Loading...
Item #03 Approval to Piggyback from the Manatee County School District Bid MCSD No. 15-0050-MR and Purchase Scoreboards for the Baseball and Football Fields at Central Park and Sorenson Fields ocoee florida AGENDA ITEM COVER SHEET Meeting Date: January 3, 2016 Item # 3 Reviewed By: Contact Name: Jeffrey Hayes Department Director: Contact Number: 407-877-5803 City Manager: / `a,, j�- Subject: Authorization to piggyback from the Manatee County School •istrict bid MCSD No. 15-0050-MR and purchase scoreboards for the baseball and football fields at Central Park and Sorenson Fields. Background Summary: At the December 15, 2015 City Commission meeting, the Ocoee Little League Association and the Ocoee Bulldog Football Association requested funding assistance from the City Commission to replace six scoreboards at Central Park and Sorenson Fields. Based upon the information provided, the City Commission approved to grant up to $18,000 from the City Contingency Fund for the purchase of scoreboards for the Little League Fields at Central Park and Sorenson Fields, and for the Bulldog Football Field at Central Park. At the time the request from the Ocoee Little League and Ocoee Bulldog Football Associations was presented and approved, the City Commission understood that the scoreboards could be purchased through a piggyback process with a Palm Beach County contract. Since this meeting, staff reviewed the Palm Beach County contract and found that it had expired and was no longer a valid option. Staff has found another bid (MCSD No. 15-0050-MR) with the Manatee County School District that did provide comparable pricing for the same scoreboards that the Ocoee Little League and Ocoee Bulldog Football Associations had requested purchasing. Staff has deemed the prices quoted by the vendor, Nevco, Inc. (Greg Premer, Display and Scoring Consultant-Florida) are reasonable and comparable to the Palm Beach County contract. Therefore, staff requests the City Commission approve piggybacking from the Manatee County School District bid MCSD No. 15-0050-MR for the purchase of said scoreboards, and authorize staff to purchase the scoreboards based upon the proposal from the vendor Nevco, Inc. in the amount of$17,975.88. Issue: Should the Honorable Mayor and City Commission approve piggybacking from the Manatee County School District bid MCSD No. 15-0050-MR for the purchase of said scoreboards, and authorize staff to purchase the scoreboards based upon the proposal from the vendor Nevco, Inc. in the amount of$17,975.88. Recommendations Staff recommends the Honorable Mayor and City Commission approve piggybacking from the Manatee County School District bid MCSD No. 15-0050-MR for the purchase of said scoreboards, and authorize staff to purchase the scoreboards based upon the proposal from the vendor Nevco, Inc. in the amount of$17,975.88. Attachments: NEVCO Quotation 00050585 Manatee County School District Bid No. 15-0050-MR Manatee County School District Bid Award Manatee County School District Contract Awarded Bid 1500050 Financial Impact: Funds totaling $18,000 were previously approved from the City Commission Contingency Fund for the purchase of the scoreboards at the December 15, 2015 City Commission meeting; the cost of the scoreboards total $17,975.88. Type of Item: (please mark with an x') Public Hearing Fe/Clerk's Dept Use: Ordinance First Reading ^ Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda XCommission Approval Discussion&Direction 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. �� N/A Reviewed by () N/A 2 J n EVCD • QUOTATION Account Name Ocoee Little League Created Date 12/16/2015 Quote Number 00050585 Expiration Date 2/5/2016 Contact Name Gary Hood Prepared By Greg Premer Title League President Title Display and Scoring Consultant Email Address uroutgt @aol.com Phone (727)282-9028 Email Address gpremer @nevco.com Quantity Model/Part# Product Description Dimensions L x H x W/D Total Price 2.00 1610 Baseball/Softball LED Scoreboard 10'x4'x8" I $4,973.36 3.00 1650 Baseball/Softball LED Scoreboard 8'x3'x8" $5,226.51 1.00 3650 Football/Soccer LED Scoreboard 10'x4'x8" $2,557.23 6.00 802-0300-MPCX2 Baseball/Softball Wireless Handheld Control 0.3'x0.5'x0.1' $1,489.02 6.00 MPCX/MPCX2 Case MPCX/MPCX2 Control Carrying Case(holds 2 12.4'x8"x4" $124.50 controls) 6.00 MPCX2 Rec-Outdoor x6xx In-board Wireless Receiver Kit $2,485.02 Ttl Shipping Wt(Ibs) 1,340 Subtotal $16,855.64 County Orange Freight $1,120.24 Total $17,975.88 Customers who purchased items in this quote also purchased the following: Stadium Pro Sound Series •Stadium Pro 1000 series and Stadium Pro 2000 series available •Custom designed for the athletic market to provide complete coverage •Single-point sound source system located at scoreboard •Speakers and subwoofers will deliver clear, intelligible voice and concert quality BULLDOGS music at high decibel levels throughout your facility •5 Year Warranty on loudspeakers and custom designed speaker cabinet Customers who purchased items in this quote also purchased the following: Scorbitz • Unlimited advertising revenue potential • Real-time,streaming scores and updates on your smart phone and other internet devices •Post or check upcoming game schedules J •Send notifications to phone to let fans know the game is about to start and after the game 24 with the final score•Enhance your relationships with fans and alumni Quote Number 00050585 Visit Our Website www.nevco.com flEVCO QUOTATION Electronic Team Names(ETN) ++• •.'" • Customize the team names • •• Easily changed from game to game + ' • • • Program team names using the console control r f`: %'r' • Bright, long-lasting, energy-efficient LED J. f i '' S. 4. ��„ • Perfect for Multi team Complexes or facilities that host Tournaments r .\`� • Available on most models t 1. .�.s�• ` Message Centers IF,° N STA , ' Flexible advertising solution • Exciting in-game animations HO 'Am,�r • Display additional slats and player info • Long-lasting LED technology p, AT 10 IA4 SIBIIE 101 1 1 • Full color and monochrome(red or amber) 9 0 0 0 • Many sizes to fit your scoreboard and venue -1mmo 170 I I41111 III lli1 ll3 'Lc c,1vc 000 0 I 0 Extended Warranty �-c E N p�p •Additional protection for 24 months k, • Same terms as the included 5-year warranty /*** •Available for indoor or outdoor scoreboards WARRANTY • Longest warranty available in industry *4* O,,N3 y�� Pitch Counter Display HOME GUESTS •• Comply with league pitch count rules • Prevent arm injury or fatigue a --1 • Hand-held Wireless operation • Connects with Nevco scoreboard controls --- • Mounts next to new or existing scoreboard PITCH COUNT • Multiple sizes and colors available ,�E�o Pitch Timer Display • Wireless operation I I I L • Set any time up to 199 seconds • Includes horn • Track time in between pitches or innings • Comply with NCAA regulations PITCH TIME • Reduce overall game time AE VCO Quote Number 00050585 Visit Our Website www.nevco.com _ flEVCD QUOTATION Solar Power Kit • Reduce installation costs 41./ ; `. 4,`.i*lY • Install"off-grid"scoreboards and accessories • No wires, No electric bills. s 3" `' '4:' • Built-in battery charge meter `� • Designed for all weather conditions 1pi 1 • No Trenching. No boring. No overhead lines. II • Complies with NEC standards Section 690 Billing/Shipping Information Bill To Name Ocoee Little League Ship To Name Ocoee Little League Bill To Ocoee,FL USA Quote Terms and Conditions The above pricing is for equipment only and does not include installation(unless specified)or taxes(if applicable).Credit terms determined upon receipt of purchase order.Shipping terms are F.O.B.Greenville,IL USA. Scoreboards and Message Centers are UL Listed and come with our free 5-year guarantee.Wireless components, UltraScore Portable Scoreboard and Solar Power Kit carry a 2-year guarantee.Hand-held controls and switches carry a 1-year guarantee. Scoreboards are available in 15 standard colors at no extra charge.Please contact your consultant for production/shipping lead times. Purchase Order Nevco,Inc. Remit To Address Nevco,Inc. Address 301 East Harris Ave 7957 Solution Center Greenville,IL 62246-2151 Chicago, IL 60677-7009 800.851.4040/618.664.0360 Quote Acceptance Signature Title Name Date Quote Number 00050585 Visit Our Website www.nevco.com 0 BASEBALL E' SOFTBALL SCOREBORROS 3, Size:10'x 4'x 8"(3.05 x 1.22 x .20 meters) Approximate hanging weight: 130 lbs.(60 kg) Digit Size: 18" Digit Color: High Intensity Red or Amber NOME INNING GUESTS . .:_ , ,2 6- 3 .: flEVCo i i 0, BALL • • • STRIKE • i Small scoreboard designed for combination Baseball/Softball facilities. • Designed to withstand wind load speed zones exceeding 150 mph. • Operate wired or wireless. • Large digits easily seen from long distances. • White outline striping separates features for greatest readability. • Bright, long lasting,energy efficient LEDs. • Gasketed digits reduces water intake. • Flexible mounting.Can mount directly to columns OR on laterals for complex or retro-fit installations. • Flush sign mounting. iiiiii Combine your scoreboard with a Nevco monochrome or full-color message center to create a complete scoring and display system.Team/Sponsor signs also available. BUILD YOUR OWN DISPLAY AND SCORING SYSTEM ONLINE AT: fEVC0 WWW. NEVCO . COM MAXIMIZE YOUR IMPACT U.S.& CANADA: 800-851-4040 INTERNATIONAL: 618-664-0360 FAX: 618-664-0398 E-MAIL: INFO @NEVCO.COM INTEGRATED DISPLAY AND SCORING SOLUTIONS ,.ej tq OVI a uucui-,D Model 1610 (Outdoor) 1.191.E Baseball/Softball Scoreboard SCOREBOARD/CONTROL OPERATING FEATURES MODEL 1610 I MPC(W)-4/5/6 I MPCW WIRELESS I MPCX WIRELESS Not available with ET Ns TEAM SCORES Displays 0-99. Displays 0-99. Displays 0-99. 18"High Intensity Red or Amber LED Digits INNING Displays 0-9. Displays 0-9. Displays 0-9. 18"High Intensity Red or Amber LED Digits INDICATORS Three for ball. Three for ball. Three for ball. 2"diameter High Intensity Red or Two for strike. Two for strike. Two for strike. Amber LED cluster Two for Out. Two for Out. Two for Out. PITCH COUNT N/A Supported. Supported. Integrates with PCD display. Integrates with PCD display. Controlled by hand-held switches. Requires Pitch Count MPCX control. PITCH TIMER N/A Supported. Supported. Integrates with 9520 display. Integrates with 9520 display. Controlled by hand-held switches. Requires SCD/DGT MPCX control. In addition to the standard 15 colors,Nevco can match any PMS color.Please contact your local Display and Scoring Consultant for pricing information. #103 #73 ' " #99 #142 #74 #120 #72 #140 #121 #141 #104 #76 Cardinal Maroon Golden Kelly Forest Teal Electronic Royal Midnight Navy Medium Print Red range Yellow Green Green Blue Blue Blue Blue Blue Purple Black AGENCY APPROVAL:UL/CU L listed,FCC,CE,INDUSTRY CANADA. LED UNITS:Seven-bar segmented digits with protective aluminum cover. SCOREBOARD:Size 10'L x 4'H x 8"D(3.05 x 1.22 x.20 meters), POWER:120 VAC,.7 Amps,50/60 Hz./240 VAC,.3 Amps,50/60 Hz. constructed of aluminum.Scoreboard has 1"white outline striping. Requires earth ground. Hanging weight approximately 130 lbs.(60 kg). BUILT-IN LIGHTNING PROTECTION:All models feature fiber-optic CAPTIONS:HOME,GUESTS,INNING,BALL,STRIKE,OUT,white isolation circuitry providing additional protection against lightning strikes. letters 8"high. GUARANTEE:TO VIEW OR RECEIVE THE MOST RECENT COPY OF OUR GUARANTEE,PLEASE VISIT:WWW.NEVCO.COM/INFO/GUARANTEE.PHP U.S.SERVICE:1-800-851-4040. INTERNATIONAL SERVICE:1-618-664-0360. CANADA SERVICE:1-800-461-8550. BUILD YOUR OWN DISPLAY AND SCORING SYSTEM ONLINE AT: • fEVC0 WWW. NEVCO . COM MAXIMIZE YOUR IMPACT- U.S.& CANADA: 800-851-4040 INTERNATIONAL: 618-664-0360 FAX: 618-664-0398 E-MAIL: INFO @NEVCO.COM Cut along the outer border and affix this label to your sealed bid envelope to identify it as a "Sealed Bid". Be sure to include the name of the company submitting the bid where requested. SEALED BID • DO NOT OPEN SEALED BID NO: 15-0050-MR TITLE OF BID: SCOREBOARDS REPLACEMENT AND REPAIR DUE DATE: THURSDAY, DECEMBER 4, 2014 TIME: 3:00 PM SUBMITTED BY: (Print Name of Company) DELIVER TO: PURCHASING DEPARTMENT SCHOOL DISTRICT OF MANATEE COUNTY SCHOOL SUPPORT CENTER 215 Manatee Avenue West Bradenton, FL 34205 PLEASE NOTE DELIVERY ADDRESS Purchasing Department at the School Support Center 215 Manatee Avenue West, Bradenton, FL 34205 This is a secured facility. Ensure enough time if dropping off bid. PLEASE NOTE: From time to time, addenda's may be issued for this bid. Any such addenda will be posted on the same website from which you obtained this bid. You should periodically check our website to download any addenda which may have been issued. Bids received without addendum acknowledgement shall be considered nonresponsive. Do not submit bid prior to addenda due date! It is the Vendors responsibility to ensure the Purchasing Office receives documents according to bid specifications. We are not responsible for delivery systems — internal or external. Bids received in the Purchasing Office after the noted due date and time will be returned un-opened. All vendors and potential vendors need to register with our e-procurement service. The vendor registration is intended for use in identifying vendors desiring to receive solicitations released by the Manatee County School District Purchasing Department. To view, download and be notified of competitive solicitations visit www.myvendorlink.com and www.manateeschools.net/pages/SDMC/Departments/District Support Services/Purchasing Bids, RFP and Piggyback Information. Page 1 of 31 • School District of Manatee County PURCHASING DEPARTMENT 215 Manatee Avenue West Bradenton, Florida 34205 Direct Line(941)708-8770 FAX Line(941)708-8485 www.manateeschools.net/pages/SDMC/Departments/District Support Services/Purchasing SCHOOL BOARD: JULIE ARANIBAR*CHAIRMAN* DAVE"WATCHDOG"MINER*VICE-CHAIRMAN* ROBERT C.GAUSE BARABARA A.HARVEY KAREN CARPENTER SUPERINTENDENT RICK W.MILLS October 24, 2019 TO ALL INTERESTED BIDDERS: You are hereby invited by the School District of Manatee County to submit a bid on furnishing and delivering the following: SCOREBOARD REPLACEMENT AND REPAIRS,MCSD No. 15-0050-MR Sealed bids will be received at the School District of Manatee County Purchasing Office, 215 Manatee Avenue West, Bradenton, Florida, 34205, until 3:00 p.m., Thursday, December 4,2014. Bids received in the Purchasing Office after the above specified time and date will not be considered and will be returned to the bidder unopened. No submissions or amendments made after bid opening shall be considered. Bidders shall return the Form of Proposal (both printed original copy and copy on CD disk) in a sealed envelope, PLAINLY MARKED ON THE OUTSIDE, "BID ON SCOREBOARD REPLACEMENT AND REPAIRS, MCSD No. 15-0050-MR." If multiple bids are to be opened, they will be opened sequentially by bid number. Products and/or services shall be in keeping with the specifications as prescribed in this bid. Designation of a particular brand or make is not meant to restrict bidding but merely to indicate the type and quality desired. The Board reserves the right to reject any or all bids, request new bids, consider alternate bids which meet the general specifications set forth and waive any informality. It also reserves the right to award bids on such items and/or services it deems will best serve the School District of Manatee County's interest from the standpoint of price, quality, and suitability for the intended purpose and any other determining factors. In addition, the District reserves the right to create, and select suppliers from a"short list" in order to enter into negotiations with one or more suppliers, with the intent of awarding a contract. Awards will be made to the most responsive and responsible bidder(s) in the opinion of the Board. Very truly yours, Purchasing Department Page 2 of 31 INSTRUCTIONS TO BIDDERS BID ON SCOREBOARD REPLACEMENT AND REPAIRS, MCSD No. 15-0050-MR GENERAL BIDDERS INFORMATION: Interested vendors are advised that the School District of Manatee County will not consider bids which contain an escalation clause for the initial contract period. It is understood that normal bid processing time will be 30-60 days after opening date of bid and that prices reflected by this bid will be firm through bid processing time and the delivery of items awarded. GENERAL PROPOSERS INFORMATION: Interested vendors are advised that the School District of Manatee County will not consider bids which contain an escalation clause. It is understood that normal bids processing time will be 30 - 60 days after opening date of bids and that prices reflected by this bids will be firm through bids processing time and the delivery of items awarded. BIDDER'S LIABILITY: Bidders are expected to examine the specifications and all special and general conditions,requirements and instructions. Negligence on the part of the bidder to make the necessary examinations and investigations,or failure to fulfill, in every detail,the requirements of the contract documents,will not be accepted as a basis for varying the requirements of the district.Failure to follow the instructions contained in the bid for completion of a bid response is cause for rejection of a bid. LOCAL PREFERENCE:Interested vendors are advised that the School District of Manatee County has a local preference policy. In order to support the economic interests of the businesses and residents of Manatee County and the surrounding area, preference shall be given to a local business in the purchase of commodities and services. The complete policy can be viewed httn://www.manatee.kl2.fl.us/policv procedure/nolicies.html PURCHASE TERMS AND CONDITIONS: This bid and the corresponding purchase orders will constitute the complete agreement. The School District of Manatee County will not accept proposed terms and conditions that are different than those contained in this Invitation for Bid, including pre-printed text contained on catalogs, price lists, other descriptive information submitted or any other materials. By virtue of submitting a bid,vendor agrees to not submit to any School District of Manatee County employee,for signature,any document that contains terms and conditions that are different than those contained herein and that in the event any document containing any term or condition that differs from those contained herein is executed, said document shall not be binding on the School District of Manatee County. EX PARTE COMMUNICATION: To assure proper and fair evaluation of submissions, after submissions are received the District prohibits ex parte communication initiated by the submitter to Board members and discourages ex parte communication initiated by the submitter to any District official or employee evaluating or considering the submissions prior to the time a decision has been made. Communication between a submitter and the District will be initiated by the appropriate District official,employee or designated consultant in order to obtain information or clarification needed to develop a proper and accurate evaluation of the submission. Ex parte communication may be grounds for disqualifying the offending submitter from consideration or award of the contract then in evaluation or any future contract. PURCHASES BY OTHER PUBLIC AGENCIES: 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 same terms and conditions as stated herein. DIVISION OF CORPORATIONS REGISTRATION REQUIREMENTS: Vendors who are required to be registered with the Division of Corporations or who are incorporated within the State of Florida must furnish their Florida document number. All registered vendors must have an active status in order to be eligible to do business with the School District of Manatee County. Bids received from vendors with an inactive status will be considered nonresponsive. The specific requirements for registration are found in Chapter 607 of the Florida Statutes. To register,visit Sunbiz.org. The following guidelines may be helpful: Sole Proprietorship—Individual: A person doing business under his/her own name,as an individual, is not required to register with the Division of Corporations. Fictitious Name: A person doing business under a name other than his/her own is required to register with the Division of Corporations. Out of State(Foreign)Corporations: A business incorporated in another state that does not have an office in the State of Florida does not have to register with the Division of Corporations. In State Corporations: A business that is incorporated in another state that has an office in the State of Florida or has a subsidiary in the State of Florida is required to register with the Division of Corporations. Page 3 of 31 Instructions to Bidders—continued Bid on Scoreboard Replacement and Repairs, MCSD No. 15-0050-MR CANCELLATION: Notwithstanding any other provision of this invitation,any agreement resulting from this invitation may be unilaterally canceled by the School District of Manatee County via either of these two methods at the District's sole discretion: 1. In the event any of the provisions of the awarded bid are violated by the vendor,the School District of Manatee County may give written notice to the vendor stating the violations or deficiencies and demanding their cure. If those violations or deficiencies are not cured to the School District's reasonable satisfaction within five (5) days of the vendor's receipt of the notice, the agreement may immediately thereafter be canceled by written notification to the vendor;or 2. The School District of Manatee County may terminate any agreement resulting from this invitation at any time,with or without cause,upon thirty(30)days written notice to the other party. AUTHORITY: The School Board of Manatee County,Florida is the sole legal entity having authority to award a bid or bind the School District in regard to any agreement resulting from this invitation. The Superintendent of Schools acts as the Chief Executive Officer of the Manatee County School District and shall have,and is hereby delegated by the School Board,authority to issue any notice,effect any cancelation,perform any inspection,or take any other action to ensure compliance with the terms of this invitation or any agreement resulting there from on the School Board's behalf without further action by the School Board. Instructions to Bidders—continued CLARIFICATION OF BIDS: Bidders should email any questions regarding this bid to purchasing@manateeschools.net no later than November 13,2014. If you do not receive the reply message which states"Your questions have been received by the Purchasing Department of the School District of Manatee County",please contact the Purchasing Department at(941)708-8770. Questions received after the above mentioned date will not be acknowledged. Changes to the bid which have a material effect shall be communicated to bidders only by written addenda. ADDENDA TO BIDS: From time to time, addenda's may be issued to this bid. Any such addenda will be posted on (www.myvendorlink.com) and the Purchasing Website (www.manateeschools.net/vaaes/SDMC/Departments/District Support Services/Purchasing) Bids, RFP and Piggyback Information November 17,2014. Addenda's must be acknowledged on the Form of Proposal in the space provided by the appropriate Addendum Number. Bids received without addendum acknowledgement shall be considered nonresponsive. Do not submit bid prior to addenda due date. BID OPENING: Shall be public at 3:00 p.m.,December 4,2014,in the School District of Manatee County Purchasing Office, 215 Manatee Avenue West,Bradenton,Florida,34205. It is the bidder's responsibility to assure that the bid is delivered at the proper time and place of bid opening. No submissions or amendments made after bid opening shall be considered. It is the Vendors responsibility to ensure the Purchasing Office receives documents according to proposal specifications. We are not responsible for delivery systems—internal or external.Bids received in the Purchasing Office after the noted due date and time will be returned un-opened. BIDS RECEIVED BY TELEPHONE, TELEGRAPH, EMAIL OR FACSIMILE MACHINES SHALL BE CONSIDERED NONRESPONSIVE_ FORM: Bids must be typed or printed in ink on the Form of Proposal enclosed herewith and returned in a sealed envelope. Bids which do not bear the original signature of an authorized representative in Blue Ball Point Pen on the Form of Proposal or are completed in pencil will be considered nonresponsive. EVALUATION COMMITTEE MEETING: Evaluation meetings will be open to the public pursuant to Florida State Statue 286.011 and noticed on the Purchasing Web Site — (www.manateeschools.net/pages/SDMC/Departments/District Support Services/Purchasing) and on the School District bulletin board located in the lobby at the School Support Center,215 Manatee Avenue West,Bradenton,Florida,34205.Exempt from the public meeting will be any portion at which a negotiation with a vendor is conducted pursuant to a competitive solicitation, at which a vendor makes an oral presentation as part of the a competitive solicitation, or at which a vendor answers questions as part of a competitive solicitation is exempt from Florida State Statue 286.011. See page 12 for Key Events and Dates contained herein. Page 4 of 31 Instructions to Bidders—continued Bid on Scoreboard Replacement and Repairs, MCSD No. 15-0050-MR LINE ITEM BID CORRECTIONS: The use of correction fluid or erasures to correct line item bid prices and/or quantities are not acceptable. Corrections must be by line outs of the incorrect figures, writing in of correct figures and initialing of the corrections by the originator. Correction fluid or erasure corrected bids will be considered nonresponsive for the corrected items only. BUDGETARY LIMITATIONS: The School District of Manatee County reserves the right to reject any item or items and/or increase or decrease quantities as required due to budgetary limitations. NON-FUNDING CLAUSE: In the event sufficient budgeted funds are not available for a new fiscal period, the Purchasing Department shall notify the vendor of such an occurrence and the contract shall terminate on the last day of the current fiscal period without penalty or expense to the District. AWARDS: The School District of Manatee County reserves the right to make award(s)on an individual,multiple,lump sum or low total basis. NOTIFICATION OF AWARD: After award by the School Board of Manatee County, bidders are invited to visit our e- procurement website (www.myvendorlink.com) or the Purchasing website (www.manateeschools.net/pages/SDMC/Departments/District Support Services/Purchasing) Bids, RFP and Piggyback Information,to obtain award information. PURCHASING CARDS: The School District of Manatee County may choose to use a "P-Card" for ordering of goods and materials or payment of invoices under this bid. The Bidder, by submitting a bid, agrees to accept this manner of payment and may not add additional handling charges or service fees to purchases made with the District's Purchasing Card(s). Refusal to accept this condition may cause the bid to be declared non-responsive,or result in revocation of the contract,if already awarded. A secured customized website for the School District of Manatee County will be setup with password capabilities which reflect pricing awarded on this bid at the discretion of the School District. No third party payment,i.e.Pay pal will be considered. SEXUAL PREDATORS/JESSICA LUNSFORD ACT: The School District of Manatee County and State of Florida,requires all contractors/subcontracts to comply with the Jessica Lunsford Act(JLA) which consists of a level II background screening via fingerprinting. Vendors, individuals or entities under contract with the School Board of Manatee County required to go on school grounds when students are present, must comply with the requirements of the law and agree to indemnify and hold harmless the School Board of Manatee County for any claims made against the School Board related to the failure to comply with Florida Statute Section 1012.465 and Section 1012.32 Florida Statutes. Information on JLA requirements and how to comply can be accessed at: www.manateeschools.net/pages/SDMC/Departments/District Support Services/Purchasing/Jessica Lunsford Act VISITOR IDENTIFICATION SYSTEM: A Visitor Identification System has been implemented by the School District of Manatee County. A driver's license or government issued photo id will be required for scanning into the system and a visitor's pass will be issued to individuals visiting district sites. COMPLIANCE REQUIREMENTS: Vendors/Bidders acknowledge and understand that the projects contemplated by this contract are being constructed on public property owned by the School District of Manatee County, which property may at various times during construction be occupied by students,teachers,parents and school administrators. Accordingly, in order to secure the property, protect students and staff, and otherwise comply with applicable law, the vendor/bidder agrees to all provisions and instructions contained in this bid document and agrees that the failure of vendor/bidder to comply with any of these provisions and instructions may result in the termination of this contract by the School District of Manatee County. CONTACT WITH STUDENTS: To extent not otherwise indicated, no employees or independent contractors, material men, supplier or anyone involved in any manner with projects resulting from this bid shall have direct or indirect contact with students at project sites. A violation of this provision shall result in immediate termination of the offender and issuance of a trespass notice from the School District. Vendor/Bidder shall be responsible for insuring compliance by all employees, independent contractors and sub-contractors or other persons involved in any manner with projects resulting from this bid. STANDARDS OF CONDUCT: Vendors awarded a contract will be held to the same standards of conduct as employees of the School District of Manatee County while conducting business with the District. These standards, as defined in School Board Policies,will apply not only to employees of the vendor,but also to the employees of its sub-contractors. Page 5 of 31 Instructions to Bidders—continued Bid on Scoreboard Replacement and Repairs, MCSD No. 15-0050-MR EVALUATION CRITERIA: Documented poor performance of contractors on previous contracts with the School District of Manatee County or other governmental entity will be considered during evaluation and may be sufficient cause not to award. VARIANCE TO BID DOCUMENTS: For the purpose of bid evaluation,bidders must clearly stipulate any or all variances to the bid documents or specifications, no matter how slight. If variations are not stated in the vendor's bid proposal, it shall be construed that the bid proposal submitted fully complies in every respect with our bid documents. NO BIDS: If a quotation is not made,please complete the"Statement of No Bid"form enclosed herewith with feedback. BIDDER'S ERRORS: Where unit price and total price cannot be reconciled,the quoted unit price shall govern. Where numerical price and written price cannot be reconciled,the written price shall govern. No submissions or amendments made after bid or proposal opening shall be considered. BID RENEWAL: By mutual consent of the School District of Manatee County and the successful bidder(s),this contract may be renewed or renegotiated for two(2)additional one year periods. BID TABULATIONS: After approval by the School District of Manatee County,bid tabulations will be available for review on the e-procurement service website(www.myvendorlink.com)and the Purchasing Web Site (www.manateeschools.net/pages/SDMC/Departments/District Support Services/Purchasing) Bids, RFP and Piggyback Information. NOTICE OF INTENT TO AWARD BIDS: Once bids are evaluated and a recommendation for award is received by the Purchasing Department, a Notice of Intent to Award will be posted on the e-procurement service website (www.myvendorlink.com) and the Purchasing Web Site (www.manateeschools.net/pages/SDMC/Devartments/District Support Services/Purchasing) Bids, RFP and Piggyback Information. The recommendation for award is not official until this notice is posted. Bidders are invited to visit the e- procurement service website (www.myvendorlink.com) or the Purchasing Web Site (www.manateeschools.net/pages/SDMC/Departments/District Support Services/Purchasing) Bids, RFP and Piggyback Information to obtain this information. CONFLICTS OF INTEREST AND KICKBACKS: Any bidder giving or offering to any employee and/or official of the School District of Manatee County,either directly or indirectly,any rebate,percentage of contract,money or other things of value as an inducement or intended inducement, in the procurement of this or any other bid,shall be deemed in violation of this agreement, in addition to being in violation of any other municipal,county,state and federal laws and/or ordinances. IDENTIFICATION: The contractor and sub-contractors shall be required to see that their personnel maintain visible personal identification on each employee. Vendor's employees must be appropriately attired (including shirt). Employees shall be required to dress neatly without vulgar or otherwise offensive apparel, commensurate with the location and types of tasks being performed. SCHOOL DISTRICT POLICY: In accordance School Board of Manatee County Policy and Procedures, no contract for providing supplies, equipment or services shall be effected with any individual or business entity in which any member of the School Board of Manatee County or the Superintendent has any financial interest. No contract for goods or services may be made with any business entity in which the Superintendent, Board Member or their spouse or child has an employment relationship or a material interest. No School Board employee may directly or indirectly purchase or recommend for purchase of goods or services from any business organization in which his/her spouse or child has a material interest as defined in Florida Statutes 112. USE OF OTHER CONTRACTS: The School Board of Manatee County reserves the right to utilize any other School District of Manatee County contract,any State of Florida contract,any contract awarded by any other city or county governmental agencies, other school board,other community college/state university system cooperative bid agreement,or to directly negotiate/purchase per School Board policy and/or State Board Rule 6A-1.012,as currently enacted or as amended from time to time,in lieu of any offer received or award made as a result of this bid if it in its best interest to do so. Page 6 of 31 Instructions to Bidders—continued Bid on Scoreboard Replacement and Repairs, MCSD No. 15-0050-MR NON-EXCLUSIVE AGREEMENT: This bid does NOT establish an exclusive arrangement between the district and vendor. The district reserves,but is not limited to,the following rights: The unrestricted right to use others to perform work,provide services or deliver the same or similar products as described herein when it is to the economic benefit of the district. The unrestricted right to separately bid any work,products or services as described herein when it is to the economic benefit of the district. DISPUTE: Bid tabulations with recommendations will be posted on the e-procurement service website (www.myvendorlink.com) and on the Purchasing website (www.manateeschools.net/pages/SDMC/Departments/District Support Services/Purchasing) Bids, RFP and Piggyback Information. A bidder who wishes to file a protest pertaining to a bid must file such notice in accordance with procedures prescribed by Florida Statute 120.57(3),Florida Administrative Code 28-110 and School District Policy 7.15. The notice must be filed with the Purchasing Manager. Any person who is adversely affected by the District's decision or intended decision shall file with the Purchasing Manager, a notice of protest in writing within seventy-two(72)hours after the posting of the bid tabulation or Notice of Intent to Award and shall file a formal written protest within ten (10) calendar after filing the notice of protest. With respect to a protest of the specifications contained in an Invitation for Bid or Request for Proposal,the notice of protest shall be filed in writing within seventy-two(72)hours after the receipt of notice of the project plan and specification or intended project plan and specifications in an Invitation for Bid or Request for Proposal,and the formal written protest shall be filed within 10 days after the date the notice of protest is filed. Failure to file a notice of protest or failure to file a formal written protest shall constitute a waiver of proceedings under this chapter. The formal written protest shall state with particularity the facts and law upon which the protest is based. Saturdays,Sundays,and legal holidays shall be excluded in the computation of the seventy-two (72)hour time periods provided in this paragraph. Any person who files an action protesting a decision or intended decision pertaining to a bid pursuant to Florida Statute 120.57(3)(b),shall post at the time of filing the formal written protest,a bond payable to the School District of Manatee County in an amount equal to one percent(1%)of the total estimated contract value,but not less than$500 nor more than$5,000,which bond shall be conditioned upon the payment of all costs which may be adjudged against the protester in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. In lieu of a bond, a cashier's check, treasurer's check,bank draft of any national or state bank payable to the School District of Manatee County will be an acceptable form of security. If,after completion of the administrative hearing process and appellate court proceedings,the District prevails, it shall recover all costs and charges which shall be included in the final order or judgment, including charges made by the Division of Administrative Hearings,but excluding attorney's fees. Upon payment of such costs and charges by the protester,the remainder, if any, of the protest security shall be returned. If the protester prevails, protester shall recover from the district all costs and charges which are included in the final order of judgment,excluding attorney's fees. Failure to file a notice of intent to protest,or failure to file a formal written protest within the time prescribed in Florida Statute 120.57(3),shall constitute a waiver of proceedings under Chapter 120,Florida Statutes. COMPLIANCE WITH REGULATIONS: Federal, state, county, and local laws, ordinances, rules, and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder will in no way be a cause for relief from responsibility. The bidder shall have in their possession and must provide all applicable insurance, permits, licenses, etc., which may be required by federal, state, or county law to furnish services under the scope of this contract. The successful bidder(s)must not be in violation of any zoning or other ordinances in the performance of this contract. VENUE: The laws of the State of Florida shall govern this contract. Venue shall be in Manatee County,Florida and the sole and exclusive jurisdiction to resolve any disputes arising under the contract shall be in the county or circuit court for Manatee County, Florida. INDEMNITY: Indemnifications as specified in section 725.06, 725.08 Florida Statute "as applicable", the bidder agrees to indemnify and hold the School Board of Manatee County harmless from all third party claims and all costs, including attorney's fees incurred by the School Board in defending same to the extend such claims are based on a defect in a product or part thereof, supplied hereunder,or failure of such product or part thereof to conform. Page 7 of 31 Instructions to Bidders—continued Bid on Scoreboard Replacement and Repairs, MCSD No. 15-0050-MR CANCELLATION OR CHANGES IN SPECIFICATIONS: The Board reserves the right to cancel an awarded bid without penalty or negotiate changes to specifications as required by changes to local, State or U. S.Government regulations concerning the contents of products desired. UNAUTHORIZED ALIENS: The School District of Manatee County considers the employment of unauthorized aliens by the vendor/bidder, or any of its subcontractors, a violation of the Immigration and Naturalization Act. Vendor/Bidder shall screen those working on the project site to insure no unauthorized aliens are present at any time. If it is determined that an unauthorized alien is working on the Project,the Vendor/Bidder shall immediately take all steps necessary to remove such unauthorized alien from the property and the project. PUBLIC ENTITY CRIMES CERTIFICATE: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017, Florida Statute, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. NONCOMPLIANCE WITH CONTRACT: It is expected that the service contract will be for the period of January 2014 through December 31,2016.Any deviation from the awarded contract period or cancellation of any item(s) awarded may result in your company being barred from doing business with the School District of Manatee County, in accordance with School District Policies and Procedures. Other assessments as outlined elsewhere in this document may also apply. Multi year contracts will automatically renew for one(1)year periods during the initial contract period above, unless the District notifies the supplier of intent to rebid or negotiate new terms ninety(90)days prior to the contract anniversary date. PURCHASE ORDER NUMBER: The School District of Manatee County's purchase order number must appear on all packages, labels,cartons,packing slips,bills of lading,invoices and all correspondence referring to all orders. Orders received without the purchase order number prominently displayed shall be subject to refusal and return at the vendor's expense. TAX EXEMPTIONS: When purchasing directly from a supplier the School District of Manatee County,Florida is exempt from Federal Excise,State Sales and Use Taxes. Tax exemption certificates and numbers will be furnished on request. INVOICES: The Contractor agrees that bills and invoices for fees or other compensation services or expenses shall cite the purchase order number,work order number,date of service,location of job,and name of person requesting the work.The invoice shall be submitted to the Accounts Payable Department within ten (10)working days upon completion of the job. The invoice shall be in detail sufficient for a proper pre-audit and post audit thereof.Each bill or invoice must properly identify the services, portion of services, and expenses for which compensation is sought. A copy of all applicable materials, rental, or subcontractor invoices must be included with the invoicing to the SBMC. The Contractor's invoice will also reflect a breakdown of all standard hours and non-standard hours worked. DEFAULTS: If the Bidder defaults after the Board awards a bid,the Bidder shall pay to the School District of Manatee County, as liquidated damages, an amount equal to five percent(5%) of the unit prices times the quantity of each item in question, or $25.00,whichever amount is larger. If the bid pricing was expressed as a lump sum amount,the amount due will be five percent (5%) of the remaining value of the contract. A successful bidder who fails to pay said liquidated damages within fifteen (15) days after notification that liquidated damages are due, shall lose eligibility to transact business with the School District of Manatee County for a period of not less than one (1) year, but no more than two (2) years after the date of the default. Thereafter,the bidder may request to be reinstated to the active vendor list(s). In addition,failure of any delivered item to conform to specifications as bid shall constitute a default in the contract and shall be subject to return or replacement at the buyer's option. Failure to deliver one(1)or more items on two (2)or more consecutive deliveries will be viewed as delivery default and will be considered grounds for canceling all awarded items and sites.Penalties may be assessed when failure to deliver places a financial burden on the School Board. Page 8 of 31 Instructions to Bidders—continued Bid on Scoreboard Replacement and Repairs, MCSD No. 15-0050-MR INSURANCE: The successful proposer shall furnish the School District of Manatee County with proof of: (1) Statutory Limits of Worker's Compensation in compliance with Chapter 440,Florida Statute,if required. (2) Employer's Liability Insurance in an amount not less than$3,000,000.00 per occurrence. (3) Comprehensive General Liability Insurance in an amount equal to or greater than $1,000,000.00 per person and$3,000,000.00 per occurrence for any occurrence resulting in bodily injury or death to any one or group of persons,including any consequential damages that arise therefrom. If policy is on a "CLAIMS MADE" basis, contractor's insurance carrier will identify policy as such and indicate in writing the amount of claims paid by this policy and reserves outstanding. Policy aggregates must equal at least two(2)times the occurrence limit. (4) Liability Insurance in an amount equal to or greater than $1,000,000.00 per person and $3,000,000.00 per occurrence for bodily injuries and/or death to any person or persons caused by passenger automobiles or commercial vehicles. (5) Liability Insurance equal to or greater than $1,000,000.00 per occurrence for property damage caused by passenger automobiles or commercial vehicles. (6) Property Damage Insurance for damage other than that described in 4 above in an amount equal to or greater than $300,000.00 per occurrence. Said property coverage shall provide coverage for all consequential damage arising from the negligent operation of the contractor, a subcontractor, or by anyone directly or indirectly employed by either of them. Coverage shall be on a'BROAD FORM"basis. (7) Contractual Liability Insurance in an amount equal to or greater than$3,000,000.00 per occurrence. Policy must include endorsement for indemnification in the event third party damages are sought against the School District. (8) Personal Injury Coverage(not bodily injury) in an amount equal to or greater than$1,000,000.00 per person and$3,000,000.00 per occurrence. (9) Completed Operations Endorsement equal to or greater than$1,000,000.00 per occurrence. (10) Independent Contractors Endorsement in an amount equal to or greater than$3,000,000.00 per occurrence. (11) Additional Insured Endorsement: The School District of Manatee County shall be named as an additional insured on all policies that are required by these specifications. (12) Cancellation Notice: All policies in effect shall contain cancellation endorsements providing sixty(60)days written notice of such cancellation,non-renewal and/or reduction in coverage limits prior to the effective date of such cancellation,non-renewal and/or reduction. (13) Contractor shall maintain at all times during the construction of the project a"Builders Risk"policy equal to the amount of the project, and shall include, as a minimum the following coverage's: Fire, Extended Coverage,Vandalism and Malicious Mischief. (All Risk policies are preferred.) (14) Indemnification shall be in accordance with section 725.06,725.08 Florida Statute"as applicable". Page 9 of 31 Instructions to Bidders—continued Bid on Scoreboard Replacement and Repairs, MCSD No. 15-0050-MR PAYMENT TERMS: The standard payment terms for the School District of Manatee County are Net 30. Invoices must include the purchase order number prominently displayed in order to receive payment. Payments will be made only to the vendor listed on the purchase order. MINIMUM ORDER: Bids requiring minimum quantity and/or dollar purchases will be considered only if determined to be in the best interest of the School District. UNITS OF MEASURE AND LOT SIZES: The item units of measure shall be as indicated on the Form of Proposal. If manufacturer's standard packaging is different than the quantity listed, it shall be the vendor's responsibility to convert the bid price to the requested unit of measure. Bids received for items which have not been converted to the requested units of measure shall be considered nonresponsive for that item. Additionally,bidders must indicate the units of measure they are able to supply. POSSESSION OF FIREARMS: Possession of firearms will not be tolerated on the project or any School District of Manatee County property. No person who has a firearm in their vehicle may park their vehicle on School District property. Furthermore, no person may possess or bring a firearm on School District property. If any employee or independent contractor of the vendor/bidder, or any of its sub-contractors, is found to have brought a firearm on School District property, said employee or independent contractor shall be immediately removed and terminated from the project by the vendor/bidder. If a sub-contractor fails to terminate said employee or independent contractor, the vendor/bidder shall terminate its agreement with the sub- contractor. If the vendor/bidder fails to terminate said employee or independent contractor or fails to terminate the agreement with the sub-contractor who fails to terminate said employee or independent contractor,this agreement may be terminated by the School District of Manatee County. "Firearm" means any weapon (including a starter gun or antique firearm) which will, is designed to, or may readily be converted to expel a projectile by the action of an explosive, the frame or receiver of any such weapon,any destructive devise, or any machine gun. Powder actuated construction nailers and fasteners are excluded from this definition. CRIMINAL ACTS: Employment on the project by the Vendor/Bidder, or any of its subcontractors, of any employee, or independent contractor,with any prior convictions of any crimes against children,crimes of violence or crimes of moral turpitude will not be tolerated. If it is determined that any person with such criminal history is on the project site, the Vendor/Bidder agrees to take all steps necessary to remove such person from the project and the property. The School District of Manatee County shall have the right to terminate this agreement if the Vendor/Bidder does not comply with this provision. POSSESSION/USE/UNDER THE INFLUENCE OF MIND ALTERING SUBSTANCES: Possession/use and/or being under the influence of any illegal mind altering substances,such as,but not limited to alcohol and/or substances delineated in Chapter 893,Florida Statutes,by Vendor/Bidder's employees or independent contractors or its sub-contractors employees or independent contractors will not be tolerated on School District property. If any employee or independent contractor is found to have brought and/or used or is under the influence of any illegal mind altering substances as described above on School District property, said employee or independent contractor shall be removed and terminated from the project by the Vendor/Bidder. If a sub-contractor fails to terminate said employee or independent contractor, the Vendor/Bidder shall terminate its agreement with the sub- contractor. If the Vendor/Bidder fails to terminate said employee or independent contractor or fails to terminate the agreement with the sub-contractor who fails to terminate said employee or independent contractor,this agreement may be terminated by the School District of Manatee County. COPELAND"ANTI-KICKBACK"ACT(34 CFR 80.36(i)(4): All vendors, contractors and sub-contractors must comply with the Copeland"Anti-Kickback"Act(18 U.S.C.874)as supplemented in Department of Labor Regulations(29 CFR Part 3). DAVIS-BACON ACT(34 CFR 80.36(i) (5): All vendors, contractors and sub-contractors must comply with the Davis-Bacon Act(40 U.S.C.276a to 276a-7)as supplemented by Department of Labor Regulations(29 CFR Part 5)if contracts are in excess of$2000 awarded by grantees and sub-grantees when required by Federal grant program legislation. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (34 CFR 80.36(i) (6): All vendors, contractors and sub- contractors must comply with sections 103 and 107 of the Contract Work Hours and Safety Standards Act(40 U.S.C.327-330)as supplemented by Department of Labor Regulations(29 CFR Part 5). SAFETY STANDARDS: All equipment must meet the applicable requirements of the Occupational Safety and Health Act (OSHA)and any standards there under. MATERIAL SAFETY DATA SHEETS: Any items bid which contain substances found on the current State of Florida Toxic Substances List must include with shipment the appropriate Material Safety Data Sheets(MSDS). Page 10 of 31 Instructions to Bidders—continued Bid on Scoreboard Replacement and Repairs, MCSD No. 15-0050-MR INSPECTION: All items shall be subject to inspection after receipt at destination. Any deviation from the specifications, shortage of weights and/or any commodities that are found to be inferior or otherwise not in conformity with the specifications, the School District of Manatee County shall have the right to reject. Further,the rendering of inferior products or poor service, shall constitute a Breach of Contract and upon receipt of written notification of unsatisfactory performance,the contract shall be terminated immediately. BRANDS: Bidders shall indicate for each item bid, the name and model of the brand being bid. An example of the brand desired may be provided for each item contained in this bid. This is done to provide the bidder with information regarding the nature and quality of the materials required and is not meant to restrict bidding to that particular brand, unless the term "No Equivalent will be accepted"or"Only"appears on the Form of Proposal. However,if the item bid varies from the one described descriptive literature in the form of catalogs or brochures which illustrate the product sufficiently for evaluation must accompany the submitted bid for consideration. Bids received without this information or with insufficient information,as determined by the Evaluation Committee,will not be considered. Once an item is awarded from this bid to a successful bidder,no substitution of brands will be permitted. If the bidder does not indicate that an item proposed to be furnished is other than specified, the specified item shall be supplied by the bidder upon issuance of a purchase order. QUALIFIED PRODUCTS LIST(QPL): The product(s)listed herein is the only product(s)for which bids will be accepted. Bids submitted for any other product(s)will not be considered.Vendors who wish to have their products added to the QPL for future bids must, at their own expense, have the appropriate tests performed and submit acceptable results to the Purchasing Department. Contact the Purchasing Department for specific instructions. FACILITY INSPECTION: The School District of Manatee County reserves the right to inspect or have their representatives inspect the supplier's facilities at any time. DELIVERY DATES: Delivery time shall be in accordance with time frames stipulated on the Form of Proposal by each vendor. Any delivery including back ordered items,not made within the specified period of time may be assessed a one percent(1%)per day late charge unless prior written approval is obtained from the Purchasing Department. Assessment of such charge will be applied to all sums owing said vendor. Assessment of said charge will be at the sole discretion of the School District of Manatee County and administered by the Purchasing Manager. Other assessments as outlined elsewhere in this document may also apply. OVER SHIPMENTS/INCORRECT SHIPMENTS: Vendors will be notified of over shipments and/or incorrect shipments. If return authorization is not received within thirty(30)days,such items shall be considered as donations to the School District. PALLETIZED SHIPMENTS: All shipments,except foam products,shall be palletized. The School District of Manatee County reserves the right of refusal at the delivery location for unpalletized shipments. No additional shipping charges shall be incurred due to refusal of shipment. DELIVERY NOTICE: Vendors shall notify the School District of Manatee County forty-eight (48) hours prior to delivery to ensure availability of receiving personnel. The School District reserves the right of refusal at delivery location if prior notice has not been received. FREIGHT CHARGES: Successful bidder(s)shall ship all materials F.O.B.DESTINATION. Shipments sent freight collect will be subject to refusal at receiving point. FREIGHT CLAIMS: It shall be the responsibility of the shipper to replace damaged and/or lost shipments. Freight inspection reports will be furnished to the shipper promptly upon receipt from the carrier;however,it will be the shipper's responsibility to file a claim against the carrier. DRUG FREE WORK PLACE CERTIFICATION: In accordance with section 287.087, Florida Statute, whenever two or more bids,proposals or replies that are equal with respect to price,quality,and service are received by the School District of Manatee County for the procurement of commodities or contractual services, a reply received from a business which certifies that it has implemented a Drug Free Workplace Program by signing the enclosed Drug Free Workplace Certification Form,shall be given preference in the award process. FEDERAL DEBARMENT CERTIFICATION FORM: As required by Executive Order 12549, Debarment and Suspension, 7CFR Part 3017 Section 3017.510 and/or 34 CFR Part 85, Section 85.510, Participants Responsibilities, a sworn statement is enclosed for proper completion and return with the bid for prospective participants in lower tier covered transactions for any single contract or single purchase order in excess of$100,000.00. Page 11 of 31 Instructions to Bidders—continued Bid on Scoreboard Replacement and Repairs, MCSD No. 15-0050-MR KEY EVENTS & DATES: • October 24, 2014 Bid notice e-mailed to prospective bidders & bidding documents posted on the VendorLink and Web Site • November 13, 2014 Questions/Clarifications due • November 17, 2014 Addenda posted to website and VendorLink • December 4, 2014 Proposals due in Purchasing @ 3 p.m. E.T. Public bid opening to follow immediately thereafter in Room 406, Purchasing Department, School Support Center, 215 Manatee Ave West, Bradenton, Florida. • December 11, 2014 Evaluate bids and make selection of contractor(s). Evaluation meeting will be located at 215 Manatee Avenue West, Bradenton, FL @ 10:00 a.m., room 406. • *January 6, 2015 Notice of Intent to Award posted on department's Web site @ http://www.manateeschools.net/pages/SDMC/Departments/ District Support Services/Purchasing and VendorLink. • January 27, 2015 School Board Award of Bid *If the time allotted to evaluate bids and make the selection of contractors as stated above proves to be insufficient, the posting of the Notice of Intent To Award and the Board approval date could both slip two weeks or more. Continue to monitor our website or contact the purchasing department for more specific information as to when the notice will be posted. Page 12 of 31 SPECIFICATIONS/SCOPE OF WORK BID ON SCOREBOARD REPLACEMENT AND REPAIRS, MCSD NO. 15-0050-MR INTENT: The Manatee County School District (MCSD) is soliciting bids from qualified companies for a comprehensive line of indoor and outdoor scoreboards, related installation services and repair of existing score boards. All products offered must be new, unused, of the latest design and technology and most current product lines available. MCSD is seeking vendors that possess and can demonstrate they have the knowledge, background, experience, qualified and properly licensed staff to provide design, installation and service of scoreboard. Vendors must be willing and able to provide the planning, design, engineering, installation, and repair of said system(s). Requesting replacement scoreboard(s) for the following sports football/soccer, baseball/softball, and basketball/volleyball, and repair to be used on an as-needed, if-needed basis. The contract will be effective for 3 years from date of award. General: a. A variety of scoreboard solutions may be offered and equipped with the necessary control systems, displays and indicators required to communicate scores to both the participants of the event and the community in attendance for the sport being conducted at the facility. b. The bidder must be willing and able to provide a complete line of scoreboards that possess the capabilities to meet the MCSD needs and requirements. c. The product line of indoor and outdoor devices must meet and/or exceed governmental codes and industry performance and operational standards relating to their designated purpose and application. d. Product cabinets shall be constructed of aluminum and include all necessary mounting brackets required. e. Products shall be available in a variety of standard colors in order to meet institution's color scheme. Provide a sample of standard colors available. f. Product lines offered shall include a variety of shapes and sizes to allow for the diversity of individual needs and requirements. g. Scoreboards offered shall be shipped assembled and ready to be installed. If this is not the case,the offeror must clearly identify and state assembly is required. h. A variety of numeral, alpha character and three object sizes must be available. i. Multi-purpose products that can be used for multiple activities are requested. Four-sided models for large gyms are desired. Page 13 of 31 Specifications/Scope of Work Bid on Scoreboard Replacement and Repairs, MCSD No. 15-0050-MR-Continued General-Continued j. Products offered shall be UL or ETL listed. k. Products offered for both indoor and outdoor shall have built-in protection against damage from lightning. 1. Products with advertising space are desired. m. Products with conventional, remote access control and optional upgrades are desired. n. All materials and equipment must be new and unused. All materials and equipment offered under this category will be from manufacturers regularly engaged in the manufacture of indoor and outdoor sports equipment, and shall be the latest standard designs current at the time of delivery. o. Bidder must be willing and able to warrant products offered and their installation against defects in materials and/or workmanship for a period of one (1) year from date of acceptance and/or manufactures warrant. Include copy of manufacturer's warranty and details if extended warranty is available for purchase. QUALITY ASSURANCE: Installers Qualifications: Installer specializing in this work and employing only experienced workers, familiar with scoreboard installation procedures and under the full time supervisor of a qualified supervisor. 1. Experience: Five years' minimum experience in scoreboard installation. 2. Installers' Field Supervision: Require installer to maintain an experienced full time supervisor on project site when work is in progress, for new installation. 3. Repair Technicians: Three years' minimum experience in scoreboard repair. Manufacture's Support: A representative from the manufacture shall be available to help resolve material, installation and/or repair questions. Pre-Installation Conference: Conduct conference at project site to comply with requirements as requested. PROJECT CONDITIONS: Weather Limitations: Proceed with installation and repairs only when existing and forecasted weather conditions permit. Page 14 of 31 Specifications/Scope of Work Bid on Scoreboard Replacement and Repairs, MCSD No. 15-0050-MR-Continued DELIVERY, STORAGE AND HANDLING: Materials delivered to the site shall be received by the bidder/installer and examined for damages or defects in shipping. Any defects shall be noted and reported to the owner's representative. Replacement, if necessary, shall be immediately re-ordered, so as to minimize any conflict with the construction schedule. Storage of equipment shall be up to the bidder/installer to provide proper protection. INSTALLATION: Install scoreboards exactly as indicated on the contract drawings and as recommended by the manufacturer. All power and control cables to scoreboard will be routed in conduits as shown on electrical plans, for existing scoreboards as previously installed. Scoreboard control wiring shall be the responsibility of the bidder/installer. The location of each piece of equipment shall be reviewed by the owner's representative prior to the installation and shall comply with the contract drawings. Installation to be performed according to manufacturers' written instructions, warranty requirements and in accordance with Local and State Codes. Construct work plumb, level and true with tight, close fitting joints, securely attached and braced to surrounding construction in a first class manner. Counter-bore and/or pre-drill before treatment for bolt heads, nuts, dowels and washers where required to avoid interference with other materials. Provide boxes, cover plated and jacks as indicated for control center. All concrete footers and supports shall be installed as indicated on the drawers and/or per the manufacturer's recommendation. Test control units to all jacks and check for proper operation of control unit, scoreboard and all features. Leave control unit in carrying case and other loose accessories with the owner's representative. When fully installed, accessories shall be firmly imbedded, secure and free of any play whatsoever. All connectors shall be firmly tightened; and the accessories shall be free of any marks, dents or holes as a result of transportation or installation. Provide equipment training to at least one member of staff once job is complete. Page 15 of 31 Specifications/Scope of Work Bid on Scoreboard Replacement and Repairs, MCSD No. 15-0050-MR-Continued RESPONSIBILITY OF THE CONTRACTOR: The contractor shall take all necessary precautions to protect building's adjoining surfaces and equipment from damage incurred with his operations. The contractor is responsible for any damage due to negligence on his part to buildings and property. The contractor shall make any necessary corrections as directed by the School District and approved by same at no cost to the School District. All furnishings and equipment shall be placed back in their original locations. All spaces shall be cleaned and left in an acceptable condition. Remove trash and debris resulting from the work from premises and leave area in an acceptable condition. By submitting bid, each bidder certifies that they possess a current occupational license and required. Send copies of license with bid submittals. If using a subcontractor submit copies of their license. Sub-contractors utilized for this contract shall be submitted for pre-approval before use. Request for additional sub-contractors must be submitted in writing to MCSD and must be approved prior to use. The contractor's invoice shall be itemized showing parts, labor, freight, etc. to provide a complete accounting of services performed. CHANGE IN SCOPE: Contractors and subcontractors must receive prior written approval from MCSD project representative before proceeding with any work which is a change in scope and/or additional cost. CONTRACT AMOUNT: No guarantee is given or implied as to the dollar value of this bid. HOURS OF OPERATION AND WORK: Contractors are allowed to perform work during normal business hours defined as between 8:00 am and 5:00 pm, Monday thru Friday. Overtime charges are only applicable between 5:00 pm and 8:00 am Monday thru Fridays, Saturdays, Sundays and the nationally recognized holidays. CHARGES FOR REPAIRS Hourly rates shall start upon arrival to the district site. Additional fees for travel time and mile are not allowable. Page 16 of 31 STATEMENT OF "NO BID" School District of Manatee County Purchasing Department 215 Manatee Avenue West Bradenton, FL 34205 We are not submitting a BID ON SCOREBOARD REPLACEMENT AND REPAIRS, MCSD NO. 15-0050-MR for the following reasons: Insufficient time to respond. We do not offer this product or service. Our schedule would not permit us to perform. Unable to meet specifications. Unable to meet insurance requirements. Other(Specify Below) Please remove our name from your Bidder's List for this classification of materials/services. (Vendor Link is a self service website, if you have registered and do not want to receive solicitations for this classification of materials/services, you will need to remove the classification of materials/services from you vendor profile.) NAME OF BIDDER ADDRESS SIGNATURE TITLE Page 17 of 31 FORM OF PROPOSAL BID ON SCOREBOARD REPLACEMENT AND REPAIRS, MCSD NO. 15-0050-MR School District of Manatee County Purchasing Department 215 Manatee Avenue West Bradenton, FL 34205 The Bidder acknowledges that he has read, understands and agrees to the terms and conditions stated in the Instructions to Bidders contained in this bid. PURCHASES BY OTHER PUBLIC AGENCIES - 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 same terms and conditions as stated herein. The Bidder further declares that he has examined the requirements and specifications for the materials to be furnished, and has read all special provisions listed therein prior to the opening of bids. The Bidder proposes and agrees, if this proposal is accepted, to contract with the School District of Manatee County, in the form of contract specified, to deliver the materials/services listed, at the prices set forth, F.O.B. Destination. Page 18 of 31 Form of Proposal - continued Bid on Scoreboard Replacement and Repairs, MCSD No. 15-0050-MR NOTE: SUBMISSION OF FALSE DELIVERY DATES MAY RESULT IN VENDOR DEBARMENT. DELIVERY TO BE COMPLETED WITHIN DAYS AFTER RECEIPT OF ORDER. SINGLE FIXED PERCENTAGE DISCOUNT OFFERED ITEM (EQUIPMENT DELIVERED NUMBER MANUFACTURE AND INSTALLED) . I. ALL AMERICAN % Additional Information Discount for parts and accessories % Labor Rates for Service: /Hour Warranty: : Labor Warranty: : Parts and Accessories Catalog(s) Submitted? No 0 YesO Website for Catalog: 2. DAKTRONICS % Additional Information Discount for parts and accessories % Labor Rates for Service: /Hour Warranty: : Labor Warranty: : Parts and Accessories Catalog(s) Submitted? No 0 Yes 0 3. ELECTRO-MECH cyo Additional Information Discount for parts and accessories Labor Rates for Service: /Hour Warranty: : Labor Warranty: : Parts and Accessories Catalog(s) Submitted? No ❑ Yes 0 Page 19 of 31 Form of Proposal - continued Bid on Scoreboard Replacement and Repairs, MCSD No. 15-0050-MR SINGLE FIXED PERCENTAGE DISCOUNT OFFERED ITEM (EQUIPMENT DELIVERED NUMBER MANUFACTURE AND INSTALLED) 4. FAIR-PLAY Additional Information Discount for parts and accessories Labor Rates for Service: /Hour Warranty: : Labor Warranty: : Parts and Accessories Catalog(s) Submitted? No Yes❑ Website for Catalog: 5. LATHEM Additional Information Discount for parts and accessories Labor Rates for Service: /Hour Warranty: : Labor Warranty: : Parts and Accessories Catalog(s) Submitted? No 0 YesO Website for Catalog: 6. NEVCO Additional Information Discount for parts and accessories Labor Rates for Service: /Hour Warranty: : Labor Warranty: : Parts and Accessories Catalog(s) Submitted? No ❑ Yes El Website for Catalog: Page 20 of 31 Form of Proposal - continued Bid on Scoreboard Replacement and Repairs, MCSD No. 15-0050-MR SINGLE FIXED PERCENTAGE DISCOUNT OFFERED ITEM (EQUIPMENT DELIVERED NUMBER MANUFACTURE AND INSTALLED) . 7. MAC GREGOR % Additional Information Discount for parts and accessories % Labor Rates for Service: /Hour Warranty: : Labor Warranty: : Parts and Accessories Catalog(s) Submitted? No 0 YesO Website for Catalog: 8. RAULAND BORG % Additional Information Discount for parts and accessories % Labor Rates for Service: /Hour Warranty: : Labor Warranty: : Parts and Accessories Catalog(s) Submitted? No 0 YesO Website for Catalog: 9. VARSITY % Additional Information Discount for parts and accessories % Labor Rates for Service: /Hour Warranty: : Labor Warranty: : Parts and Accessories Catalog(s) Submitted? No 0 YesO Website for Catalog: Page 21 of 31 Form of Proposal - continued Bid on Scoreboard Replacement and Repairs, MCSD No. 15-0050-MR SINGLE FIXED PERCENTAGE DISCOUNT OFFERED ITEM (EQUIPMENT DELIVERED NUMBER MANUFACTURE AND INSTALLED) OTHER MANUFACTURERS 10. (Manufacturer) Additional Information Discount for parts and accessories Labor Rates for Service: /Hour Warranty: : Labor Warranty: : Parts and Accessories Catalog(s) Submitted? No ❑ Yes El Website for Catalog: ADD ADDITIONAL PAGES IF NECESSARY Is Bidder utilizing a Sub-Contractor? No El Yes ❑ If yes, Company Name License No. Submit copy of license No❑ Yes❑ Additional subcontractor must be approved by the MCSD. Page 22 of 31 Form of Proposal - continued Bid on Scoreboard Replacement and Repairs, MCSD No. 15-0050-MR ITEM HOURLY NUMBER DESCRIPTION RATE . CHARGES FOR REPAIRS ON EXISTING EQUIPMENT 1. HOURLY RATE, STANDARD WORKING HOURS $ (Monday through Friday 8:00a.m. - 5:00 p.m.) 2. HOURLY RATE, NON-STANDARD WORKING HOURS $ (Monday through Friday prior to 8:00 a.m. and after 5:00p.m., Saturday and Sunday) 3. HOURLY RATE, HOLIDAYS $ ITEM PERCENTAGE NUMBER DESCRIPTION MARKUP . MATERIAL FOR REPAIRS 4. Material to be billed at net cost. Includes a percentage % Mark-up for overhead and profit. Page 23 of 31 Form of Proposal—continued Bid on Scoreboard Replacement and Repairs, MCSD No. 15-0050-MR REFERENCES COMPANY NAME: ADDRESS: TELEPHONE: FAX NUMBER: CONTACT PERSON: EMAIL: COMPANY NAME: ADDRESS: TELEPHONE: FAX NUMBER: CONTACT PERSON: EMAIL: COMPANY NAME: ADDRESS: TELEPHONE: FAX NUMBER: CONTACT PERSON: EMAIL: COMPANY NAME: ADDRESS: TELEPHONE: FAX NUMBER: CONTACT PERSON: EMAIL: Page 24 of 31 Form of Proposal - continued Bid on Scoreboard Replacement and Repairs, MCSD No. 15-0050-MR WARRANTY AND SERVICE PROVISION: Bidder must state in spaces provided below complete descriptions of any warranties given by manufacturer and dealer. The Statement shall include availability of service, repair parts, and time normally required to effect repair on equipment contained in the bid. Further, the statement shall also indicate who is to be responsible for any transportation charges that may be accrued in effecting equipment repair within the provisions of applicable warranties. MANUFACTURER'S WARRANTY: DEALER'S WARRANTY: LOCATION OF REPAIR SERVICES: AVAILABILITY OF REPAIR PARTS: ESTIMATED TIME TO EFFECT REPAIR: RESPONSIBLE FOR WARRANTY SERVICE TRANSPORTATION CHARGE: Page 25 of 31 DRUG FREE WORK PLACE CERTIFICATION BID ON SCOREBOARD REPLACEMENT AND REPAIRS, MCSD NO. 15-0050-MR I hereby swear or affirm that this company has established a drug-free work place program by completing the following requirements: 1) Published a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the work place and specifying the actions that will be taken against employees for violations of such prohibition. 2) Informed employees about the dangers of drug abuse in the work place, the business's policy of maintaining a drug-free work place, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Given each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notified the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the work place no later than five (5) days after such conviction. 5) Imposed a sanction on, or required the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free work place through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. VENDOR'S SIGNATURE/DATE COMPANY NAME Page 26 of 31 FEDERAL DEBARMENT CERTIFICATION BID ON SCOREBOARD REPLACEMENT AND REPAIRS, MCSD NO. 15-0050-MR CERTIFICATION REGARDING DEBARMENT, SUSPENSION INELIGIBILITY AND VOLUNTARY EXCLUSION -LOWER TIER COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section 3017.510, Participants responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register(pages 4722-4733) • ***BEFORE COMPLETING CERTIFICATION,READ INSTRUCTIONS ON NEXT PAGE *** (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attached an explanation to this proposal. Organization Name PR/Award Number or Project Name Name(s)and Title(s)of Authorized Representative(s) Signature(s) Date Form AD-1048 (1/92) Page 27 of 31 Federal Debarment Certification - continued Bid on Scoreboard Replacement and Repairs, MCSD No. 15-0050-MR INSTRUCTIONS FOR CERTIFICATION 1. By signing and submitting this form,the prospective lower tier participant is providing the certification set out on the reverse side in accordance with these instructions. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government,the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction,unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this form that it will include this clause titled "Certification Regarding Debarment, Suspension,Ineligibility and Voluntary Exclusion -Lower Tier Covered Transactions," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction,unless it knows that the certification is erroneous.A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to,check the Nonprocurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies,including suspension and/or debarment. Form AD-1048(1/92) Page 28 of 31 BIDDER'S STATEMENT OF PRINCIPAL PLACE OF BUSINESS (To be completed by each Bidder) BID ON SCOREBOARD REPLACEMENT AND REPAIRS,MCSD NO. 15-0050-MR Name of bidder: Identify the state in which the bidder has its principal place of business: INSTRUCTIONS: IF your principal place of business above is located within the State of Florida, provide the information as indicated above and return this form with your bid response. No further action is required. IF your principal place of business is outside of the State of Florida,the following must be completed by an attorney and returned with your bid response.Failure to comply shall be considered to be non-responsive to the terms of this solicitation. OPINION OF OUT-OF-STATE BIDDER'S ATTORNEY ON BIDDING PREFERENCES (To be completed by the Attorney for an Out-of-State Bidder) NOTICE: Section 287.084(2), Fla. Stat., provides that "a vendor whose principal place of business is outside this state must accompany any written bid, proposal,or reply documents with a written opinion of an attorney at law licensed to practice law in that foreign state, as to the preferences, if any or none, granted by the law of that state [or political subdivision thereof]to its own business entities whose principal places of business are in that foreign state in the letting of any or all public contracts."See also:Section 287.084(1),Fla.Stat. LEGAL OPINION ABOUT STATE BIDDING PREFERENCES (Please Select One) The bidder's principal place of business is in the State of and it is my legal opinion that the laws of that state do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that state. The bidder's principal place of business is in the State of and it is my legal opinion that the laws of that state grant the following preference(s)in the letting of any or all public contracts to business entities whose principal places of business are in that state:[Please describe applicable preference(s)and identify applicable state law(s)]: LEGAL OPINION ABOUT POLITICAL SUBDIVISION BIDDING PREFERENCES (Please Select One) The bidder's principal place of business is in the political subdivision of and it is my legal opinion that the laws of that political subdivision do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision. The bidder's principal place of business is in the political subdivision of and it is my legal opinion that the laws of that political subdivision grant the following preference(s)in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision: [Please describe applicable preference(s)and identify applicable authority granting the preference(s)]: Signature of out-of-state bidder's attorney: Printed name of out-of-state bidder's attorney: Address of out-of-state bidder's attorney: Telephone Number of out-of-state bidder's attorney:( ) - Email address of out-of-state bidder's attorney: Attorney's states of bar admission: Page 29 of 31 BIDDER'S STATEMENT OF LOCAL PREFERENCE (To be completed by Florida Bidder) BID ON SCOREBOARD REPLACEMENT AND REPAIRS,MCSD NO. 15-0050-MR Pursuant to School Board Policy 7.15.1, preference shall be given to a business in the purchase of commodities and services procured by the Board, so long as that business completes this form to assert local preference and establishes a "Qualifying Business Presence" in a "Preferred Geographic Area," as defined in the policy, in one of two ways: 1. The Bidder has a permanent, occupiable, physical structure from which the Bidder operates its principal place of business in one of the"Preferred Geographic Areas"; or 2. The Bidder employs at least 75% of its total employees from within a single Preferred Geographic Area in which case the Bidder shall be deemed as having a Qualifying Business Presence within that single area. "Preferred Geographic Area"means one or more of the following, in declining order of preference: 1. Manatee County 2. Sarasota County 3. Hillsborough,Pinellas,Polk, Hardee,or DeSoto counties 4.Any other Florida counties. The preference awarded depends on the method of procurement. For invitations to bid, if a Local Bidder's price is within 2% of the lowest bid, then the Local Bidder will have the opportunity to match the low bid within three business days. In Requests for Proposals, Local Bidders will receive bonus points as set out in the policy to be added to the Bidder's final score. See the policy for more details. TO BE COMPLETED BY THE BIDDER COMPLETE ONLY IF ASSERTING LOCAL PREFERENCE UNDER BOARD POLICY 7.15.1 Name of bidder: Principal county of business with occupiable permanent structure: County, Florida Date principal place of business established: Percentage of Bidder's employees having permanent residences in the preferred geographic area(s): Manatee County Sarasota County Hillsborough,Pinellas, Polk, Hardee,or DeSoto counties(collectively) Any other Florida counties(collectively) By signature, the Bidder certifies that the information provided is true and correct as of the time of submission of this form. The School District of Manatee County reserves the right to request conclusive written evidence that all criteria are met. Misrepresentations made on this form or any failure to supply requested evidence shall disqualify the Bidder from asserting local preference and shall constitute grounds to reject the Bidder's bid or proposal. Signature Title: Date: Page 30 of 31 Form of Proposal - continued Bid on Scoreboard Replacement and Repairs,MCSD No. 15-0050-MR The Bidder affirms that this bid is submitted without any previous understandings, agreements, or connections with any person, firm, or corporation submitting a bid for the same materials/services, and is in all respects fair and without collusion or fraud. The Bidder agrees to comply with the provisions of the Civil Rights Act of 1991, The Civil Rights Act of 1964, and The Americans with Disabilities Act, Age Discrimination in Employment Act, Section 1000.05, Florida Statutes, and The Pregnancy Discrimination Act. Said Bidder further agrees not to discriminate on the basis of race, sex, national origin, religion, handicap, age or marital status. By signing this agreement, the Bidder acknowledges that he/she is an authorized representative of the company submitting this bid and has read and understands the document posted on our website, "How to Do Business with the School District of Manatee County." *Addendum Acknowledgment: When applicable, vendor MUST acknowledge receipt of addendums. Please mark in the space provided by the appropriate Addendum Number (s). View website for addendum prior to submitting bid. (www.mvvendorlink.com) or (www.manateeschools.net/pages/SDMC/Departments/District Support Services/Purchasing) *BIDS RECEIVED WITHOUT ADDENDUM ACKNOWLEDGMENT SHALL BE CONSIDERED NONRESPONSIVE.* Do not submit bid prior to addenda due date! Addendum No. 1 Addendum No.2 Mark Here Mark Here Florida Document Number: Registration Type: Sole Proprietorship-Individual Fictitious Name Out of State(Foreign) Corporation In State Corporation Exempt BUSINESS/COMPANY NAME: MAILING ADDRESS: CITY, STATE,ZIP CODE: TELEPHONE NUMBER: DATE FAX NUMBER: *SIGNATURE: (Blue Ball Point Pen Only) NAME AND TITLE: (Typed) EMAIL ADDRESS: Page 31 of 31 Approval of Bid on Scoreboard Repair and Replacement, MCSD No. 15-0050- MR, Not to Exceed $150,000.00 EXECUTIVE SUMMARY The intent of this bid is to contract with qualified companies for a comprehensive line of indoor and outdoor scoreboards, related installation services and repair of existing score boards. The requested contract is for the period of January 14, 2014 through December 31, 2016. This bid solicitation was issued on October 24, 2014. Invitations for bid were submitted to two hundred fifty-eight (258) suppliers. The School District received three (3) responsive bids, one (1) non-responsive and three (3) no bids. The remaining two hundred fifty-one (251) suppliers did not respond to our invitation for bid. Bids were opened on December 4, 2014. Prior expenditures were included in the exclusive beverage contract awarded to Coke for the period of December 14, 2004 through January 30, 2015. The bid is recommended for award to Hufcor Florida Group, Tallahassee, Florida, Florida Document No. F99000004076, Nevco, Inc., Deltona, Florida, Florida Document No. F03000003399, Team C Sports, Punta Gorda, Florida, Florida Document No. P13000056075. Evaluation prices are based on Florida Statute 287.084, Preference to Florida Business in procurement of Personal Property and Services, giving preference to vendors located in Florida, effective July 1, 2012. Approval of this bid does not indicate immediate or complete expenditure of approved funds. Approved funds will only be expended on an as needed basis throughout the contract period. The Superintendent recommends approval of bid on scoreboard repair and replacement, MCSD No. 15-0050-MR, not to exceed $150,000.00. RECOMMENDATION Motion and approval of bid on scoreboard repair and replacement, MCSD No. 15-0050- M R, not to exceed $150,000.00. FINANCIAL IMPACT The cost to implement this agenda item will not exceed $150,000.00. The funding source for this annually estimated expenditure is Budget Capital Funds, will be charged to coding line 49033752149.4689.7400, and is included in the Maintenance, Operations &Central Distribution Warehouse Department approved budget for 2014/2015. CONTACT . r Maintenance, Operations & Central Distribution Warehouse Department/Purchasing Department Todd Henson/Rebecca Roberts/Melody Ryan/mr 01/13/15 a 7 d o in N M_ C z M A � U U v: a a z a Q A a A- o o at a CO o E. F • a W F N O m z V4 a rte. } 0 O U a CG U 7 7 cam. o a z A o < a p O A• G Q r u a a- N 7 7 N Lo O O U Fa" E N o N c T � (6 c C N L T N N N 7) C o m 0 d O O S CI CI a —o a o o R 0 0I o m U O O U U 0 i 0 O O N > >d y U) O I O o o O Z 0 w Z 0 c c ° mm w CC -0 -0 a 13 CIS 0 v M 0 A d 0] m y 2. ^ o O v r) O O 31 L_ a Z Z a Z Z .0 a o a n J m _/ m C R -o C a C - CO C N N N p d 17-.(6 Ql w E w N IJi ! I!! aJ d N L d 8 d 0 N O ( a NO fQ w N Z J w (C • -O -6 e ci C 0 C V < ° m m . < ? m m m O O a Z m ce . 0 0 0 c. 0 0 0 0 0 0 0 Z Z N Z Z Z N N z p w O(❑ p 0 a a o c O O O O 111111 1111 O o d z U a co l0 U❑ w J co 'C' ❑ 3 J w N d d d •- C Y d U C « 4-, •C O a E a Z e` Z a E H i Z '✓- �O m m m m c a 'o c 173 R -o a x v m m m a, c m C o L w o 0 0 0 0 0 0 0 j w o 0 0 >- 0 0 4 eaa N zzz N zzz y z �- zz W a a�w ❑ _ w rn w 'p a x in ° _ N � o o z H z w . w U Q -a R E cc cc W �o z z Z o -- Q N Q. g • • 04 0 p 0 ° _ C7 N p C� p C) m pa .a CZ t (a -= 0 LL — — t� — — U 0 t_ 6 U o oU U oU T m o 0 ° E z o > w m a° 0 ZZH = Z F°- 1ZH 1ZI- r/, 0 L. E...0 - — E- 0 0 0 0 Q) 0 N C c c ° c c c o °c o a � ° 0 O a . 0 o o _ o ° _ `° E ° ° m z O L.,m y L) L m s O M n 0 n 0 u) 0 u) 0 ECD c--, 6 < 0 .-]� 0 C 0 0 0 0 .J C cc R a. to CO cA J J J J J J ... J J