Loading...
Item #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