Loading...
HomeMy WebLinkAboutItem #03 Approval to Piggyback Palm Beach County Contract #08051 for the Provision and Installation of Playground Equipment at Prairie Lake Park &~ AGENDA ITEM COVER SHEET ~R/! Subject: Piggyback Palm Beach County Contract #08051 for the provIsion and installation of playground equipment at Prairie Lake Park. (District 4 - Commissioner Keller) Meeting Date: December 1, 2009 l3 Item # Contact Name: Contact Number: AI Butler 407 -905-3100 ext. 1543 Reviewed By: Department Director: City Manager: Background Summary: As part of the overall plan for improvement of Prairie Lake Park, the City is expanding the existing playground area currently located in the park. The existing equipment was purchased in 2005 from Playmore Recreational Products, Inc. as part of the first phase of construction. Installing the new playground equipment is a requirement of the $200,000 Florida Recreation Development Assistance Program (FRDAP) grant the City received for this project for the second phase of the project. Staff is requesting permission to piggyback the Palm Beach County playground equipment contract (No. 08051) to have Playmore Recreational Products, Inc. supply and install the new playground equipment. Using equipment from the same supplier through the Palm Beach County contract will enhance the appearance of the finished multi-phase project while still enjoying the benefits of competitive bidding. Playmore Recreational Products, Inc. submitted a proposal to supply the playground equipment and protective play surface, and perform installation services for the total fee of $52,692.78, which is based upon the terms of the Palm Beach County contract. Funds in excess of this amount remain unallocated in the project budget. The Engineering and Parks & Recreation departments request authorization to utilize $52,692.78 from the Prairie Lake Park project funded within the 2010 Parks and Recreation Capital Improvement Program for the purchase and installation of the playground equipment. Issue: Should the City Commission approve use of the Palm Beach County Term Contract #08051 for the purchase and installation of playground equipment, and additionally authorize the use of funds from the Prairie Lake Park improvement project (Job 23501) budget for the purchase and installation of playground equipment from Playmore Recreational Products, Inc. in the amount of $52,692.78? Recommendations Staff recommends piggybacking off of the Palm Beach County Term Contract #08051 for the purchase and installation of playground equipment, and additionally recommends the authorization of funds from the Prairie Lake Park improvement project (Job 23501) budget be used for the purchase and installation of playground equipment from Playmore Recreational Products, Inc. in the amount of $52,692.78. Staff additionally recommends that the City Manager be authorized to execute any related change order for this procurement up to the limit of his purchasing authority and within the overall project budget. Attachments: . Playmore Recreational Products & Services price quote of 11/06/09 to the City of Ocoee based on the Palm Beach County contract . Palm Beach County bid document soliciting price proposals for playground equipment . Palm Beach County Term Contract #08051 with Playmore West, Inc., which is also known as Playmore Recreational Products, Inc. Financial Impact: The funding for this procurement is included in the project budget. Type of Item: (please mark with an "x') Public Hearing _ Ordinance First Reading _ Ordinance Second Reading Resolution ~ Commission Approval Discussion & Direction For Clerk's Deat 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 N/A Reviewed by Finance Dept. Jf diJ- N/A Reviewed by P&R Director N/A 2 PlA YMORE 10271 Deer Run Farms Road, Suite 1 Fort Myers, FL 33966 (239) 791-2400 (239) 791-2401 fax (888) 886-3757 toll free www.playmoreonline.com QUOTATION 11/06/09 2520 A Job Number: Revision: Recreational Products & Services Client: Bellomo Herbert 801 N. Orange Ave, Ste 730 Orlando FL 32801 Job: Prairie Lk Pk PG on Lk Hachney Prairie Lake Park Ocoee FL 34761 Ruth Perry 407-422-4845 407-422-0699 Sales Rep: Terry Perkins Terms: Due With Order Item Description Quantity Cost Subtotal 1 Equipment 238-0924 Explorer Pre-Design 1 $16,525.00 $16,525.00 Discount Palm Beach County Contract 08-051, 10%. -1 $1,652.50 -$1,652.50 Paris PA-6. Premier 6' Arched Bench. 2 $2,200.00 $4,400.00 Discount Courtesy Discount, 10% on Paris. -1 $440.00 -$440.00 Subtotal: $18,832.50 2 Freight Freight Playworld Freight to Ocoee, FL 34761. $900.00 $900.00 Freight Paris Freight to Ocoee, FL 34761. $412.00 $412.00 Subtotal: $1,312.00 3 Installation & Services PSI Installation Installation of Playworld Equipment. $4,627.00 $4,627.00 Installation Installation of Paris 6' Benches $1,232.00 $1,232.00 Child Safe 1694 SF of Pour in Place Rubber Surfacing, priced per SF. 1694 $11.33 $19,193.02 50% Black/50% Color. 1.5" thick for up to a 4' CFH. Discount Palm Beach County Contract, 08-051, 5%. -1 $959.65 -$959.65 Discount Courtesy Discount, 5% on Childsafe. -1 $959.65 -$959.65 Notes: BUILDING PERMIT IS NOT INCLUDED. Page 1 PlA YMORE 10271 Deer Run Farms Road, Suite 1 Fort Myers, FL 33966 (239) 791-2400 (239) 791-2401 fax (888) 886-3757 toll free www.playmoreonline.com QUOTATION 11/06/09 Job Number: 2520 Revision: A Recreational Products & Services Client: Bellomo Herbert 801 N. Orange Ave, Ste 730 Orlando FL 32801 Job: Prairie Lk Pk PG on Lk Hachney Prairie Lake Park Ocoee FL 34761 Item Description Quantity Cost Subtotal Concrete Pad Provide & Install 4" concrete pad for 1559 SF, priced per SF. 1559 $4.12 $6,423.08 "Includes Site Prep Work: Concrete Curb Provide & Install Concrete Curb for 236 LF, priced per LF. 236 $12.68 $2,992.48 Subtotal: $32,548.28 Grand Totals: $52,692.78 Page 2 PlAYMORE 10271 Deer Run Farms Road, Suite 1 Fort Myers, FL 33966 (239) 791-2400 (239) 791-2401 fax (888) 886-3757 toll free www.playmoreonline.com QUOTATION 11-06-2009 2520 A Job Number: Revision: Recreational Products & Services Client: Bellomo Herbert 801 N. Orange Ave, Ste 730 Orlando FL 32801 Job: Prairie Lk Pk PG on Lk Hachney Prairie Lake Park Ocoee FL 34761 Genera I Terms: Acceptance by either a signature or a purchase order based on this proposal indicates that you are in full agreement with all terms and conditions of this proposal including the following: Prices are valid for 30 days. After 30 days, prices are subject to change without notice. Sales tax will be charged unless a copy of a valid Sales tax exemption certificate is presented with order. Specify all color selections in writing. Any discrepancies that arise due to oral color selections will be the responsibility of the customer. If customer is installing equipment, all equipment is to be installed per manufacturer's instructions and appropriate guidelines such as ASTM and CPSC. Installation, site work, building permits, engineered drawings, etc. are not included unless noted. Building Permits: Building permits are the responsibility of the owner. If a building permit is required for your project, the following options are available. . Add 5% to the quotation/contract price. Playmore Recreational Products and Services will cover the costs of all the building permit fees and expeditor fees. . Bill permit fees and expeditor fees at the actual cost plus a 10% administravite charge . Playmore Recreational Products and Services can assist the customer in obtaining their own permit. Customer is responsible for all fees directly to the permitting agency and/or the expediting company. Playmore Recreational Products and Services can assist the customer in finding a local expediting company to handle the permit for the customer. NOTE - All zoning, planning, environmental, etc. permits and approvals are the responsibility of others. Installation Terms: Standard Services Include: . Shipping Notification/Receiving Instructions . Layout of Equipment . Pre-Installation On-Site Meeting . Installation of Equipment and Materials Per . Underground Utility Check (Sunshine State Manufacture's Instructions One Call) . Trash Clean Up (Dumpsters and Off-Site . Accept Delivery and Unload Equipment Trash Disposal not Standard) (If site is ready) . Post-Installation Walk Through . Moving New Equipment to Job Site Maintenance Explanation Customer Responsibilities (unless otherwise noted in the applicable quotation/contract): . Trash Disposal - Dumpsters or Off Site Disposal. . Accept Delivery and Unload Equipment (If site is not ready.) $500.00 Charge will Apply if Customer wants Installers to Unload. . Provide Area for Storage and Staging. . Secure Site and Equipment. . Provide Access as Outlined below. Some Optional Responsibilities (Must be clearly outlined in the applicable quotation/contract): . Removal of Existing Equipment. . Site Preparation and Grading, Drainage Systems, etc. . Engineered Drawings for Purchased Equipment. . Other Permits or Engineered Drawings (Le. zoning permits, environmental permits, site surveys, etc.) . Any other responsibilities must be clearly outlined in the applicable quotation/contract. Other Notes: Access/Utilities. Access must be provided to the installation area for heavy trucks and equipment. Access of equipment and personnel is the obligation of the customer to provide until the project is fully completed. We will take every precaution to avoid damage, however any damage caused by the normal installation of our product, such as sod, concrete sidewalks, private underground utilities, etc, will be the responsibility of the customer, as will any additional costs associated with limiting damage such as providing plywood over sod for access. If access is not reasonably close to the jobsite, any additional costs incurred due to having to transport materials and/or supplies will be the responsibility of the customer. Rock/Foreign Object Clause. Most installations require digging of holes and footing equipment in concrete below finished grade. Removal of existing ground covers such as asphalt, concrete, tan bark, sand, pea gravel, wood fiber, rubber matting, poured-in-place rubber surfacing, or any other material that interferes or delays the digging of holes, is the responsibility of others, unless otherwise noted. If excessive underground obstructions such as rock, coral, asphalt. concrete, pipes, drainage systems, root systems, water, or any other unknown obstructions are discovered, charges will be added to the original proposal. Playground Surfacing. All playground equipment is to be installed over safety surfacing per CPSC gudelines and ASTM stamdards. If the customer contracts for something contrary to the guidelines, they are accepting all responsibility for any liability and future litigation that may arise. Acceptance Signature Date Page 3 of 3 P.O. # Form W AMENDMENT #1 Dated: April 25, 2008. PALM BEACH COUNTY PURCHASING DEPARTMENT 50 SOUTH MILlTARYTRAJL, SUITE 110 . WEST PAL~ BEACH, FLORIDA 33415-3199 BID #: 08-051/MM TITLE: ParklPlavaround Eauioment and Parts. Term Contract DATE .OPENED: Aoril 3. 2008 THE FOLLOWING BID ITEMS . . HAVE BEEN CANCELLED ANEW SOLICITATION WILL BE FORTHCOMING LOTI ITEMS: 3A, 38, 5A, 58; 7A, 78, 8A, ~8, 12A & 128. LOT II ITEMS: 3,4 & 6. ~~ /J11(~ AC ING U CHASING MANAGER Board of County Commissioners County Administrator Addie L. Greene, Chairperson Jeff Koons, Vice Chair Karen T. Marcus Robert J. Kanjian Mary McCarty Burt Aaronson Jess R. Santamaria Robert Weisman Purchasing Department www.pbcgov.com/pur BOARD OF COUNTY COMMISSIONERS NOTICE OF SOLICITATION BID #08-051/MM PLAY(lROUND/PARK EQUIPMENT AND PARTS, TERM CONTRACT . BID OPENING DATE: Aoril3. 2008 AT 2:00 P.M. It is the responsibility of the bidder to ensure that all pages are included. Therefore, all bidders are . advised to closely examine this package. Any questions regarding the completeness of this package should be immediately directed to Palm Beach County Purchasing Department (561) 616-6800. It is requested that all bids be submitted in triplicate, one original a~d two copies. BIDDERS SHALL SUBMIT, IN A SEALED PACKAGE OR CONTAINER, AT LEAST ONE ORIGINAL, SIGNED IN INK BY AN AGENT OF THE COMPANY HAVING AUTHqRITY TO BIND THE COMPANY OR FIRM. FAILURE TO DO SO SHALL BE CAUSE FOR REJECTION OF YOUR BID. Call Bid Hotline number 795-8080 (from Palm Beach County), 425-7420 (from Broward County), or 655- 4527 (from Dade County) or tune in to the Education ~nd Government Television Cable Channel for a list of additional advertised "Invitations for Bid" and "Requests for Proposal". The Bid Hotline also' provides updates on posted award recommendations. T~is same information, to include posted award information, is available on our web site www.pbcgov.com/pur. Protests can be accepted only during the five (5) business day posting period. CAUTION Amendments to this Invitation for Bid will be automatlcal,ly sent only to those vendors who received this document directly from Palm Beach County Purchasing Department. Palm Beach County shall not be responsible for the completeness of any Invlt,atlon for Bid package not purchased directly from Palm Beach County Purchasing Department. In accordance with the provisions of ADA, this d~ument may be requested In an alternate format. 50 South Military Trail, Suite 110. West Palm Beach, Fl 33415-3199 (561) 616-6800 FAX: (561) 616-6811 Page 2 BOARD OF COUNTY COMMISSIONERS Palm Beach County INVITATION FOR BID BID TITLE: PLAYGROUND/PARK EQUIPMENT AND PARTS, TERM CONTRACT TELEPHONE NO.: 561 616-6835 BID NO: OS-Q51/MM PURCHASING DEPARTMENT CONTACT: MaryAnn McGee, Senior Buyer FAX. NO.: 561-242-6735 EMAIL ADDRESS: mmcgee@co.palm-beach.f1.us All bid responses must be received on or before April 3,2008 , prior to 2:00 p.m., Palm Beach County local time, al which time all bids shall be publicly opened and read. SUBMIT BID TO: Palm Beach County Purchasing Department, 50 South Military Trail, Suite 110, West Palm Beach, Florida 33415-3199. This Invitation for Bid, General Conditions, Instructions to Bidders, Spacial ConditIons, Specifications, Attachments. Amendments (if issued), and/or any other referenced document form a part of this bid solicitation and resporlse thereto, and by reference are made a part thereof. The selected awardee shall be bound by all terms, conditions and requirements in these documents. PURPOSE AND EFFECT: It is the purpose and intent of this invitation to secure bids for Item(s) and/or seryices as listed herein. The selected awardee is hereby placed on notice that acceptance of lis bid by Palm Beach County shall constitute a binding contract. GENERAL CONDITIONS, INSTRUCTIONS AND INFORMATION FOR BIDDERS . GENERAL CONDITIONS 1. GENERAL INFORMATION Bidders are advised that this package constitutes the complete set of specifications, tenns, and conditions which fonns the binding convact between Palm Beach County and the successful bidder. Changes to this invitation for b:d may be made S!lb! by written amenctnent Issued by the County Purchasing Department. Bidders are further advised to closely examme every section of this document, to ensure tIlat all sequenlally numbered pages are present, and to ensure that it is fully understood. Questions or requests for explanations or Interpretations of this document must be submitted to the Purchasing Department contact in wtitlna in sufficient time to permit a wtitten response and. If required, will be provided to all prospective ~Idders, prior to bid opening. Oral explanations or Instructions given by any County agent are not binding and should not be .Interpreted as altering any provision of this document. Bidder certiiies that this bid Is made without reliance on any oral representations made by the County. The obligallons of Palm Beacl1 County under this award are subject to the availability offunds laVoofuny appropriated for its purpose. 2. LEGAL REQUIRENENTS . d. a. COMPLIANCE WITH LAWS AND CODES: Federal, Slate, Coonty and local laws, ordinances, rules and regulations that In any manner affect the Items covered herein apply. Lack of knowledge by the bidder shall in no way be a cause for relief from responsibility. The successful bidder shall strictly comply with Federal, State and local building and safety codes. Equipment shall meet all Slate and Federal Safety regulations. Bidder certifies that all products (materials. equipment, processes. or other Items supplied in response to tt11s bid) contained In Its, bid meets all ANSI, NFPA and all other Federal and State requirements. Bidder further certifies thai, If It Is the successful bidder, and the produc;t deHvel8d is subaequenlly found to be deftclent In any 1:1 the aforementioned requhtments in effect on date of deliverY. aR costa necessary to bring the product Into compliance shall be borne by the bidder. In compliance with Chapter 442, Florida Statutes, any toxic substance resulting from this bid shaD be accompanied by a propsrtj completed Material Safety Data Sheet (MSOS). The Uniform Commercial Code (Florida Statutes. Chapter en) shaH prevail as the basis for oontractual obfigations between the successful b, DISCRIMINATION PROHIBITED: Palm Beach County is commtled to assuring equal opportunity in lhe award of contracts and complies with all laws prohibiting dlscrimilaoon. The successful bidder is prohibited from dlscriminating against any empl,oyee. applicant, or dlent because of race, color, religion. disability, sex, age, national origin, ancestry, marital status, or sexual orientation. e. INDEPENDENT CONTRACTOR RELATIONSHIP: The successful bidder is, and shall be, In the performance of all work, services, and actMtles under INs Contract, an Independent Contractor and not an employee, agent, or servant of the COUNTY. All persons engaged In any of the work or services performed pursuant to this Contrad shan at all Umes, and In all places. be subject to the successful bidder's sole direction, supervislcn, and control. The sucoesstul bidder shall exercise control over lhe means and manner in which it and its employees parfonn the work, a'ld in aU respecls the successful bidder's relationship, and the relationship of lis employees, to the COUNTY shall be lhat of an Il1dependent Contractor and not as employees or agents of the COUNTY. CRIMINAL HISTORY RECORDS CHECK ORDINANCE: Pursuant to OrdinanCe 2003-030, the Palm Beach County Criminal HIstory Records Check Ordinance ('Ordinance>>), the County shall conduct fingerprint baSed criminal history record checks on all persons not employed by the County who repair. deliver, or provide goods or services for, to, or on behalf of the County. A. fingerprint ,based criminal history record chec:lt shall be conducted on all employees and subcontractors of 't'endors, Including repair persons and delivery persons, who are unesoorted when entering a faclllty determined to be critical,to the public safety and seaJrity of the County. County facilties that require this heightened leV!'1 of security are identltled in Resolution R.2003.1274, as may be amended. The bidder is solely responsible for undarstancling the financial. schedule, and staftlng Impkatlor1s of this Ordinance. Further, the bidder acknowledges that its bid prioe inDludes 3nY and all direct or indir~ costs associated with compiance of this Ordinance, except fO( the applicable FOLElFBI fees that shat be paid by the County. 8, PUBLIC ENTITY CRIMES: F.S. 287.133 requires Palm Beach County to notify al bidders or the foI~ . A person or almate wllo has been placed on the convicted vendor list follOwIng a conviction for a publiC entity aime may not submit a bid on a contract with a public entity for the consltuction or repair of a public builcing or public work, may not consultant under a contract with any pubUc entity, and may not transact business with any public entity in excess of the threshold amount provided in F.S. 287.01i for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.' r. NON.COLLUSION: Bidder certifies that it .laS entered into no agreement to canmit a fraudule1t, deceitful, unlawful, or wrongful act, or any act which may result in unfair advantage for one or more bidders over other bidders. Conviction for the Comll'ission of any fraud or act of collusion in connection with any sale, bid, quotation, proposal or other act Incident to doing business with Palm Beach County may result In permanent debarment. No premiums, rebates or gratuities are permitted: either with. prior to or alter any deDvery of material or provision ri services. Any such violation may result in award cancellation. retum of materials, discontinuation of services, removal from the vendor bid Ilsl(s), and/or debarment or suspension from doing business with Palm Beach County. g. LOBBYING: Bidders are advised that the 'Palm Beach County Lobbyist Reglstration Ordinance. prohibits a bidder or anyone representing the bidder from communicating with any County Commissioner, County Commissioner's staff, or any employee authoriied to act on behalf of !he Commission ~ award.8 par-Icular contract regarding its bid, i.e., 8 'Cone of Silence". The "Cone of Silence" is in effect from the date/time of the deadh for submission of t,e bid, and terminates at the time that the Board of County Commissioners, or a County Department authorized to act on their behalf, awards or approves a contract, rejects all bids, or otherwise takes action \'\tlich ends the solicitation process. Bidders may, l'1owever, contact any County Commissioner, County Commissioner's staff, or any employee authorized k) act on behalf of the Commission to award a particular contract, via written communication ~e., facsimile, e-mail or U.S. mall. Violations of the "Cone of Silence" are punishable by a fine of $250.00 per violation. h. CONFLICT OF INTEREST: All bidders shall disdose with their bid the name of any oflicer, director, or agent who Is also an employea or a relative of an employee of Palm Beach County. Further, all bidders shall disclose the name of al1f County employee or relative of a County employee who owns, directly or indirectly, an interest of ten percent or more in the brdder's firm or any of its branches. i. SUCCESSORS AND ASSIGNS: The County and the successful bidder each binds itself and its successors and assigns 10 the other party in respect to an provisions of this Contract. Neither the County nor the successful bidder shall assign, sublet, conveyor l1ansfer lis interest in this Contract without the prior WfItten consenl of lhe other. j. IND~MNIFICATlON: Regardless of the coverage provided by any insurance, the successful bidder shall indemnify, sa~ harmless and defend "the County, it! agenlll, servants. or employees -trom and against any and al delms, liability, losses and/or causes of acllon which may arise from any negligent act or omission of the successful, bidder, its subcontractors, agents, servants or employees during the course of performing services or caused by the goods provided pursuant to these bid documents and/or resultant contract k. PUBLIC RECORDS: Any material submitted in response to this invitation for bid Is considered a public document In accordance with Section 119.07, F.S. This indudes material which the responding hiddar mloht r.OIl!'lidAr 10 bfl confidential or a trade secret. Any daim of confidentiality is waived upon submission, effective after opening pursuanl to Section 119,07, F.S. I. INCORPORATtON. PRECEDENCE. JURlSDICnON: This Invitation for Bid shall be included and Incorporated In the fll"laJ award. The order of contractual precedence shall be the bid dOOJment (originallerrn5 and conditions), bid response, and purchase order or term contract order, Any and all legal action necessary to enlorce the award or the resultant contract shall be held in Palm Beach County and th~ Page 3 m. LEGAL EXPENSES: The County shall not be liable to a bidder for any legal fees, court costs, or other legal expenses arising from the interpretation or enforcement of this contract, or from any other malter generated by arrelating 10 lI1is contract. .3. BID SUBMISSION a. SUBMISSION OF RESPONSES: All bid responses must be submitted on the provided Invitation for Bid "Response" Form. 3id responses on V~IHJOI' lallerheadlquotation forms shall 'not be accepted. Responses must be .typewritten or written In ink, and must be signed in ink by an agent of the company having authority to bind the company or firm. FAILURE TO SIGN THE BID RESPONSE FORM AT THE INDICATED PLACES SHALL BE CAUSE FOR REJECTION OF THE BID. Bid responses are to be submilted 10 the Palm Beach County Purchasing Department no later than the lime indicated on the solicitation preamble, and must be submitted In a sealed envelope or container, which Should have the enclosed address label affixed E1nd bearing the bid number. b. CERTIFICAnONS, LICENSES AND PERMITS: Unless otherwise directed !n subiJ;3ragraph d. (Local Preferel\C8) or the Special Conditions of this bid, bidder should indude w1lh its bid a copy of all applicable Certlflcates of Competency issued by the State of Florida or the Palm Beach County Construction Industry Ucensing Board in the name of the bidder shown on the bid response page. It shall also be 'the responsibillly of lIle successful bidder to submit, prior to commencement of worle, a current Occupational License for Palm Beach County and all permits required to complete this contractual service at no additional cost to Palm Beach County. A Palm Beach County Occupalionallicense is r~qulred unless specifically exempled by law. In lieu of a Palm Beach County occupational license, the ~Idder should include the current occupational license issued to the ~Idder in the response. II is the responsibility of the successful bidder to ensure that all required cerIlficatlons, licenses and permils are maintained In force and current throughout the term of the contract. Failure to meet this requirement shall be considered default of contract. e. SSE BID DOCUMENT LANGUAGE Item 1 . Pollcv It Is the poticy rJ the Board of County Commissioners of Palm Beach County. Florida, that SBE(s) have !he maximum practical oppo:tunity to participate in the competitive process of supplying goods and services to the County. To that end, tile Board of County Commissioners established Ordinance No. 2002-064. which sets forth the County's reQuirements for the SBE program, and are Incorporated in this solicitation. Compliance with the requirements contained in this secllon shall result In a bidder being deemed responsive to SBE requirements. The provisions of this Ordinance are applicable to this solicitation, and shall have precedenCe over the provisions of this solicitation in \he event of a canflct. AlthOugh preferences w1!1 not be extended to certified MflNBEs, unless otherwise provided by law, busnesses eligible for certification as an MM/BE are encouraged to maintain their certification in order to assist In the vacking of MM'BE availability and awards of contracts to MMlBEs. This Information is vital 10 determining whether race and gender neutral programs asslSl MlWBE firms or whether race and gender preferences are necessary in order to address any continued discrimination in the mar1<et. Item 2 - SSE Goals The County has established a mnimum goal 0115% SBE participation tor all County solldlations. This goal Is a minimum, and no rOl.'Ildlng sha~ be alXepled. Item 3 - Ranking of I3~DOn,lve Bidders Bidders who meet the SSE goal shal be deemed 10 be responsive to the SBe reQui1~,:t~ _~~ ~valu~~~ ~pe"'ive ~~ of ~~, ~ o~ shan be awarded to the low bidder responsive to the SBE requirement, or, in the event there are no bidders responsive 10 the SSE requlremenl, to the bidder with the greatest SeE participation in excess of seven percent (7%) participation, as long as the bid does not exceed the low bi:l amour.t by ten percent (10%). In cases where tile low bid exceeds one million dollars (51.000,000). the contract shall be awarded to tie low bidder responsive to the SeE requirements. or, in the event there are no bidders responsive to the SSE reQuiremenl$, to the bidder with the greatest SBE participation in excess of seven percent (f%) participation, provided lIlat such Old does not exceed the ;ow bid othenNise responsive to the bid requirements by more than one hundred thousand dollars ($100.000) plus three percent (3%) cf the total bid In excess of one million dollars ($ 1,OOO,COO). Hem 4 . Bid Submission Documentation seE bidders. blckllng as prime contractors. are advised that they must oomplete Schedule 1 fisting the work to be performed by their own workforce as well as the 'Nork. to ~e perfamed by any SBE or M/WBE subcontractor. Failure to include this Informallon on Schedule 1 will result In the parlk:Ipallon by !he seE prime billders own workforce NOT being counlltd towards meeting the SBE goat. This requirement applies even if the SSE contractor intends to perform 100% <:J tile wOO< with their own wor1\force. Bidders are required to submit with their bid the appropriate SBE-MllNBE schedlles In order to be deemed responsive to the see requirements. SBE-MlWBE documentation to be submitted is as foI1O\A1S: Schedule 1 - LIst of ProDo.ad sse and MIWBE Prime Subcontractors This list shaU conlain the names of all SeE and MWBe subcontractors intended to be used In parforr(lance of the contract, If awarded. The type of work to be performed by each subcontractor and the dollar value or percentage shaft also be specified. This schedule shall also be used 'd an SSE prime bidder Is utilizing N4Y subcontractors. Schedule(sl 2 - Letterlsl of Intent to Perfonn as l1n SSE or MIWBE SubcontractQr One Schedule 2 for each SBE and MNVBE Subcontractor listed on Schedule 1 shall be completed and executed by the proposed SBe and M/NBE Subconlr.lctor. Additional copies may be mada as needed Item 5 . SBE C.rtIfication Only those firms certified by Palm Beach County at the time of bid opening shall be counted toward the established SSE goals. Upon receipt of a canplete application, IT TAKES UP TO SIXTY (60) "DAYS TO BECOME CERnFlED AS AN SBE WITH PALM BEACH COUNlY. It is the responsibility of the bidder to confirm the certification of any proposed SeE; thenlfore, it is recommended that bidders contact the OSBA at (561) 616.6840 to verify certification Item 8 . Countlna SBE ParticiDStlon (and MIWBE Partlcloatlon for Tracklna pUrDos.SI 6.1 Once a firm is determined to be an eligible SBE accordng to the Palm Beach County certifICation procedures, the County or the Prime may count toward Its SSE goals only that portion of the total dollar value 0/ a contract performed by the SBE. 6.2 The total dollar value of a contract with an eligible SBe may be t".(lUnlAn lmMlmlhfl gML 6.3 The County may count toward its SBe goals the total value of a contract awarded to an eligible SBE firm that subsequently is decertllled or whose certification has expired after a oonlract award date or during the performance of the OO'ltract. 6.4 The Count)' or Prrne may (Dunt toward Its SSE goal a portion of the total dOUar value of a contract with a joint venture, eligible lJ"Ider the standards for cerllfication, equal to the percentage of the Page 4 :).5 The County or Prime may .::ount toward ilS sse goal the entire expenditures for materials and equipment purchased by an SBE subcontractor. provided that the SSE subcontractor has the responSibility for the lnstallation of the purchased materials and equipmenL 6.6 The County or Prime may count the entire expenditure to an SBe manufacturer (i.e., a supplier that produces goods from raw materials or substantially alters the goods before resale). 15.7 The County or Prime mllY cuurll siJtly ptm~nl (60%) uf its Elxpendilure to SBE suppliers thal are not manufacturers. 6.8 The County or Prime may count toward its SBe Qoal second and third tiered sse subcontractors, provided that the Prime idenlifl&S the SBE subcontractors as secon::l and :hlrd tier subs In their bid submittill. Item 7 . ResDonslbilitles After Contrad Award I\Il bidders hereby assure that they shall meet the SSE participation percenta~es submitted In their respective bids with the subcontractors oontaiiled on Schedules 1 & 2 and at the donar values speclflell. Bidders agree to provide any additional information requested by the County to substantiate participation. The successful bidder shall submit an SBE-WWBE Activity Form [Schedule ~) and SBE-MMlBE Payment Certificallon Forms (Schedule 4) with each payment application. Fa.lure to provide these forms may result in a delay in processiri;j payment or disapproval of the invoice until they are submitted. The SBE-MlWBE Activity Form is to be filled out by the Prime Contractor and the SBE-MfNBE Payment CertifICation Forms are 10 be executed by the SBE or WWBE firm to var1fy receIpt of payment Item 8 ~SSE Substitutions After contract award, the successful bidder snail only be pennitted to replace a certified SBE subcontractor who III unwilling or unable to perform. Such substitution musl be done with other certJfl6d SBEs in order to maintain the SeE percentages submitted with the bid. Requesls for subStitutions must be submll1ed to the Department issuing the bid and the OSBA. Note: Where there Is a conflict between tl1e Local Preference Ordinance and the SBE Ordinance. the SeE Ordinance shall prevail. d. LOCAL PREFERENCE: In accordance \'Alh the Palm Beach County Local Preference Ordinance, a preference \'All be given to bidders who halle a permanent place of business in Palm Beach County end who hold a yaRd occupational license issued by the County that authorizes the bidder to provide the goods or services to be purchased. Local preference means that if the lowest responsive. r8$ponsible bidder is a regional or non-local btJslness. then all bids received from responslve. responsib1e local bidders are decreased by 5%. The original bid IimOOnt is not changed; the 5% decrease is calculated only for the purposes of determining local preference. To receive a local preference, a bickler must have a permanent place of ouslness in existence m to the County's issuance of Ihls Notice of SoIldtatiOnllnvitation for Bid. Prior to the County's issuance means the dale that the Notice of SOIldtatlonllnvltatlon for Bid was advertised in the Palm Beach Post. A permanent place of buSIness means that the bidder's headquarters is located in Palm Beach County; or, the bidder has a permanent office or other site In Palm 3each County where the bidder will produoe a substantial portion of the goods or services to be. purchased. A valid occupationalllcense issued by the Palm Beach County Tax CoUector shall be used to verify that the bWer had a permanent place of business prior to the isSUance of this Notice of SolidtationJlnvltatlon for Bid. A Palm Beach County Ocx:upabonal license Is required unleSS specitically exempted by law. In' lieu of a Palm Beach County occupat.onal license. the bidder shal IncluCe the current' occupational ~c:ense Issued \0 the bidder in the response. Please note that the bid submitted to pam Beach County must be from an address located !d1bln Palm Beach County in order for local preference 10 apply. The bidder must sutmit the altachea "Certillcatlon of Business Location" County may require a bidder to provide additional information for clarlflcation purposes at any time prior to the ay,ard of the contract. e. DRl.!G FREE WORKPLACE CERTIFICATION: In compliance with Florida Slatute (Section 287.087) attached form 'Drug-Free Worl\place Certification" should be fUlly executed and submitted wilh bid response in order 10 be considered for a preference whenever tv.o (2) or more bids which are equal v.ilh respect to price, quality, and service are receivec by Palm Beach County. f. CONOITlONED OFFERS: Biddel:> are caulioned Ulat any conditio,.. qualification, provisIon, or ccmrnent in their bld, or in other correspondence transmitted with their bid, which in any way modifies, lakes exception to, or is inconsistent with the spedfications. requirements, or any of the terms. condlllons, or pro\isIons of this solicitation, is sufficient cause for Ihe rejection of their bid as non- responsIVe. g. PRICING: h. (1) Prices offered must b;l the price for new merchandi!le and free from defect. Unless speciftcally requested in the bid SpecifICations, any bids containing modifying or escalation . clauses shall be rejected. (2) The price offered must be. in accordance with the unit of measure provided on the bid response pagels). One (1) space or line requires only one (1) sngle, fbed unit price. Anything other than a single, fixed unit price shan result in the rejection of yoor bid. (3) Bidder warrants by virtue of bidding that prices shaD remain finn for a period of ninety (90) days from the date of bid opening or other Ume stated in special oonditions. (4) In the event of mathematical error(s), the unit price shan preva~ and the bidder's total offer shall be corrected accordingly. BIDS HAVING ERASURES OR CORRECTIONS MUST BE INITIALED IN INK BY THE BIDDER PRIOR TO BID OPENING. IF THE CORRECTION IS NOT PROPERLY INITIALED, OR IF THE INTENT OR LEGIBILITY OF THE CORRECTION IS NOT CLEAR, THE BID SHALL BE REJECTED. (5) BlddelS may offer a cash discount for prompt payment. However, such discounts shaU not be considered in determining the lowest net cost for bid evaluation purposes unless otherwise specified In the special conditions. Btclders should reflect any discounts to be cons1dered In the unit prices bid. SUBMlmNG NO BID or NO CHARGE: Biddafs not ~shlng to bid on some items sought by this solicitation should mark those ilems as "no old." If some items are to be offered at no charge. bidders should mark those items as "no charge.' Items left blari< shall be considered a 'no bid" for that item, and tile bid shall be evaluated accordingly. Bidders who do ~ot wish to submit bids on any Item In Ihls solldlaUon, should ratum a 'Statement of No Bid" In an enllelope plainly marked with the bid number and marked "NO BIO." I. ACCEPTANCE/REJECTION OF BIDS: Palm Beach County reseMlS the right to accept or to reject any or all bids. Palm Beach County also reserves tile right to (1) waive any non-substantive irregularities and technicalities: (2j reject the bid of any bidder who has pre.viously failed in the proper performance of a contract of a simiar nalure, who has been suspendec! or debarred by another governmental entity, or who is not in a p09itionto perfonn properly undel' this award; and (3) inspect aD facilities of bidders in order to make a detennlnalion BS to I~ ability to perlorm. Palm Beach County reserves the right 10 reject any offer or bid if the prices for any line items or subane items are materially unbalanced. An offer is materlaUy unbalanced If It is mathematically unbalanced, and If there Is reason to believe lhat the offer would nm result In the bwest overall cost to \he . County, awn though it is the lowest evaluated offer. All offer Is mathematically unbalanced if It Is based on prices which are sign/fanlly less than fair market price for some bid Ine item mH! signifacantly greater than fair mamt price for other bid Hne items. Fair market price shall be determined based on inWstry standard;'. comparable bids 0.: offers, existln.g ~tr:ac.ts' _or .?lhar Page 5 particular offer or bid is materially unbalanced Shall be made in writing oy the Purchasing Director, citing the basis for the determination. j. NON-EXCLUSIVE: The Cou'nty reserves the right to aCXluire some or all of these goods and services through a State of Florida contract under the provisions of Section 287.042, Florida Statutes, provided the State of Florida contract offers a lower price fot the same goods and services. This reservation ap~lies both to the initial award of this solicitation and to acquisition after a term contract ma~' be awarded. Additionally, Palm Beach Courty reserves the right to award other contracts for goods ard services failing within the scope of this solicitation and resultant conlr3el when the speCifications differ from this solicitation or resultant contract, or for goods and services specifl6Cl in this soticitation when the scope substantially differs from this sotidtalion or resultant oontract. k. OFFER E2SJENDED TO OTHeR GOVERNMENTAL ENTITIES: Palm Beach County encourages and agrees to the successful bidder extending the pricing, terms and conditions of this soticitation or resultant contract 10 other governmental entitles' at the discretion of the successful bidder. I. PERFORMANCe DURING EMERGENCY: By submitting a bid. bidder agrees and promises that, .during ,md after a publiC emergency, disaster. hurricane, flood. or acts of God. Palm Beach County shall be given "fIrs1 priority" for all goodS and services under this contract Bidder agrees to provide all goodS and services to Palm Beach County during and after the emergencyldisaster at the !erms, conditions, and prices as provided in this solicitatiOn, and with a priority above, a preference over, sales to the private sector. Bidder shall ful'nish a 24- hour phone number to the County in the event of such an emergency. FeRure 10 provide the. stated priority/preference during and after an . emergency/disaster shall constllu!e breach of contract and make the bidder subject to sanctions from further business wIth the County. 4. BIO OPENING/AWARD OF BID a. OBSERVrNG THE PUBLISHED BID OPENING TIME: The published bid opening time shall b. sCfUpulously observed. 111$ the sole responslbllity of the bidcler to ensure that their bid arrives in the Purchasing Department prior to the publiShed bid opening time. . Any bid delivered after the predse time of bid opening shall not be considered, and shall be returned to the bidder unopened If bidder iclenUficatlon is possible without opening. Bid responses by telephone, telegram, or facsimile shaft not be accepted. Bidders shaD not be a~owed to modify their bids after the published bid opening time. b. POSTING OF AWARD RECOMMENDATION: Recommended awards shall be pubficly posted for review, at the Purchasing Department prior to final approval, and shall remain posted for a period of five (5) business days. Bidders desiring a copy of the bid posting summary may request same by enclOsing II selJ.addreS$8d, stMlPBd envelope with their bid. (NOTE: As a service to bidders, the County provides an unoffICial list of award postlngs on our web site at W'NW.Dtx:aOV.com1Dur and on our bid hot-line, telephorie 561-795- 8080. These Ilsllngs are updated weeldy, normally on Friday. If any dlscrepanq between these listings and the official posting in the Purchasing Deparlment, the latter shall prevail.) c. PROTEST PROCEDURE: Prolest procedures are provided In the Palm Beach Comly Purchasing Code. Protests must be submitted in writing, addressed to the Director of PtIrchasing, via hand delivery. mall or fax to 581/242-6705. Protest must Idenllfy the solicitation, specify the basis for \he protest, and be reoei....d by the Purchasing Department within five (5) business days of the posting date of the recommended award. The protest. is considered filed when it Is received by the Purchasino Department. Fallure to fie protest as outlined in the Palm Beach County Purchasing Code sha~ constitute a waiver of prooeedlngs under thel8ferenced County Code. 5. CONTRACT ADMINtsTRATION a. DELIVERY AND ACCEPTANCE: DelNerles of all items shall be made as soon as possible. Defiveries resulting from this bid ~re to be made during the normal INQrtdng hours of the County. Time Is of the ~ .~nd. ~Iivery da.t~ m~t be .m~t . Should the successful Page 6 elsewhere, The successful bidder shall be responsible for makirg any and all clams against carriers for rnlsslng or damaged items. Delivered items shall not be considered "accepted" until an authClrized agent for Palm Beach County has, by inspectior. or lest of such items, determined that they appear to fully comply wif\ specifications. The Board of County Commissioners may return, at the expense of the successful bidder and for full credit, an,' item(s) received which fail to meet the ~ountis specifications or performance standards. b. FEDERAL ANC STATE TAX: Palm Beach County is exempt from Federal and State taxes. The authorized agent for Purchasing shall provide an exemption certificate to the successful bidder, upon request. Successful bidders are not exempted from paying sales tax to their suppliers for materials to fulfill contractual obligations wih the County. nor are successful bidders authorized to use the County's Tax Exemption Number in SECUring such materials. c. P6YMENT: Payment shall be made by the County after commodltieslservic:es have been received, accepted and properly invoiced as indicated in the contact and/or order. InVOices must bear the order mrnber. The Florida Prompt Payment Act is applicable to this solidtation. d. CHANGES: The Director of Purchasing, Palm Beach Counly. by written notification to the successful bidder may make minor changes to the contract terms. Minor changes are defined as modifications which do not significantly alter the scope, nature.. or price of the speclfled goods or services. Typical minor changes Include, but are not limited to. place of delivery, method of shipment, minor relllsions 10 customized work speciflcallons, and administration of the contract, The successful bidder shall not amend any provision of the cmtract without writ/en notification to the Director of Purchasing, and written acceptance from the Director of Purchaslng or the Board of County Commissioners., e. DEFAULT: The. County may, by written notice of default to the successful bidder, terminate the contract in whole or in part if Ihe successful bldder fails to satisfactorily perform any provislons of this soicitation or resultant oontract. or falls to make progress so as to endanger perfcrmance under the terms and conditions of this solicitation or resultant contract, or provides repeated non- performanc:e, or does not remedy such failure within a period c:A 10 days (or such period as the Director of Purchasing may autho~ze in Vllliting) after receipt of notice from the Director of Purchasing specifying such failure. In the event the County terminates thIs contract in whole or in part because of default of the SUC(l8ssful bidder, the County may procure goods and/or servICes similar to those lermlnated. and the successful t>idder shall be Dab/e for any excess costs incurred due to this action. If it is detennlne:! that the successful bidder was not in default or that the default was excus,atlle (e.g" failure due 10 causes beyond the control of, or without the fault or negligence of, the successful bldder), the rights and obligations of the parties shall be \hose provldltd In Section 5f, "Termination lor Convenlence.- f. TERMINATION FOR CONVENENCE: The DIrector of Purchasing , may, wilen ever the interests of the County so require,. lenninale the contract, in wholll or In part, for the convenience of the County. The Director of PurchaSing shall give fave (5) days prior written notice of termination to tile S\Iccessrul bidder. specifying the portions d the contract to be 1ermlnated and when the termination is to become effective. If only portions of the contract are l8m1lnated, the successful bidder has the right to withdraw, without adverse action, from the entire contract. Unless directed differentiy In the notice of termination, the suCC6SSful bidder shall Incur nO further obligations In connection with the terminated wor1<, and shall slop work to the extent specified and ()1lhe dale given in the notice of termilatlon. AdditionaUy, unless directed differently, the successful bidder shall terminate outstanding orders and/or subcontracts related 10 the tennlnated work. THIS IS llfE END OF "GE~ERAL CONDmONS.M Page 7 SPECIAL CONDITIONS 6. GENERAUSPECIAL CONDITION PRECEDENCE In the event of conflict between General Conditions and Special Conditions, the provisions of the Special Conditions shall have precedence. 7. QUALIFICATION OF BIDDERS This bid shall be awarded only to a responsive and responsible bidder, Qualified to provide the goods andfor service specified. The bidder shall, upon request, promptly furnish the County sufficient evidence in order to confirm a satisfactory performance record. Such information may include an adequate financial sta~emenf of resources, the ability to comply with required or proposed delivery or performance schedule, a satisfactory record of integrity and business ethics, the necessary organization, experienoe, accounting and operation controls, and technical skills, and be otherwise Qualified and eligible to receive an award under applicable laws and regulations. The bidder should submit the following information with their bid response; however, if not included, it shall be the responsibility of the bidder to submit all evidence, as solicited, within a lime frame specified by the County (normally within two working days of request). Failure of a bidder to provide the required information wlthi1 the specified time frame is considered sufficient cause for rejection of their bid. Information submitted with a previous bid shall not satisfy this provision. A. List a minimum of three (3) references in :Nhich similar goods and/or services have been provided within the past three (3) years including scope of work, contact names, addresses. telephone numbers and dates of service. A contact person shall be someone who has personal knowledge of the bidder's performance for the specific requirement listed. Contact person must have been informed that they are being used as 8 reference and that the County may be calling them. DO NOT list persons who afe unable to answer specifIC questions regarding the. requi'ementl B. The bidder, if not the manufacturer, must provide written evidence, from the manufacturer, which states that the bidder is an authorized dealerldistributor/reseller of the mal'1ufacturer 8. CRIMINAL HISTORY RECORDS CHECK This solicitation includes sites and/or buildings which have been designated as "critical facilities. pursuant to Ordinance 2003- 030 and Resolution R-2003-1274, as may be a'mended. Therefore, prior to the award of any contract, the recommended awardee(s) must comply with all the requirements of this solicitation, i.e. Criminal History Records Check Ordinance. County staff representing the user Department will contact the recommended awardee(s) and provide additional instructions for meeting the requirements of this Ordinance. A contract shall not be awarded unless the recommended awardee meets the requirements established by the Electronic Services and Security Division of the Facilities Development and Operations Department. 9. AWARD UTEM-BY..JTEM) LOT 1 Palm Beach County reserves the right to award Item #1 to multiple bidders (Attachment #1) and Items 2 through 8 to those bidders offering the greatest single fixed percentage discount from the manufacturer's current list price. Additionally, columns "AN (equipment) and "8V (parts) shall be considered and evaluated independently when making an "item by item" award recommendation. LOT II Palm BeaCh County reserves the right to award Item #1 to multiple bidders (Attachment #2) and Items 2 through 8 to those bidders offering either the greatest single fixed percentage discount ( - ) from the manufacturer's current list price Q[ the smallest single fIXed percentage in addition (+) to the manufacturer's currellt list price whichever is determined to be in tl)e best interest of the Palm Beach County. Page 8 10. CATALOGS, MANUFACTURER SUGGESTED RETAIL PRICES (MSRP). ETC. Upon request, the successful bidder shall supply at no charge current catalogs and/or MSRP's for all awarded manufacturers. The successful bidder shall up-date and keep all catalogs and MSRP's current throughout the term of the contract. When a revision to the manufacturer's catalog andior MSRP occurs which includes the addition of new products within the scope of this solicitation. the discount and net price of the new products must be equal to or better than the discount and price of items originally included in this solbtation. Upon award, the successful bidder shall supply one copy of the appropriate catalog(s) and/ur MSRP to: . Palm Beach County Finance Department Supervisor, Pre-Audit Division P.O. Box 4036 West Palm Beach, Florida 33402-4036 (561) 355-3011 Note: All Catalogs andlor MSRP's shall clearlv identify Ih~ term contract number and the successful bidder's name, address and telephone number. Additionally, catalogs and/or MSRP's created by the bidder, if not the manufacturer, will not satisfy this requirement. 11. INVOICES - LOT I {PURCHASE AND DELIVERY} 12. INVOICES- LOT II (PURCHASE. DELIVERY & INSTALLATION) When invoicing the County for goods purchased. delivered and Installed (uncrate. assembled and placed on site) under this solicitation, the successful bidder must provide complete, accurate invoices which must include for every item purchased a uniqu~ catalog number. a definitive description. the catalogllist price, and the invoiced price. If the appJlcable catalog does not provide unique numbers, the description of the item must be sufficiently accurate to specifically identify the goods rovided to the Count . Exam Ie: Invoice shall include: Item # Descrlmlon Part # List Price 1. Tire Swin #123 $2 095.00 Discount +10% Discount Price $2.304.50 Total $ 4,609.00 13.~ All items sold to Palm Beach County as a result of this bid award are subject to post sale audt adjustment In the event an audit indicates the successful bidder has not honored quoted price lists and discounts, the successful bidder shall be liable for any and all overage charges, and may be considered in default of this contract. 14. METHOD OF ORDERING {TERM CONTRACT} A contract shall be Issued for a term of 24 (twentv-four) months or until the estimated amount is expended, at the discretion of the County. The County will order on an ~as needed" basis. . 15. DELIVERY fLOTS I & III Delivery shall be required within sixty (60) calendar days after receipt of term contract deliVery order (DO) unless a modified delivery date has been requested by the successful bidder and approved in writing by the Purchasing Department or the designated County representative. Failure of the successful bidder to perform to the delivery requirement is sufficient cause for default and termination of the contract. . 16. AS SPECIFIED A term contract delivery order (DO) will qe issued to the successful bidder with the understanding that all items delivered must meet the specifications herein. Palm Beach qounty will retum. at the expense of the successful bidder. items not delivered as specified. Page 9 At the oplion of Palm Beach County, item(s) from any delivery may be submitted to an independent testing laboratory to determine conformity to respective specifications Bidders shall assume full responsibility for payment of any and all charges for testing and analysis of any product offered or delivered that does not conform to the minimum required specifications. 17. ESTIMATED EXPENDITURES The anticipated term of the contract to be awarded as a result of this bid is for twenty-four (24) months. The anticipated value during the contract term is $1.025.000. Palm aeach County reserves the right to increase or decrease the anticipated value as necessary to meet actual requirements, and 10 rebid for the contracted goods and services at any time after the anticipated value of this contract has been reached, notwithstanding that the anticipated term has not been completed. 18. WARRANTY The successful bidder shall furnish factory/manufacturer walTanty on all equipment furnished hereunder against defect in materials and/or workmanship. The factory/manufacturer warranty shall become effective on the date of delivery and acceptance by Palm Beach County. Should any defect in materials or workmanship, excepting ordinary wear and tear, appear during the above stated warranty period. the successful bidder shall repair or replace same at no cost to Palm Beach County. 19. ATIACHMENTCS) Attachments I & II are included and are considered to be a compment of this bid. 20. WORK SITE SAFETY/SECURITY The successful bidder shall at all times guard against damage or lOss to the property of Palm Beach County, the bidder's own property, and/or that of other contractors, and shall be held responsible for replacing or repairing any such loss or damage. When applicable. the successful bidder shall provide fences, signs. barricades, flashing fights, etc. necessary to protect and secure the work site(s) and insure that all County, State of Florida, OSHA, and other applicable safety regulations are met. Additionally, successful bidder shall provide for the prompt removal of all debris from Palm Beach County property. Palm Beach County may withhold payment or make such deductions as deemed necessary to ensure reimbursement or replacement for loss or damage to property through negligence of the successful bidder or its agents. 21. INSURANCE REQUIRED LOT I ONLY (PURCHASE/DELIVERY) It shall be the responsibility of the successful bidder to provide evidence of the following minimum amounts of insurance coverage to Palm Beach County, c/o Purchasing Department, Attention Buyer, 50 South Military Trail. Suite 110, West Palm Beach, Florida 33415. During the term of the Contract and prior to each subsequent renewal thereof, the successful bidder shall provide this evidence to the County prior to the expiration date of each and every insurance required herein. Commercial General liability Insurance. Successful bidder shall maintain Commercial General Liabifity Insurance, or similar form, at a limit of liability not less than $500.000 Each Occurrence for Bodily Injury, Personal Injury and Properly Damage Liability. Coverage shall include Premises andlor Operations, Independent Contractors, Products a~dlor Completed Operations, Personal Injury/Advertising liability, Contractual liability and Broad Form Property Damage coverages. Coverage for the hazards of explosion, collapse and underground property damage (X-C-U) must also be Included when applicable to the work to be performed. This coverage shall be endorsed to Include Palm Beach County as an Additional Insured. Business Auto Liability Insurance. Successful bidder shall maintain Business Auto Liability Insurance at a limit of liability not less than $500.000 Combined Single Limit Each Accident for all owned. non-owned, and hired automobiles. (In this context, the term U Autos" is interpreted to mean any land motor vehicle. trailer or semi trailer designed for travel on public roads.) In the event successful bidder neither owns nor leases automobiles, the Business Auto liability requirement shall be amended allowing successful bidder to maintain only Hired & Non-Owned auto Liability. This amended requirement may be satisfied by way of endorsement to the Commercial General Liability, or separate Business Auto coverage form. . Workers' Compensation and Employer's Liability Insurance. Successful bidder shall maintain Workers' Compensation & Employer's Liability Insurance in accordance with Florida Statute Chapter 440. A signed Certificate or Certificates of Insurance. evidencing that required insurance coverages have been procured by the successful bidder in the types and amounts required hereunder shall be transmitted to the County via the Insurance Company/Agent within a time frame specified by the County (normally within 2 working days of request). Failure to provide reqdred insurance shall render your bid non responsive. Page 10 Except as to Business Aulo, Workers' Compensation and Employer's Liability (and Professional liability, when applicable), said Certificate(s) shall c1earlv confirm that coverage required by the contract has been endorsed to include Palm Beach County as an Additional Insured. Further, said Certificate(s) shall endeavor 10 provide ten (10) days written notice to County prior to any adverse change, cancellation or non-renewal of coverage there under. II is the responsibility of the successful bidder to ensure that all required insurance coverages are maintained in force throughout the term of the contract. Failure to maintain the required Insurance shall be considered default of contract. SuccessfUl bidder shall agree to provide the County with at least ten (10) days prior notice of any cancellation, non-renewal or material change to the insurance coverages. All insurance must be acceptable to and approved by County as to form, Iypes of coverage and acceptability of the insurers providing coverage. Bidder shall agree that all insurance coverage required herein shall be provided by Bidder 10 County on a primary basis. 22. INSURANCE REQUIRED LOT II ONLY (PURCHASE/DEUVERYfINST ALLATION) It shall be the responsibility of the successful bidder to provide evidence of the following minimum amounts of insurance coverage to Palm Beae" County, c/o Purchasing Department, Attention Buyer, 50 South Military Trail, Suite 110, West Palm Beach, Florida 33415. During the term of the Contract and prior to each subsequent renewal thereof, the successful bidder shall provide this evide~ce to the County prior to the expiration date of each and every insurance required herein. Commercial Genera[ Liability, or similar form, shall have minimum limits of $500,000 Per Occurrence Combined Single Umit for BOdily Injury, Personal Injury and Property Damage Liability. Coverage shall include Premises and/or Operations, Independent Contractors, Products and/or Completed Operations, Personal Injury/Advertising Liability, Contractual Liability and Broad Form Property Damage coverages. Coverage for the hazards of explosion, collapse and underground property damage (X-C-U) must also be included when applicable to the work to be performed. This coverage shall be endorsed to Include Palm Beach County as an Additional Insured. Business Auto Policy, or similar form, shall have minimum limits of $500,000 Per Occurrence Combined Single Limit for Bodily Injury and Property Damage Liability. Coverage shall include coverage for all Owned Autos, Hired Autos and Non. owned Autos. (In this context, the term "Autos" is interpreted to mean any land motor vehicle, trailer or semi trailer designed for travel on public roads.) Note: When applicable, If the designated sub-contractor Is responsible for the Installation then proof of Business Auto Policy, or similar rorm~ must be provided by the sub.contractor. Workers' Compensation and Employer's Liability coverage is required for m! personnel who work on this project. This shall include the personnel of the contractor and any subcontractors, reaardless of the size of the comoanv. Exemptions for small companies shall not be accepted. Coverage must include Employer's Liability with minimum limits of $100,000 Each ACcident, $500,000 Disease-Policy Limit, $100,000 Disease-Each Employee. Note: When applicable, If the designated sub-contractor is responsible for the Installation then proof of Workers' Compensation and Employer's Liability must be provided by the sub-contractor. A signed Certificate or Certificates of Insurance. evidencing that required insurance coverages have been procured by the successful .bldder in the types and amounts required hereunder shall be transmitted to the County via the Insurance Company/Agent within a time frame specified by the County (normally within 2 working days of request). Failure to provide required insurance shall render your bid non responsive. . Except as to Business Auto, Workers' Compensation and Employer's Liability (and Professional liability, when applicable). . said Certificate(s) shall clearlv confirm that coverage required by the contract has been endorsed to include Palm Beach County as an Additional Insured. Further, said Certificate(s) shall endeavor to provide ton (10) days written notice to County prior to any adverse change. cancellation or non-renewal of coverage there under. .. It is the responsibility of the successful bidder to ensure that all required insurance coverages are maintained in force throughout the term of the contract. Failure to maintain the required insurance shall be considered default of contract. Successful bidder shall agree to provide the County with at least ten (10) days prior notice of any cancellation. non-renewal or material change to the Insurance coverages. All insurance must be acceptable to and approved by County as to form. types of coverage and acceptability of the insurers providing coverage. ~ Page 11 SPECIFICATIONS BID #08-051/MM PLAYGROUND/PARK EQUIPMENT AND PARTS, TERM CONTRACT PURPOSE AND INTENT: The purpose and intent of this Invitation for Bid (IFB) is to secure a single, fixed percentage discount from manufacturer's current price list for the purchase and delivery of various Playground & Park Equipment and Parts in accordance with specifications/requirements stated herein. Additionally, it shaW also secure a single, fixed percentage (plus + or minus -) based on manufacturer's current price list for purchase, delivery and installation of various Playground & Park Equipment in accordance with specificationslrequirements stated herein. Note: Playground & Park Equipment may be required at any location within Palm Beach County. Fixed Percentaae: LOT I - PURCHASE AND DELIVERY ONLY 1. Bidder shall indicate on Bid Response page their single fixed percentage discount to be deducted from the manufacturer's current list prices. NOTE: It is understood that current price lists are subject to change; however. percentages shall remain fixed. LOT II-PURCHASE. DELIVERY & INSTAlLATION 2. Bidder shall indicate on Bid Response page their single fIXed percentage (plus + or minus -) for the purchase. delivery and installation of equipment and/or play structures based on manufacturer's current list prices. 3. Installation includes labor and materials to uncrate, assemble and place on-site. 4. Any installation project which requires pulling of permits, drawings, general contractor and/or engineering consultants, concrete footings, etc. is considered outside the SCODS of this contract. NOTE: It Is understood that current price lists are subject to changsj however~ percentages shall remain fixed. No extra charges or compensation will be allowed under this contract. F.O.B. POINT BIDDERS MUST OFFER F.O.B. DESTINATION FREIGHT CHARGES PREPAID AND AlLOWED OR F.O.B. DESTINATION, FREIGHT CHARGES PREPAID AND ADDED. ANY OTHER "DELIVERY" OFFER WILL NOT BE CONSIDERED. IT IS FURTHER UNDERSTOOD THAT TITLE TO ALL ITEMS ORDERED WILL REMAIN WITH THE AWARDEE UNTIL RECEIVED AND ACCEPTED BY PALM BEACH COUNTY. AWARDEE IS REQUIRED TO FILE ALL CLAIMS FOR DAMAGESISHORTAGES. ETC. EXACT DELIVERY POINT WILL BE INDICATED ON THE PURCHASE ORDER OR TERM CONTRACT ORDER (DO). Page 12 SPECIFICATIONS BID #OS-051/MM PLAYGROUND/PARK EQUIPMENT AND PARTS, TERM CONTRACT CataloQ: All bidders of playground equipment (manufacturer/distributors) must supply current copies of each manufacturer's current price lists, upon request, to all appropriate Palm Beach County Personnel. Successful bidder is required to supply current price lists for distribution, at successful bidder's expense. Additional price sheets must be provided to Palm Beach County as requested at successful bidder's expense. Installation Responsibilities: Palm Beach County will provide water and' electricity from point of closest hook-up only (no hoses or electrical cables will be provided) at sites specified. The Parks Division shall be responsible for all site preparation to include placement location, installation of grade markers, grading, sod removal/replacement, buffer fill, and berm timber installation. The Successful Bidder shall: . furnish, at their expense, all supervision, equipment, machines, tools, materials, labor, transportation, and other facilities and services necessary to perform work specified herein. · not inhibit access to parks and other Palm Beach County locations during work specified herein. . ensure that all playground installers make necessary arrangements to receive shipment of play structures and provide storage prior to, and during installation. Palm Beach County will not be responsible for receiving or storing of play structures prior to or during installation. . be responsible for unpacking, uncrating,' assembling and placing at job site in accordance with specifications herein. . ensure that all playground installers are certified and qualified to inst;:tU play structures as per manufacturers specifications. Certification shall be made readily available for inspection by Palm Beach County personnel at any and all locations requiring installation. . be responsible for the appearance of all working personnel assigned to the project (clean and appropriately dressed at all times). · have an English-speaking supervisor/representative on the work site at all times. who shall be thoroughly knowledgeable of all specifications and other contract documents and have the authority to act in the successful bidder's behalf. Compliance Issues: It shall be the successful bidder's responsibility to insure all products ordered, shipped and/or installed conform, meet, or exceed, all current federal, state and local safety guidelines. Additionally, equipment/installation shall be in compliance with the following Palm Beach County Playground Equipment & Safety Guidelines: I g~G ,,,) SPECIFICATIONS BID #08.051/MM PLAYGROUND/PARK EQUIPMENT AND PARTS. TERM CONTRACT General: Playground equipment shall meet the following general design requirements: Equipment shall be new and of current manufacturer in production at the time of bid opening. Equipment shall be free of points, sharp edges and protrusions that may cut or puncture. Equipment shall be free of other elements that may snag clothing or body parts. Equipment shall be free of angles or openings that may entrap body parts. Equipment shall be free of pinch or crush points. Equipment shall be free of splinters and not be subject to future splintering. Equipment shall have slip resistant walking and climbing surfaces. All equipment and oomponent mounting fasteners to be completely tamper resistant "Hex-pin cap screws" requiring installation/removal with special manufacturer furnished hex-pin Allen wrench or equivalent. Minimum fasteners to be used in conjunction with the above shall be hex-pin flange nuts, Tee nuts, or nylon insert locknuts. Equipment shall have components that drain freely and not collect standing water. Equipment shall have steps and handholds of proper size, spacing and incline where necessary to assist climbing. Equipment shall have all moving parts constructed of materials that minimize the potential for impact injuries. Equipment shall have handrails, raised edges and other barriers where necessary to minimize the potential for falls. Entire unit shall have vandal-proof CDnnectors that cannot be loosened or unfastened without special tools. EqUipment shall permit easy access by adults for maintenance and emergencies. Equipment shall provide more than one means of access and exit. Equipment shall be designed to support the maximum pOssible load able to be imposed on the apparatus. Equipment shall be designed to be permanently anchored in" place. Equipment shall be constructed of non-rusting and non-toxic materials. Equipment shall be constructed of materials that will remaln durable in an outdoor environment. All assembly fasteners used in assembly of play structures are to include cap screws, bolts (all), flange nuts, tee nuts, and washers SHALL BE STAINLESS STEEL ONLY. . -. . ... -- --. .. .. --- ____a _........ I-'age "14 SPECIFICATIONS BID #08-051/MM PLAYGROUND/PARK EQUIPMENT AND PARTS, TERM CONTRACT All end caps/pipe caps shall be fastened in place permanently utilizing metal "drive rivets" or equivalent. Press fit components are unacceptable. Weight bearing components and accessories subject to tensile forces shall be fastened to post clamps with end cap screws or full penetrating fasteners to ensure positive securement under severe use. Non-penetrating set screws are UNACCEPTABLE. Specific: Individual pieces of equipment shall meet specific design requirements. in addition to the general design, as indicated in bid specifications. Requirements not addressed in previously mentioned gUidelines shall be in compliance with prevailing safety standards as set forth in "A Handbook for Public Playground Safety (Volumes I & II)" developed by the U.S. Consumer Product Safety Commission and such safety standards indicated by the Florida Recreation and Parks Association. All state. federal and local safety rules and regulations must be met. Hours of Ooeratlon: The Successful Bidder is advised that the delivery and/or installation of these units shall occur during normal County (ordering department) operational hours. Liaison: The successful bidder(s) shall have available a liaison to work with the Parks Supervisor/Project Manager or other ordering department representative (as applicable) to schedule deliveries and/or installations and to arrange for acceptance. Purchasing Department 50 South Military Trail. Suite 110 West Palm Beach. FL 33415-3199 (561) 616-6800 FAX: (561) 616-6811 www.pbcgov.com/pur . Palm Beach County Board of County Commissioners A.ddie L. Greene. Chairperson Jeff Koons. Vice Chair Karen T. Marcus Robert]. Kanjian Mary McCarty Burt A.aronson Jess R. Santamaria County Administrator Robert Weisman "An Equal Opportunity Affirmative A chon Employer' @ printed on recycled paper May 20, 2008 Playmore West, Inc. 10271 Deer Run Farms Road, Suite 1 Fort Pierce, FL 33966 Dear Vendor: RE: TERM CONTRACT #: 08051 This is to inform you that Palm Beach County Board of County Commissioners is entering into a Term Contract with your company for PLAYGROUND/PARK EQUIPMENT AND PARTS based on: [X] BID/REQUEST FOR QUOTATION (RFQ) #: 08.051/MM AWARDED ITEMS LISTED AS FOLLOWS: LOT I - ITEM 1A - MANUFACTURER: ZEAGER WOODCRAFT, SOF SURFACES, CLASSIC RECREATION, SHADE SYSTEMS LOT I - ITEM 1 B - MANUFACTURERS: ZEAGER WOODCRAFT, SOF SURFACES, WEBCOAT, CLASSIC RECREATION, SHADE SYSTEMS LOT I-ITEM 10A & 10B - PLAYWORLD SYSTEMS LOT II - ITEM 1 - MANUFACTURERS: PLAYWORLD SYSTEMS, ZEAGER WOODCRAFT, WEBCOAT, FOREVER LAWN, CHILDSAFE The term of this contract is 5/23/2008 through 5/22/2010. The estimated dollar value awarded to all vendors Is $ 1.333,250. The obligations of Palm Beach County under this contract are subject to the availability of funds lawfully appropriated for its purpose by the State of Florida and the Board of County Commissioners. Palm Beach County Departments will issue individual hard copy orders against this contract as your authorization to deliver. All invoices must reference a unique document number (e.g. CPO/DO 680 XY03030500000000001111 or CPOIDO 680 XY030305*1111). Failure to provide an order number with each invoice will result in a delay in processing payment. If you have any questions, please contact MARYANN MCGEE at (561)616.6835. Sincerely, efJ.AJ-L U- c: Reid Raymond, Parks & Recreation Larry Schaner, FDO Vernetha Green, WUD Bonnie Stein, Fire Rescue Lavlnea Gardner, Library File Page 15 ATTACHMENT I LOT I, ITEM 1 ADDITIONAL MANUFACTURER'S - PURCHASE AND DELIVERY ONLY - SINGLE FIXED PERCENTAGE DISCOUNT FROM MANUFACTURER'S CURRENT LIST PRICE A. B. ITEM # DESCRIPTION SINGLE FIXED SINGLE FIXED MANUFACTURER CATALOG OFFERED DISCOUNT FROM DISCOUNT FROM MANUFACTURER'S MANUFACTURER'S CURRENT LIST PRICE CURRENT LIST PRICE FOR EQUIPMENT FOR PARTS 1. Z[A6.r'(Z S- % S- % 2. SofSURFAC'[5 Is % IS- % 3. w[ BCOAT ) % S- % 4. !ZtC(?' LA') lO.v S' % S % {L-ASS Ie 5. {. )~\ A /J 2.. S VS T[ /'-"l 5 :3 % 3 % 6. % % 7. % % 8. % % % % 9. 10. % % Firm Name: fLA.Yt\cRL w(~T I (A/'C Page 16 ATTACHMENT II LOT II, ITEM 1 ADDITIONAL MANUFACTURER'S- PURCHASE, DELIVERY & INSTAlLATION- SINGLE FIXED PERCENTAGE (PLUS + OR MINUS - ) BASED ON MANUFACTURER'S CURRENT LIST PRICE ITEM # DESCRIPTION SINGLE FIXED PERCENTAGE MANUFACTURER CATALOG OFFERED (PURCHASE, DELIVERY & INSTAllATION) CIRCLE EITHER + OR - WITH PERCENTAGE 1. <f)1 -) 2-0 % PLAVLJo(Zl,() s rS /21""-5 I Ip<. (must circle + or . ) 2. ( + /b1 5 % CJ-iIL-()SA'FE- '(must circle + or . ) 3. ( + I~ 5 % ((!) rz z- tJ[ {L LA LJ,tJ (must circle + or . ) 4. ((J)I .) 8"5 % Z{A~E f2- (must circle + or . ) 5. (cPl-) 2-5 % ~0 F 5t/j2 rA-c l') (must circle + or -) ,,-. 36 6. ( iY I - ) % W[r5CO,A,~ (must circle + or - ) 7. ( + I - ) % (must circle + or . ) 8. < + / - } % (must circle + or - ) ( + I - ) % 9. (must circle + or - ) 10. ( + I - ) % (must circle + or - ) Firm Name: P LAr AdfGL WLS T, I tV C, Page 17 BID RESPONSE BID #OS.QS1/MM PLAYGROUND/PARK EQUIPMENT AND PARTS, TERM CONTRACT LOT 1 - PURCHASE AND DELIVERY ONLY - SINGLE FIXED PERCENTAGE DISCOUNT FROM MANUFACTURER'S CURRENT LIST PRICE ITEMfl! NAME OF MAUNFACTURER A. SINGLE FIXED DISCOUNT FROM MANUFACTURER'S CURRENT LIST PRICE FOR E U PUENT B. SINGLE FIXED DISCOUNT FROM MANUFACTURER'S CURRENT LIST PRICE P S 1. -MANUFACTURER'S CATALOG OFFERED: % % * NOTE: USE ATTACHMENT IIF BID.DING MORE THAN. ONE MANUFACTURER LOT 1- PURCHASE AND DELIVERY ONLY - SINGLE FIXED PERCENTAGE DISCOUNT FROM MANUFACTURER'S CURRENT LIST PRICE ITEM # DESCRIPTION A. B. SINGLE FIXED DISCOUNT FROM SINGLE FIXED DISCOUNT FROM MANUFACTURER'~a~~IRRENT LIST MANUFActuRER'S CURRENT PRICE. FOR E PIII:NT LIST PRICE FOR PARTS 2. LANDSCAPE STRUCTURES, INC. % % , , . ., 3. OUTDOOR ALUMINUM % '%. . 4. NEVCO SCOREBOARD % % 5. GAMETlME, INC. % % 6. DUMOR, INC. % % .. 7. LlITLE TlKES % % 8. TOT TURF % % '. 9. PLAY & PARK STRUCTURES % % 10. PLAVWORLDSYSTEMS fO % (0 % 11. MIRACLE RECREATION EQUIPMENT % % 12. BCI BURKE % % FIRM NAME: Cont'd PtAYMO{CL W[5T/ (/JC, Page 18 BID RESPONSE BID #08~51/MM PLAYGROUND/PARK EQUIPMENT AND PARTS, TERM CONTRACT LOT II- PURCHASE. DELIVERY & INSTALLATION - SINGLE FIXED PERCENTAGE (PLUS + OR MINUS _) BASED ON MANUFACTURER'S CURRENT LIST PRICE (Installation Includes labor and materials to uncrate, i i l \ assemble and alace on...lte) ITEM # ITEM SINGLE FIXED PERCENTAGE (PURCHASE, DELIVERY & INSTALLATION) CIRCLE EITHER + OR - WITH PERCENTAGE .. .' - 1. .'MANUFACTURER CATALOG . OFFERED: ' ; ( + I - ) % (must circle + or - ) , *.NOTE - USE 'ATTACHMENT III.F BIDDING MORE TH~ ~NE MANUFACTUR~~ " ;~ , ? I~OT II - PURCHA.SE~'>DELIVERY& INSTALLATION - ~!~GLE FIXED PERCENTAGE (PLUS +' OR MI,NUS -,) : BASED ON MANUFACTURER'S CURRENT LIST PRICE (Installation Includes labor and materials to uncrate, l~ I I assemble and alace on..lte), , . , . ITEM # NAME OF "ANUFACTURER SINGLE FIXED PERCENTAGE ~ (PURCHASE, DELI~RY & INSTALLATION) l., . , CIRCLE EITHER + OR "7. WITH PERCENTAGE . ~ . ~'~- ,- , . -';'- .' ,2. LANDSCAPE STRUCTURES, INC. ( + I - ) % (must circle + or - ) 3. OUTDOOR A,LUMINUM ( + I - ) % (must circle + or - ) GAMETIME, INC. ( + I - ) % 4. ., (must circle + or -) 5. DUMOR ( + I - ) % , " (must Rlrcle +or -). , 6. LITTLE TIKES ( + I - ) % (must circle + or - ) 7. TOT TURF I ( + - ) % (must circle + or - ) Cont'd FIRM NAME: PL.A'( ;V\-(?;J'Z L w['s T, I,.,vC-, Page 19 BID RESPONSE BID #08"()51/MM PLAYGROUNDIPARK EQUIPMENT AND PARTS, TERM CONTRACT PLEASE PROVIDE INFORMATION REQUESTED AND INITIAL WHERE INDICATED FOR THE FOLLOWiNG: Manufacturer Certification (LOT II): 1. For each manufacturer offered, bidder has submitted with their bid response written evidence, from the manufacturer, which states that the bidder or the bidder's sub-contracted installer is authorized and certified to install (uncrate, assemble and place on site) the specified manufacturer's. playground e,quipment. ..~. (INITIAL) 2. F.O.B. POINT - FREIGHT (LOT I AND LOT 11): ~ YES, certifications included . BIDDERS MUST OFFER F.O.B. DESTINATION FREIGHT CHARGES PREPAID ,AND ALLOWED,lOR F.O.B. DESTINATION, FREIGHT CHARGES PREPAID AND ADDED. ANY OTH~R "DELIVER~ OFFER WILL NOTBE CONSIDERED. IT IS FURTHER UNDERSTOOD THAT TITLE TO ALL ITEMS ORDERED WILL REMAIN WITH THE AWARDEE UNTIL RECEIVED At:-'D ACCEPTED BY PALM BEACH COUNTY. AWARDEE IS REQUIRED'TO FltE ALL, CLAIMS FOR DAMAGES/sHORTAGES, ETC. EXACT DELIVERY POINT WI~L BE INDICATED ON THE PURCHASE ORDER OR TERM CONTRACT ORDER (DO). PLEASE CHECK AND INITIAL ONE OF THE FOLLOWING, AS APPROPRIATE ( ) F.O.B. DESTINATION, FREIGHT CHARGES PREPAID AND ALLOWED (INITIAL) (OR) (v) L 12- F.O.B. DESTINATION, FREIGHT CHARGES PREPAID AND ADDED (INITIAL) 3. INSTALLATION (LOT 11): Bidder dearly understands that the percentages olffered In Lot II requireiDroduct.deliverv and installation' In accordance .~ with industry standards that minlmaUy oof!lply techniCally: mechanically and aesthetically to manufacturer's standar~s and alt specificatl9ns stated Herein. Any Installation project that requires thepulUng of penn Its, engineering drawings,. General Contractor and/or englneerlr:w9"~~s~lblnts,. concrete .footlngs,'etc: Is considered outside the scope of this contract. Omission ~ any essential 'detail from these ~peclfl~lons does not relieve the supplier from furnishing and installing (un crate. assemble and place on-site) a complete and functional unit or system within the definition of Install as specified herein. MQ additional charges or compensation will be allowed under this contract.. I understand k- (INITIAL) Cont'd FIRM NAME: Pt-A (/1PflL w.ES T I I pC, Page 20 BID RESPONSE BID #08-051/MM PLAYGROUNDI PARK EQUIPMENT AND PARTS, TERM CONTRACT 4. CONDITIONED OFFERS: Bidders are cautioned that any condition, qualification, provision, or comment in their bid, or in other correspondence transmitted with their bid, which In any way modifies, takes exception to, or is inconsistent with the specifications, requirements, or any of the terms, conditions, or provisions of this solicitation, is sufficient cause for the rejection of their bid as non-r~sponsive. I understand .~, "(INITIAL) Is Qualifi,cation of Bidders information included, per Term and Condition #...:L.? YES ~ < INITIAL * PLEASE AFFIX, SIGNATURE WHERE INDICATED (Ff'lLU"RE TO DO ~9 SI:i~LL\RESU(T IN THE REJECrIO.N OF YOUR BID) By slgflature of) this dOCUment, blader,acknd'-wledge~an,d'agfees thaflts 9ffer includes and accepts'all tenns, c6nditionsiaQd spec.!fi~tion~ of,ttte Cpuntys bid,~oIiCit~tionas,originally publlshed,without e'.<ception. change or SlIJer,atl9n)if~riY kir;td; E(xcept.as m~y ~have,been published1by thErCoiJri!y'in'officlal amendments prior to this d~~e o.~~~ubrrilttal. . . ~ r c FiRM NAME: (Enter the entire legal name~Of the bidding entity) DATE: ", .... .' P(AYMOJ?~ w[' '5 T I I ,.cJC, L( /2/0 '8' PRINT NAME: C-c../ Ie. l:. ;2vS::5't:.t.c:- * SIGNATURE: ~~ PRINT TITLE: l,/ j C'~ /:/(2 r 5 lCJE.',v' ,- ADDRESS: I~' 2. ! ( Oz .l.' Ie /Zvt<-" FA ,e.....-t ,) (Co, .$ (,.:' I -, [ ( 'r CITY I STATE: FO)~ r ~rf (L~ I FL ZIP CODE: '33'1 be::. TELEPHONE # (2. "3 "i) "/ C( I ,- 2....' (;) (> ;E-MAI~: il\~e. (J't:l.Y("\or-eo-i ',""" P ,Cel........ TOLL FREE # ( 8'~~) 6'?" ~ 3 '7 5' -, FAX #: ( l 3 "'I ) /,q I -eYDt APPLICABLE LICENSE(S) 1'2 S- Z 2. L. '-f TYPE: ('[;21'1 '::/1"!) !5C.//LOff'1-(.. ("'0".... fA.--t'c, f"CJ/( NUMBER # FEDERAL 10 # 6S-.....CJ'1 8' '-11-10 8'