Supplies
.%
For Equipment
SHIPPING AND HANDLING CHARGES?
If yes please specify %
YES _NO
CATAlOG(S) SUBMITTED WITH BID YES _NO
CATAlOG{S) Will BE fURNISHED TO All CITRUS COUNTY SCHOOL BOARD lOCATIONS?
(Ma~ing list of schools/departments will be furnished in Award Notification E-Mail)
MINIMUM ORDER DOLLAR AMOUNT IF APPLICABLE $.
CATALOG NAME ANI)J)~If:
FIXED PERCENTAGE DISCOUNT:
For Supplies
.% For Equipment
Catalog Supply Bid # 2006-41
to
%
~YES
.NO fhee lift
.%
.YES
.NO
.%
.YES .NO
Page 9 of 12
PRICE SHEET continued. . .
DO YOU ACCEPT THE VISA PURCHASING CARD? L YES NO
AREA REPRESENTATIVE
PHONE NO.
hit r e
Po w'{cl~q1
p~ f\alcu Part! rL '?>1160
l~ l ~ S~Gl- to 11
ill ~S14-- lOCo/1
NAME
ADDRESS
FAX NO.
~~;~~ss Sa \e,~ @ ~eQ11 ~ \!SA . Coco
~~~~~~s ~ ) W w. Se,Cl-hr15 LL$A. Com
Catalog Supply Bid II 2006-4\ Page \ 0 of 12
REQUESTS FOR SCHOOL BOARD AGENDA
Document Title: Bid # 2006-41 Catalog: Supolv Bid
r~~~
Board Adion Required:
o Presentation I Recognition o Infonnation.
. Consideration/ Approval: AODrove award 'of Bid # 20Q6-41 CatalolZ SUnDlv Bid
(This wOrding should be your actual motion to appear on the agenda)
Backup Materials: attached X. available in district office _ other
Request SUtnI:naIy: Approve aWa.1:q of Bid # 2006-41 Catalog Supply Bid to various vendors.
Goals
[J I) An InnQvat/vc, flexible. CI'lgaging, curriculum
Cl 2) A .y:ltem to raise achievement of low-perfunninll groupB
D 3) Mllltiple and varied lelll'Itlng opportunIties
D 4) A system of cueer preparation
D 5) Systems that address bel1zvloraJ !!Speas ofuftty
o 6) Staff development .fQf aU employees
D 7) Idl:l\tifICltlon, recl'IIjtmenl~ and retention or a divcne staff
D 8} A budgeting proCllSS linking J)rioritics to resources
o 9) Data systoms to support Occision making
D to) StTatceic 1'1ll.l1Jling in all aJ'eIlS
o 11) System. fur puent lIl1d community invO!VQTlcnt
Strategic Aims
To have a\l students complete theIr progl'llm of rtudy,
'to havc a ~afil, inviting and caring learning
c=> environmcnL
To havc effective, efficient district (Iperntiolls.
To havc meaningful plll'cnt 8tld oommunity
involvement.
. Other/Operational Activities I Project (other than a Goal)
Finaneial Impact:
_J No financial impact to the District
n New Budget Request Amount
I Amount included in cunent budget
o Additional amount needed not included in current budget
Funding Source:
. General Use FWlds District ~de use (Cost Center)
o Categorical Fund ...
o In-Kind Services (services/costs cUrrently funded from budgeted sources)
o Special Revenue Funds
Grant Dollars District Dollars
o Capital Outlay Funds
o Food Service Funds
o Donation _" "~__' ._......_...__,__........,.__."'~,_,......._..
Personnel:
Estimated Salary
Pay grade/ level_
Benefits. .~.~....
Financial Impact reviewed by:
(FOT1tJ Board Approved 6/11/02)
hour day annual
/1
~ ~ oiPn,iti,," ~=
~.,/L,L"..._~- mm..
i I
NOTE: ANY AND ALL SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL
CONDITIONS SHALL HA VE PRECEDENCE.
SPECIAL CONDITIONS AND SPECIFICATIONS
SCOPE: This specification establishes the minimum requirements for the purchase of CATALOG SUPPLIES & EQUIPMENT to
be used as noted by the Citrus County School Board.
The intent of this bid is to establish a contract for two (2) years from date of Board Approval, during which time the successful bidder
shall guarantee firm discounts as specified in this bid. Anticipated Board Approval is April II, 2006. Citrus County School Board
reserves the right to renew this contract or any portion thereof, for a period of up to two (2) additional one (I) year contracts upon
mutual agreement, in writing.
DISCOUNTS: Bidders are invited to offer a minimum discount off the catalog list price on classroom supplies and equipment.
Bidders are to bid a flat percentage discount that will be applied to items in the vendor's current catalog. For the purpose of this bid,
supplies and equipment shall be defined as follows:
SUPPLIES:
Any catalog item whose unit price as listed in catalog is under $750.00
EQUIPMENT:
Any catalog item whose unit price as listed in catalog is more than $750.00
If your company produces specialized catalogs, you may submit discounts for each catalog.
You must submit each catal02 with your bid.
DELIVERY CHARGES: The price sheet must include all delivery charges to the delivery point, which includes all school
locations in Citrus County. The term "Delivery Point" includes the performance of the supplier, his agent, of placing the items
delivered in the building and setting them in place at the point designated by an authorized representative of the School Board of Citrus
County, Florida.
CATALOG WITH BID:
SAMPLE LABEL
15% discount, furniture & equipment
25% discount, supplies (consumabIes)
Free freight minimum 50.00 order
REPRESENTATIVE NAME AND TELEPHONE NUMBER
CATALOGS TO CCSB LOCATIONS: After award, successful bidders shall furnish the same catalog to schools and departments in
the Citrus County School System. A list of School Board locations will be supplied to all successful bidders along with the Bid Award
Notification E-Mail.
CATALOG UPDATE: The discounts bid must remain firm throughout the entire contract period of two (2) years. However, vou may
have one catalog update during this contract year with new items and revised unit prices. Purchase orders will reflect prices from the
latest edition received. Should any discounts over and above bid discount be applicable (or special promotion items become available)
the successful bidder shall advise the Purchasing Department in order to affect additional savings.
BID A WARD: In order to meet the needs of the school system and in the best interest of the CCSB, awards will be made based on
firm catalog prices, fixed discounts, freight charges & other special stipulations, set by your firm, and otherwise comply with the
specifications, terms and conditions of this bid.
Catalog Supply Bid # 2006-41 Page 7 of 12