INVITATION TO BID
INVITATION TO BID
INVITATION TO BID
Create successful ePaper yourself
Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.
PURCHASING DEPARTMENT<br />
SUBMIT <strong>BID</strong><br />
<strong>TO</strong>:<br />
School Board of Hernando County, Florida<br />
School Distribution Center<br />
8050 Mobley Road<br />
Brooksville, Florida 34601<br />
<strong>BID</strong> TITLE: PAINTING SERVICES <strong>BID</strong> NO.<br />
03-968-18<br />
F.O.B. County Wide Purchasing<br />
Contact:<br />
Linda S. McCosh, C.P.P.B.<br />
DESTINATION (352) 797-7060<br />
POINT: Issue Date: March 7, 2003<br />
<strong>BID</strong> DUE DATE: April 11, 2003<br />
<strong>BID</strong> OPENING:<br />
School Distribution Ctr., Purchasing<br />
<strong>BID</strong> OPENING TIME: 11:00 AM<br />
Conference/Bidding Room 103<br />
MANDA<strong>TO</strong>RY PRE<strong>BID</strong>: March 19, 2003 @ 10:00 AM<br />
<strong>INVITATION</strong> <strong>TO</strong> <strong>BID</strong><br />
SUBMITTALS:<br />
Certain Submittals are required with this bid. See the SUBMITTALS CHECKLIST found later in the bid<br />
document for details. Two (2) complete copies (1 original & 1 copy) of your bid proposal are required. Each<br />
bid proposal shall include all information and submittals requested in this bid. Incomplete bid proposals may<br />
be declared non-responsive.<br />
PURCHASES BY OTHER PUBLIC AGENCIES (D.O.E. Regulation #6A1.012 (5) –<br />
With the consent and agreement of the successful bidder(s), purchases may be made under this bid by other<br />
governmental agencies within the state of Florida. Such purchases shall be governed by the same terms and<br />
conditions as stated herein.<br />
Note to Bidder:<br />
A. A signed bid submitted to the School Board obligates the bidder to all conditions stated on the bid proposal form.<br />
B. Bids received and stamped after the stated bid opening date & time will not be considered.<br />
Delivery Days After Receipt Of Purchase Order:<br />
Payment Terms<br />
<strong>BID</strong>DER MUST FILL IN THE INFORMATION LISTED BELOW AND SIGN WHERE INDICATED FOR <strong>BID</strong> <strong>TO</strong> BE CONSIDERED.<br />
UNSIGNED <strong>BID</strong>S SHALL BE REJECTED<br />
Company Name:<br />
FEIN:<br />
Address: Telephone: ( )<br />
City, State: Zip: FAX: ( )<br />
Signature of Owner or<br />
Authorized Officer/Agent<br />
E-mail:<br />
Typed OR Legibly Printed Name<br />
of Above:<br />
Date Submitted:<br />
NO <strong>BID</strong>:<br />
I HEREBY SUBMIT THIS AS A “NO <strong>BID</strong>” FOR THE REASONS CHECKED BELOW:<br />
Insufficient time to respond<br />
Could not meet Insurance/bond requirements<br />
Addenda were received too late to respond<br />
Could not meet bonding requirements<br />
Could not meet specifications<br />
We do not offer the product/service requested<br />
Specifications were unclear or restrictive<br />
Our schedule will not permit us to respond<br />
Terms & Conditions were unclear or restrictive<br />
We do not bid directly<br />
Keep our company on this bid list for future bids<br />
Remove our company name from this bid list for future bids<br />
NOTE: Please be aware this bid may be duplicated on two (2) sides<br />
(03-968-18) Page 1 of 33
GENERAL TERMS & CONDITIONS<br />
(HCSB Bid Document 08/31/04)<br />
1. PREPARATION OF <strong>BID</strong>S:<br />
a. Bidder’s Liability: Bidders are expected to examine the specifications and all special and general conditions, requirements, and<br />
instructions. Omission on the part of the bidder to make the necessary examinations and investigations, visit appropriate site<br />
locations and become familiar with ALL locations covered under this bid, or failure to fulfill in every detail the requirements of the<br />
contract document, will not be accepted as a basis for varying the requirements of the School Board or compensation to the<br />
contractor. Failure to do so is at the contractor’s risk. Failure to follow the instructions in the bid is cause for rejection.<br />
b. Submittal of Bids: <strong>BID</strong>S SHALL BE SUBMITTED IN A SEALED ENVELOPES CLEARLY MARKED WITH THE <strong>BID</strong><br />
NAME, NUMBER, DATE & TIME using the self-adhesive return address label provided with your specification packet should be<br />
affixed to outside of your envelope identifying it as a sealed bid. Submit bids in an envelope separate from any express mail or<br />
courier envelopes, as those items will be opened and discarded. Any company not responding to this request with either a bid or a<br />
“NO <strong>BID</strong>” may be removed from the active bidders list.<br />
c. Receipt of Bids: The Hernando County School Board is not responsible for timely delivery of the U.S. or private courier mail. The<br />
Bidder is responsible to allow adequate mailing time, including time for interoffice mail delivery, or to take appropriate alternate<br />
steps to assure that their bid is delivered to the purchasing department by the specified due date and time. <strong>BID</strong>S WILL NOT BE<br />
ACCEPTED AFTER THE STATED <strong>BID</strong> OPENING DATE AND TIME.<br />
d. Acceptable Form: Telegraph and Facsimile (FAX) bids shall not be considered.<br />
e. Minimum Required Documents: The following documents must be returned with your bid proposal to be considered responsive:<br />
i. Completed and signed Invitation To Bid form. (page 1)<br />
ii. Completed Bid Proposal form(s)<br />
iii. All items checked on Submittals Checklist form included with the bid.<br />
f. Forms: All bids must be submitted on and comply with the bid forms provided. If additional space is required, the bidder may<br />
submit a signed, dated attachment, which will become part of the bid response. The Invitation to Bid Form must be signed by the<br />
owner or authorized officer/agent of the company submitting a bid or the bid will be rejected.<br />
g. Quoted Prices: Prices are to be submitted in accordance with the quantities required, which appear in the bid invitation. Unit<br />
prices will prevail over extended totals whenever the extended amount is in conflict with the estimated quantity (x) the unit price.<br />
When a total lot price of two or more distinct items is requested, the purchasing department reserves the right to verify<br />
mathematical extensions and totals, correct totals if necessary and recommend an award based upon the overall group total. All<br />
items are to be bid FOB destination with all transportation charges prepaid and title transferring to the district at the time of<br />
delivery, unless otherwise stated in bid invitation. Each item will be awarded individually, unless two or more items are grouped<br />
“All or None” or grouped in categories either by the bidder or in the original bid invitation.<br />
h. Item Specifications: When the bid invitation specifies a certain manufacturer, brand, make or catalog number, denoting the quality,<br />
type or standard of article desired, the bidder may offer an equal or superior alternate, unless the term “No Substitutes” or “Only”<br />
is used in the bid invitation. The term “No Substitutes” or “Only” may be used when compatibility with other articles or materials<br />
is required or if standardization is desired.<br />
i. Any item bid as an alternate which lacks sufficient descriptive literature or information to enable a comparative analysis,<br />
may prevent its consideration.<br />
ii.<br />
If the bidder does not indicate that an item proposed to be furnished is other than specified, the specified item requested<br />
must be supplied by the bidder upon receipt of a purchase order.<br />
i. Bid, Performance & Payment Security: When bid, performance and payment securities are required, the Required box will be<br />
checked on the Submittals Checklist form included with the bid.<br />
j. Insurance Certificate: When an insurance certificate is requested, the Requested box will be checked on the Submittals Checklist<br />
form included with the bid.<br />
k. Product Certification: When product certification is requested, the bidder will submit as part of the bid, a signed affidavit,<br />
properly notarized, indicating that the item meets all specifications required.<br />
2. VARIANCE <strong>TO</strong> <strong>BID</strong> DOCUMENTS:<br />
For purpose of bid evaluation, bidders must indicate any or all variances to the bid documents and/or specifications as stated, no matter how<br />
slight. If variations are not stated in the bid, it shall be construed that the bid submitted fully complies in every respect with our bid<br />
documents.<br />
3. MANUFACTURER’S CERTIFICATION:<br />
The Purchasing Department reserves the right to request from bidders separate manufacturer’s certification of all statements made in the<br />
proposal, if applicable.<br />
4. AUTHORIZATION <strong>TO</strong> DELIVER MATERIALS or SERVICES:<br />
Vendors are prohibited from shipping any merchandise or providing any services prior to receiving either an official award letter, a purchase<br />
order number or a hard copy purchase order from the purchasing department. The vendor assumes all liability for any costs or damages<br />
incurred. The district will be under no obligation to pay for merchandise delivered or services provided resulting from violation of this rule.<br />
5. TAXES:<br />
Purchases are exempt from ALL Federal excise and State sales tax.<br />
(03-968-18) Page 2 of 33
GENERAL TERMS & CONDITIONS<br />
(HCSB Bid Document 08/31/04)<br />
6. INQUIRIES/INFORMATION:<br />
Any questions by prospective bidders concerning requirements of this bid should be addressed to the Purchasing Department’s contact name<br />
that appears on the front of the Invitation To Bid form or to individuals specifically named in the Special Conditions section of the bid. The<br />
Purchasing Department will assist vendors and answer questions to the best of our ability. Questions of a technical nature may be referred to<br />
other individuals as deemed necessary by the buyer for an appropriate response. Requests for interpretation of the bid or additional<br />
information shall be communicated to the buyer no later than seven (7) working days prior to the currently scheduled bid opening date.<br />
Interpretations of the bid, clarification of bid specifications and requirements or changes to the bid which have a material effect shall be<br />
communicated to bidders only by written addenda. Verbal responses to bidders’ questions do not constitute an official position unless<br />
documented in the form of written addenda and shall be considered inadmissible in bid protest proceedings. All such written addenda should<br />
be signed and returned to the Purchasing Department prior to the bid due date and time as proof of receipt. Failure to return such addenda<br />
may constitute cause for rejection.<br />
7. ITEM SUBSTITUTIONS:<br />
Under no circumstances may a vendor substitute a different product for any item they were awarded from this bid, without prior approval. In<br />
the event an awarded item is discontinued by the manufacturer during the term of this bid, the successful bidder must provide an acceptable<br />
substitute item at the same bid price or risk being found in default. The vendor must file a written request with the purchasing department<br />
and be granted approval to substitute, in writing, before any substitution may be made. Requests to substitute should be accompanied by<br />
complete specifications for the proposed substitute item, and a sample, if requested.<br />
8. FLORIDA STATE CONTRACTS:<br />
If a company currently holds a contract with the State of Florida, Department of Management Services, Division of Purchasing or the Florida<br />
Department of Education, to supply the products or services requested in this bid, the bidder shall quote not more than State contract price(s).<br />
Failure to comply with this request may result in disqualification. The Board reserves the right to reject bids and purchase from State<br />
contracts if to do so represents its best interest.<br />
9. <strong>BID</strong> SAMPLES:<br />
The bidder shall provide product samples, without charge, when requested. If the sample is not consumed through testing, it will be returned<br />
to the bidder when said request is submitted with the bid. Unused samples will be returned at the bidder’s risk and expense. The successful<br />
bidders’ samples may be retained until all the terms of the purchase order or contract have been fulfilled. All samples are to be submitted at<br />
the place indicated in the Special Conditions section of the bid in accordance with the instructions outlined therein. All samples shall be<br />
identified with the bidder’s name, bid title and number, product name or as otherwise indicated in the Special Conditions section of the bid.<br />
10. ACCEPTANCE AND WITHDRAWAL OF <strong>BID</strong>S:<br />
A bid, or amendment thereto, will not be accepted by the purchasing department after the time and date specified for the bid opening, nor<br />
shall a bid or amendment be withdrawn for a period of ninety (90) days after the bid opening date, unless otherwise specified in the bid. Any<br />
bid for which the bidder specifies a shorter acceptance period may be rejected.<br />
11. ERRORS AND OMISSIONS:<br />
In the event an error or obvious omission is discovered in a bidder’s proposal, either by the purchasing department or the bidder, the bidder<br />
may have the opportunity of withdrawing their bid, provided they can produce sufficient evidence to document that the error or omission was<br />
unintentional. Actual original copies of working papers, calculations, etc., may be requested at the purchasing department’s discretion, to<br />
support the validity of such a request. This privilege shall not extend to allowing a bidder to change any information contained in their bid<br />
proposal; however, in the event of a minor omission or oversight on the part of the bidder, the purchasing department (or designee) may<br />
request written clarification from a bidder in order to confirm the evaluator’s interpretation of the bidder’s response and to preclude the<br />
rejection of their bid, either in part or in whole. The purchasing department will have the authority to weigh the severity of the infraction and<br />
determine its acceptability.<br />
12. TIE <strong>BID</strong>S:<br />
Cash discounts offered by bidders will be considered to break tie bids. If all other factors are equal and no cash discounts are offered,<br />
preference will be given to a Florida vendor over an out-of-state vendor. If all vendors are Florida residents, consideration may be given to<br />
the following: if the vendor has his/her principal place of business in Hernando County; if the vendor has a place of business in Hernando<br />
County; if the vendor has provided satisfactory service to the Hernando District School Board in the past; if the vendor certifies that it has<br />
implemented a drug-free workplace program in accordance with section 287.087, Florida Statutes. In order to receive preference, a signed<br />
certification of compliance must be submitted with the bid response. If all bids or no bids include a certificate of compliance, the tie will be<br />
broken by a coin flip in the presence of witnesses.<br />
13. <strong>BID</strong> PROTEST:<br />
If a bidder wishes to protest a bid, they must do so in strict accordance with the procedures outlined in Florida Statutes 120.57(3). Failure to<br />
file a protest within the time prescribed shall constitute a waiver of proceedings. Bids will be posted for seventy-two (72) hours after, at the<br />
location where they were opened.<br />
(03-968-18) Page 3 of 33
GENERAL TERMS & CONDITIONS<br />
(HCSB Bid Document 08/31/04)<br />
14. BASIS OF AWARD OR REJECTION OF <strong>BID</strong>S:<br />
The Superintendent will recommend the lowest and best bid from the most responsible and responsive bidder(s) to the Board. Slight<br />
variations or irregularities may be accepted by the Board if either is found to be in its best interest. The Superintendent (or designee) shall be<br />
solely responsible for determining the acceptability of a bid. The Board reserves the right to reject any or all bids, either in part or in whole.<br />
15. FORM OF NOTIFICATION OF <strong>BID</strong> AWARD:<br />
Once bids are evaluated and a recommendation for award made, a Notice of Intent to Award will be posted in a conspicuous location in the<br />
purchasing offices located at 8050 Mobley Road, Brooksville, Florida. Bidders are invited to visit this location to obtain this information.<br />
Due to excessive mailing costs, the purchasing department will not mail out notices of intent to award to bidders.<br />
16. <strong>BID</strong> AWARD:<br />
Notification: After the Board awards the bid to the lowest and best bid from a responsive and responsible bidder, the purchasing department<br />
will issue a purchase order and/or an official award letter, which will authorize the bidder to deliver the materials and/or services, which are<br />
being purchased by the Board. Unless otherwise specified the purchase order issued by the Hernando County School Board will serve as the<br />
contract document, with applicable bid terms, conditions and specifications included.<br />
17. DEFAULT:<br />
If the bidder defaults after the Board awards a bid and bid performance security was required with the bid, the district will execute the<br />
performance security as liquidated damages. If the bidder defaults after the Board awards a bid and bid performance security was not<br />
required, the bidder shall pay to the district, as liquidated damages, an amount equal to 5% of the unit prices bid times the quantity for each<br />
item in question, or $25, whichever amount is larger. If the bid pricing was expressed as a lump sum amount, then the amount due will be<br />
5% of the remaining value of the contract. A successful bidder who fails to pay said liquidated damages within fifteen (15) days after<br />
notification that liquidated damages are due, shall lose eligibility to transact business with the district for a period of not less than one (1).<br />
Thereafter, the bidder may request to be reinstated to the active bidders list(s).<br />
18. FISCAL NON-FUNDING CLAUSE:<br />
In the event sufficient budgeted funds are not available for a new fiscal period, the Board shall notify the vendor of such occurrence and the<br />
contract shall terminate on the last day of the current fiscal period without penalty or expense to the Board.<br />
19. NON COLLUSION:<br />
The bidder, by affixing its signature to this proposal, certifies that its bid is made without previous understanding, agreement, or connection<br />
with any person, firm or corporation making a bid for the same items(s), and is in all respects fair, without outside control, collusion, fraud, or<br />
otherwise illegal action.<br />
20. GENERAL REQUIREMENTS:<br />
a. Condition of Items: Unless otherwise specified in the special bid terms and conditions, all items requested must be new and of<br />
the latest model manufactured. Bids on “used, remanufactured or reconditioned “ equipment or “blems or seconds” will not be<br />
considered.<br />
b. Inspection: The Board reserves the right to have inspectors on the premises of the bidders/manufacturers at any time during the<br />
manufacturing or assembly process.<br />
c. Packaging: The bidder shall adequately package the products or items which have been purchased by the Board. Bidders are<br />
requested to provide products with environmentally safe packaging if at all possible.. The Board assumes no responsibility for<br />
damage of any kind incurred while the items are in transit. Bidders may adjust unit packaging up or down only when attempting to<br />
reach the next standard unit pack. Otherwise, only exact quantities requested will be accepted and no overages will be allowed.<br />
d. Receiving, Inspections and Testing: The Board reserves the right to reject any and all materials or products delivered which, in the<br />
opinion of the Board or its authorized agent, do not comply with the bid specifications. All materials or products rejected by the<br />
Board shall be promptly removed and replaced by the bidder at no cost to the Board.<br />
e. Limitation of Liability: The bidder guarantees to save the School Board of Hernando County, its agents and employees harmless<br />
from liability of any nature or kind for use of any copyrighted or uncopyrighted materials, secret process, patented or unpatented<br />
inventions, articles or appliances furnished or used in performance of the contract for which the contractor is not the patentee,<br />
assignee or licensee.<br />
22. CASH DISCOUNTS:<br />
Cash discounts offered for thirty (30) days or more will be taken into consideration when determining low bid.<br />
(03-968-18) Page 4 of 33
GENERAL TERMS & CONDITIONS<br />
(HCSB Bid Document 08/31/04)<br />
23. CONTRACT TERMINATION:<br />
The Superintendent (or designee) reserves the right to terminate a vendor’s contract for just cause, without penalty. The Superintendent (or<br />
designee) will notify the vendor of the intent to terminate, in writing, at least (30) days prior to the effective date of the termination, and the<br />
contract will officially terminate at the end of the (30) day grace period. The vendor may request reconsideration of this decision in writing at<br />
any time during the 30 day grace period. The request must be addressed to the Director of Purchasing who will initiate an internal review of<br />
the matter. If the vendor’s input is required as part of the reconsideration process, the vendor will be notified when and where to appear.<br />
Requests for reconsideration received after the (30) day grace period will be denied<br />
24. MATERIAL SAFETY DATA SHEETS:<br />
The district requires that two (2) copies of all applicable Material Safety Data Sheets be furnished upon the initial purchase of any chemical<br />
or toxic substance or equipment which uses same. One (1) copy shall accompany the product shipment and the other copy must be sent to<br />
Mr. Barry Crowley, Hernando County Schools, Finance/Safety Department, 919 North Broad Street, Brooksville, FL 34601<br />
25. SAFETY REQUIREMENTS:<br />
All bids must be in compliance with ALL applicable safety requirements as determined by Federal, State and local regulations, OSHA<br />
guidelines and any/all laws and regulations that govern the item(s)/commodity(s) and/or services requested in this bid<br />
26. <strong>BID</strong> QUANTITIES:<br />
Quantities when given, are approximations, and provided for bidder information purposes only. No guarantee is given or implied as to the<br />
exact amount or number which shall be required under the terms and conditions of this bid. The School Board reserves the right to increase<br />
or decrease all estimated quantities during the term of this contract.<br />
27. RENEWAL OF <strong>BID</strong>S:<br />
Unless otherwise specified in the special conditions, bids may be renewed for a period equal to the original bid term or for two (2) successive<br />
one (1) year periods, whichever is greater, under the same terms, conditions, specifications and pricing as the original bid.<br />
28. VARIANCE IN CONDITION:<br />
Any and all special conditions and specifications attached hereto which vary from these GENERAL <strong>BID</strong> TERMS and CONDITIONS shall<br />
have precedence.<br />
29. PUBLIC ENTITY CRIME & CONVICTED VENDOR LIST<br />
Per the provisions of Florida Statute 287.133 (2)(a), “A person or affiliate who has been placed on the convicted vendor list following a<br />
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<br />
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<br />
property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with<br />
any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Florida Statute 287.017<br />
for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list”.<br />
30. DISCRIMINATION CLAUSE<br />
An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide goods or services to<br />
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<br />
not submit bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or<br />
consultant under contract with any public entity, and may not transact business with any public entity.<br />
31. PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES<br />
It is hereby made a part of this solicitation that the submission of any bid response to this advertised request constitutes a bid/proposal under<br />
the same terms and conditions, for the same contract price, to other government agencies if agreeable by the bidder and the government<br />
agency.<br />
(03-968-18) Page 5 of 33
SPECIAL CONDITIONS<br />
(HCSB Bid Document 08/31/04)<br />
SCOPE<br />
The purpose and intent of this invitation to bid is to establish contract(s) with experienced, qualified, and licensed, painters to provide<br />
for complete painting services (all labor, personnel, supervision, vehicles, equipment, supplies, and materials, etc.), on designated<br />
projects, which cannot be handled in-house. Services will be required on an as needed basis, county wide, for small projects usually<br />
not expected to exceed $25,000.00 per job. This bid will establish fixed hourly labor rates and firm percentage discounts for parts,<br />
supplies and materials (unless designated to be provided by the district), for the contract period as specified herein.<br />
The contractor(s) shall be able to complete all type painting services normally encountered in commercial, residential and renovation<br />
projects. These services or tasks include, but are not limited to:<br />
‣ Painting exterior and interior buildings, walls, doors, jams, etc.;<br />
‣ Pressure washing (exterior and interior areas);<br />
‣ Painting inside and outside facility designated areas, (classrooms, gymnasiums, portables, etc).<br />
‣ Painting exterior and interior buildings, walls, doors, jams, etc.;<br />
‣ Prime, sand, fill cracks and holes in walls, patch areas, etc., as needed;<br />
CONTRACT PERIOD<br />
The Contract Period shall commence upon contract award, and end two (2) years from date of award. However, this bid shall be<br />
subject to a review at the end of each twelve (12) month period and subject to cancellation. Prices and discounts shall remain firm for<br />
this period and shall include ALL freight and handling charges.<br />
PRE-<strong>BID</strong> CONFERENCE<br />
Location – Maintenance Department, 8008 Mobley Road, Brooksville, FL (352) 797- 7071<br />
Contact Person – Ken Hill, Director of Maintenance Department<br />
A pre-bid conference will be held at Maintenance Department front conference room on March 19, 2003 at 10:00 AM.<br />
Attendance at this pre-bid conference is MANDA<strong>TO</strong>RY in order for all potential bidders to receive the benefit of answers to theirs and<br />
other’s technical questions first hand. If you are not the prime bidder but are attending on behalf of someone else, please make note of<br />
this when signing the attendance roster where indicated. We apologize for any inconvenience this may cause you, but it is imperative<br />
that all information be disseminated in a public forum with all potential bidders present to minimize confusion or misunderstandings.<br />
Additions or changes to the original bid documents resulting from this conference of a material nature, will be documented in the form<br />
of written addenda and distributed to all attendees. Please note that if you are late to the pre-bid conference and are unable to sign the<br />
attendance roster, you will lose eligibility to submit a bid. You may still, however, attend the conference if you wish.<br />
PERMITTING REQUIREMENT<br />
Not Applicable.<br />
CONTRACT VALUE<br />
It is anticipated that the total dollar amount the district could expend, as a result of any contract award, is estimated at approximately<br />
$150,000.00 in total, per year, excluding renewal options. This is only an estimate and actual volume could vary up or down. The<br />
district will not be held responsible if actual purchases are less than this amount.<br />
<strong>BID</strong> CONTENT & SUBMITTAL<br />
Two (2) complete copies (1 original & 1 copy) of the bid proposal shall be submitted by respondents. Each bid proposal shall include<br />
all information and submittals requested in this bid. Incomplete bid proposals may be declared non-responsive.<br />
ADDITIONAL REQUIRED SUBMITTALS<br />
‣ A minimum of four (4) references of projects that are similar in scope. Provide location, contact person and phone number.<br />
(See Customer Reference Form)<br />
(03-968-18) Page 6 of 33
SPECIAL CONDITIONS<br />
(HCSB Bid Document 08/31/04)<br />
FREIGHT TERMS<br />
All materials and equipment shall be shipped F.O.B Destination, freight prepaid and included, with title to goods transferring to the<br />
customer at time of receipt.<br />
AWARD – MAXIMUM OF FOUR (4) CONTRAC<strong>TO</strong>RS<br />
The award will be made on a MULTIPLE basis to a maximum of not more than FOUR (4) contractors, submitting the lowest most<br />
responsive and responsible bids.<br />
The district will be awarding contracts to four (4) vendors for services as specified in this contract. Projects will be assigned on a back<br />
and forth basis between the four (4) contractors, and as equitably as possible. At the districts discretion, work tasks will be distributed<br />
and assigned based on such factors as, but not limited to: availability, contractor or district time schedules, response time, turn-aroundtimes<br />
and completions, start times, previous projects performance, and so on. The district does reserve the right, however, if when<br />
contacted, a contractor cannot respond or fails to respond to a project order, for any reason (IE: failure to meet at a project site when<br />
scheduled, missed telephone calls, etc), within a reasonable time period, the district will immediately direct the work to the other<br />
contractor. Every attempt will be made by district staff to distribute the workloads as evenly and fairly as possible between the four<br />
(4) successful contractors, however, there are no guarantees given or implied with regards to equal across the board project dollar<br />
amounts being distributed. Repeated and documented instances of non-performance or failure to provide services as requested in this<br />
bid by one or the other of the four (4) contractors shall result in termination of their contract and ALL subsequent orders directed to<br />
the remaining contractor for contract or project completion.<br />
DETERMINATION OF LOW <strong>BID</strong>S<br />
To determine the four contractors, who will comprise the list for contracted services, as requested in this bid, an estimated number of<br />
service labor hours will be used representing a possible annual usage only. In addition, an estimated dollar amount will be used for an<br />
approximate expenditure for vendor supplied parts and materials. The work scenarios will then be used to calculate a Total Bid Price<br />
for each bidder employing each bidder’s fixed hourly labor rates pricing and the percentage mark-up on parts & materials. The four<br />
(4) bidders submitting the lowest responsive and responsible, overall total will be awarded the contract.<br />
RECEIPT OF <strong>BID</strong>S<br />
Bids will be accepted on or until 11:00 AM EST, bids will be accepted if date/time stamped 11:00 AM, date/time stamps of<br />
11:01AM or later will be rejected.<br />
RENEWAL OPTION<br />
By mutual consent of the School Board of Hernando County, Florida, and the successful bidder, this contract may be renewed for one<br />
(1) additional two (2) year period as long as price increases do not exceed the rate of inflation determined by the Consumer Price<br />
Index for urban wage earners and clerical workers, U.S. city average, all items (1982-84=100), published by the U.S. Bureau of Labor<br />
Statistics or any successor or substitute index appropriately adjusted from the commencement of the initial term of the contract to<br />
commencement of each extension period. If bidding discounts from list price, discounts offered may not change.<br />
QUALIFICATIONS OF <strong>BID</strong>DERS<br />
All bidders must be able to prove that they are currently and appropriately licensed, if applicable, to perform the requirements and<br />
services as requested in this bid. Bids will be considered only from vendors normally engaged in the provision of the goods and<br />
services specified herein and who have a minimum FIVE (5) years experience with similar projects, possess adequate plant,<br />
equipment, labor and supervisory personnel and adequate financial security to perform the requirements of this bid. Bidders shall<br />
have adequate financial security to perform the requirements of this bid. Bidders shall have adequate organization, facilities,<br />
equipment and personnel to ensure prompt and efficient service to the Hernando County School District. The school district reserves<br />
the right, before recommending any award, to inspect the facilities and organization; or to take any other action necessary to determine<br />
the bidders’ ability to perform satisfactorily (request references); and reserves the right to reject bids where evidence submitted or<br />
investigation and evaluation indicates an inability of the bidder to perform the requirements of this bid.<br />
(03-968-18) Page 7 of 33
SPECIAL CONDITIONS<br />
(HCSB Bid Document 08/31/04)<br />
MATERIALS<br />
The district reserves the right to specify precisely the types of materials to be utilized in all projects. Any substitutions of materials to<br />
be used on a work site must have prior approval from Maintenance Department/Facilities Department.<br />
<strong>BID</strong> QUANTITIES/USAGE REPORTS<br />
For term contracts when materials or services are purchased as needed over the term of the contract, the usage quantities listed on the<br />
Bid Proposal form are estimates for bidder information purposes only. No guarantee is given or implied as to the exact amount or<br />
number which shall be purchased from this bid. The School board reserves the right to increase or decrease all estimated quantities<br />
during the term of this contract without affecting the bid pricing and terms.<br />
SUBSTITUTIONS, ADDITIONAL OR NEW/UPGRADED MODELS, PRODUCTS, SERVICES AND SUPPLIES AFTER<br />
AWARD<br />
Additional new/upgraded models, products, services, and supplies may be added to this contract after award if deemed to be in the<br />
district’s best interest. Any new models, products, items or services added to this contract shall become part of and comply with ALL<br />
terms, conditions, requirements, specifications, of the original bid document. Vendor requests to substitute any products originally<br />
awarded on this bid, shall be submitted in writing to the Purchasing Department along with complete descriptions and corresponding<br />
pricing in order to have the substitute approved and added to the contract.<br />
Any new models, which as a result of revisions, alternations, additions, or technical improvements, meet or exceed the requirements of<br />
this bid, must be offered for the district’s consideration for replacement of the discontinued modes. These models/products must not<br />
exceed the price of those being replaced.<br />
ORDERING ITEMS/RECEIVING/BACKORDERS<br />
Whenever time constraints are involved in ordering and receiving of an item, or backorders are not being received in a timely manner,<br />
thus causing the district to experience costly delays or causing emergency situations to develop unnecessarily, the School Board<br />
reserves the right to go to the next lowest bidder and/or buy off contract, if the original bidder awarded a contract, does not stock the<br />
item or is temporarily out of stock of the required item and cannot furnish the parts or items in a timely manner.<br />
INTENT OF SPECIFICATIONS<br />
Specifications in this document may reference specific manufacturers’ products and list their model or part numbers, followed by the<br />
words “or equal”. Unless the word “only” is used in place of “or equal”, these references are intended to establish a quality and<br />
performance standard only. Anything listed, herein, of a proprietary nature is done so without express knowledge or intent to exclude<br />
other manufacturers’ products from consideration.<br />
MANUFACTURER AND MODEL NUMBERS<br />
If Manufacturer and Model Number is not designated, vendors must specify the make and model bid for each item. If a model shown<br />
is incorrect, incomplete, or has been revised, it is the responsibility of the bidder to correct and complete the number utilizing the most<br />
current information available. Failure to comply on both or either of these two (2) areas of the bid for an item may result in the being<br />
disqualified for award of the item.<br />
SERVICE REQUIREMENTS<br />
1. Bids will be considered only from contractors, manufacturers, authorized distributors or dealers who are normally engaged in the<br />
manufacture, sale or distribution of the materials or services requested herein. The bidder must have adequate organization,<br />
facilities, equipment and personnel to ensure prompt and efficient service to the School Board of Hernando County, Florida, and<br />
possess applicable in-state representation to assist in proper application and to resolve any/all technical problems during the term<br />
of the contract and subsequent renewal periods.<br />
(03-968-18) Page 8 of 33
SPECIAL CONDITIONS<br />
(HCSB Bid Document 08/31/04)<br />
SERVICE REQUIREMENTS (Continued)<br />
2. Replacement parts shall be made available in sufficient supply to keep equipment purchased from this bid in operational condition<br />
for a minimum of five (5) years after equipment delivery and acceptance. After expiration of any warranties and during this five<br />
(5) year period, all required parts shall be shipped within sixty (60) days after receipt of customer’s purchase order.<br />
3. If requested by the customer, the bidder must be prepared to provide a free demonstration of the equipment sold under this bid to<br />
acquaint the customer with its operation.<br />
4. The successful bidder shall include the cost of installation when requested in the specifications. If the specification calls for<br />
assembly by the vendor, equipment shall be assembled either before or upon delivery. If equipment is assembled prior to<br />
delivery, the vendor must package merchandise appropriately and take all necessary precautions to avoid damage in transit. The<br />
recipient shall make every attempt to inspect merchandise upon delivery, if possible, and make note of any damage on the bill of<br />
lading. Damaged goods discovered after delivery personnel have left, shall be reported to the vendor within ten (10) calendar<br />
days of receipt for replacement or repair. When installation is complete, the vendor will be responsible to dispose of all packing<br />
materials, and to leave the site in a clean and orderly state.<br />
5. The vendor will be expected to make simple electrical or plumbing connections to existing utilities to confirm that equipment is<br />
functioning properly. Under no circumstances will the vendor be required to run new electrical or plumbing service to the<br />
equipment, unless specifications call for this. In these cases, only licensed contractors shall perform the work and the vendor<br />
must provide an acceptable insurance certificate to the district before work commences.<br />
INSURANCE<br />
Insurance is required of all vendors who perform work on School Board premises. If this bid requires that you work on our premises,<br />
a current Insurance Certificate, including Workers’ Compensation Insurance for all the awarded vendors’ employees connected with<br />
the work, and if sublet, the vendor(s) shall require the subcontractor to provide Workers’ Compensation Insurance for such employees,<br />
unless previously covered by the vendor’s insurance. All such insurance shall list all coverages, limitations, etc., as required by<br />
Florida Statutes and fully with the Florida Workers’ Compensation law. Insurance Certificates must be furnished to the district prior<br />
to the commencement of any/all work and shall list The Hernando County School Board both as an “Additional Insured” and<br />
“Certificate Holder” on all insurance policies by the vendor(s) as the result of being awarded a contract; unless expressly prohibited<br />
by the insurance company. When and if this occurs, a written explanation of that insurance company’s position must be submitted to<br />
the Purchasing Department, along with the Insurance Certificate, which will be attached to the document and kept on file.<br />
QUALITY<br />
Unless otherwise specified, all equipment bid must be new, the latest model, first quality, carry the manufacturer’s standard<br />
warranty and be equal to or exceed the specifications listed in the bid. During the warranty period, the successful bidder must repair<br />
or replace any defective equipment without cost to the Board with the understanding that all replacements shall carry the same<br />
guarantee as the original equipment. The successful bidder shall make any such repairs or replacements immediately upon receiving<br />
notice from the Board.<br />
WARRANTY<br />
All equipment purchased from this bid shall carry the manufacturers’ standard warranty, unless otherwise specified<br />
SALES PROMOTIONS<br />
It is understood that sales promotions may occur during the period of the contract that will lower the prices of some products for the<br />
period of the sales promotion. Advance notice of such promotions should be directed through the Purchasing Department prior to<br />
offering to the district’s schools and departments. In addition, any such reduction must appear on the vendor’s invoices.<br />
MAINTENANCE CONTRACTS<br />
Not Applicable.<br />
(03-968-18) Page 9 of 33
SPECIAL CONDITIONS<br />
(HCSB Bid Document 08/31/04)<br />
YEAR 2000 COMPLIANCE<br />
All electronic equipment and software purchased under this contract must continue to function and perform according to the<br />
manufacturers’ specifications and product claims through the century change associated with year 2000.<br />
ALTERNATE/USED OR EQUAL EQUIPMENT<br />
Vendors should be prepared to furnish illustrations, specifications and catalogs when submitting bids on alternate/used brands or on<br />
“Or Equal” equipment. Such submittals shall include all requested accessories and complete specifications for the item being bid.<br />
When such information is required, it must be submitted no later than the closing date of the bid, unless otherwise stated.<br />
Only one alternate per item number will be allowed. If more than one(1) alternate is submitted, the bids for that entire item number<br />
will not be considered.<br />
SAMPLES<br />
Not Applicable.<br />
PACKAGING<br />
All products require adequate packaging to protect them from damage in transit. Packaging must fully cover and protect merchandise.<br />
Vendors must fully comply with all special packaging requirements, if and when specified in the bid document. When corrugated<br />
carton packaging is specified, polywrap or blanket wrap will not be acceptable.<br />
TIME OF COMPLETION<br />
Each bidder shall state the number of consecutive calendar days they require after receipt of order (A.R.O.) to either complete delivery<br />
or provide the requested services in the space provided on the Invitation to Bid form (cover page of document). The length of time to<br />
complete a project and deliver all of the items ordered could be a factor in awarding this bid. If a finite number of days have been<br />
specified for delivery or project completion, this deadline must be met or bidder will be considered in default.<br />
RECEIPT OF MERCHANDISE<br />
All shipments are to be off-loaded from the delivery vehicle to the loading dock or brought inside the building if the facility has no<br />
loading dock. The exception will be for materials obviously intended for outdoor use. All shipments must be made by door-to-door<br />
rail freight or motor truck line. There are no rail sidings at any of our locations. Deliveries shall be made during normal business<br />
hours, Monday through Friday, excluding holidays, unless otherwise specified, as follows:<br />
• Schools & Non-School Facilities: 8:30 a.m. to 2:30 p.m. (Depending on the schools dismissal times.<br />
Vendors are advised to call schools for specific times prior to delivery)<br />
• School Distribution Center/Warehouse 7:00 a.m. to 3:30 p.m.<br />
Exceptions to this schedule will be specified on the purchase order. For shipments which may require the assistance of district<br />
personnel to off-load merchandise, the head plant operator at the shipping destination should be notified forty-eight (48) hours prior<br />
to delivery.<br />
EQUIPMENT DEAD-ON-ARRIVAL (DOA)<br />
Any product shipped which arrives inoperable or ceases to operate within seven (7) business days of initial installation shall be<br />
considered DOA and shall be replaced by the successful bidder with a new product identical to that ordered.<br />
RETURNED MERCHANDISE<br />
All merchandise returned for any reason other than vendor error or vendor misrepresentation of product capabilities, shall be subject to<br />
no more than a 15% restocking fee and return freight charges, negotiable between customer and vendor. It is understood that<br />
merchandise may only be returned if still in the original factory sealed carton.<br />
Vendor shall provide return merchandise authorization for failed equipment under warranty without requirement of a<br />
purchase order. Vendor will ship new equipment prior to receipt of returned equipment.<br />
(03-968-18) Page 10 of 33
SPECIAL CONDITIONS<br />
(HCSB Bid Document 08/31/04)<br />
INVOICES & PAYMENT TERMS<br />
Payment will be made after the merchandise or services have been:<br />
• Received or completed in full or in substantial partial quantity<br />
• Inspected and found to comply with all specifications and be free of damage or defect<br />
• Must be Properly invoiced<br />
All invoices, packing lists, and correspondence associated with a purchase should reference the purchase order number and include the<br />
Federal ID Number or Social Security Number. Invoices must be itemized, submitted in DUPLICATE and mailed to the “SHIP <strong>TO</strong>”<br />
address located on the purchase order. A minimum of thirty (30) days is required for payment.<br />
TAXPAYER IDENTIFICATION FORM W-9<br />
A completed and signed Request For Taxpayer Identification Number and Certification Form should be submitted to the Purchasing<br />
Department at the address located on the upper left hand corner of the Invitation To Bid or it may be faxed to our attention at (352)<br />
797-7160, if any or more of the below listed items currently applies to your firm:<br />
‣ New vendor doing business with the school district for the first time<br />
‣ Changed your Company Name<br />
‣ Changed your Company Address<br />
‣ Your FEIN (Federal Employer Identification Number) has changed<br />
‣ Other Information Pertinent To Your Firm<br />
VENDOR APPLICATION FORM<br />
A completed and signed Vendor Application Form should be on file with the Purchasing Department, Hernando County School Board,<br />
in order to qualify as an approved vendor. For your convenience, you may visit our office in person at, School Distribution Center,<br />
8050 Mobley Rd., Brooksville, FL, 34601, or contact our office by telephone at (352) 797-7060, to verify an application is on file or<br />
to have a copy mailed. If any information previously included with your application has changed for any reason, (address change,<br />
telephone number has changed, personnel changes, additional commodities need to be added, etc.), we advise you up-date the<br />
application. This is the document file purchasing references when mailing bid packages or notifications. All applications are subject<br />
to review and investigation prior to validation for placement on approved vendor lists.<br />
The above W-9 Form and Vendor Application must be on file and in our computer purchasing systems prior to the award of any<br />
contracts or purchase orders as a result of this bid.<br />
*You May Now Complete Our Vendor Application And W9 Form On-Line. Visit our website –<br />
www.hcsb.k12.fl.us/sdc<br />
HOLIDAY BREAKS<br />
Each year, schools and administrative offices are closed for Thanksgiving, Winter and Spring break periods. Please<br />
review the below schedule for those applicable dates school sites and administration offices will be closed and<br />
reopening during these times:<br />
THANKSGIVING WINTER HOLIDAYS SPRING BREAK<br />
CLOSED REOPEN CLOSED REOPEN CLOSED REOPEN<br />
SCHOOLS 04/18/03 04/28/03<br />
ADMIN. OFFICES 04/18/03 04/28/03<br />
HOLIDAY BREAKS (Cont’d)<br />
No deliveries will be accepted during the dates indicated above marked as closed. Please adjust your delivery<br />
schedules accordingly.<br />
Purchase Orders will either contain notices or print special notification terms and condition codes referencing these important dates as<br />
holiday breaks approach. PLEASE READ THEM CAREFULLY.<br />
(03-968-18) Page 11 of 33
SPECIAL CONDITIONS<br />
(HCSB Bid Document 08/31/04)<br />
REQUESTS FOR <strong>BID</strong> INFORMATION & RELATED DATA<br />
Requests for information relating to bids in process will be addressed without delay when such information has a material effect on<br />
the completion of your bid response. Every effort will be made to supply other requested information of a less critical nature, such as,<br />
lists of vendors solicited, pre-bid conference attendees, individuals picking up plans and specifications, historical bid data or<br />
tabulations within (48) hours from receipt of a request. Vendors are welcome to visit our offices to obtain the information in person,<br />
but we respectfully request that you notify the department in advance at the telephone number listed on the Invitation to Bid form so<br />
that they might have ample opportunity to compile the information for you before you arrive.<br />
(03-968-18) Page 12 of 33
PERSONNEL MATRIX<br />
This matrix is included to provide you with a list of individuals/departments directly responsible for various aspects of the bid process.<br />
We ask that you follow this matrix when making inquires with district staff so that we may serve you efficiently.<br />
Subject Contact Name(s) Department/Title Telephone No.<br />
Purchasing Questions or<br />
Clarifications About:<br />
• Bidding Procedures<br />
• General Bid Terms &<br />
Conditions<br />
• Special Bid Terms &<br />
Conditions<br />
• Addenda Issued<br />
• Names of Bidders Solicited<br />
• Pre-bid Conference Attendees<br />
• Bid Due Date and Time<br />
• Bid Tabulation<br />
• Recommendation for Award<br />
• Bid Protest Procedures<br />
• Previous Contract Information<br />
Linda S. McCosh, C.P.P.B.. Director of Purchasing (352) 797 –7060<br />
Questions or Clarification About:<br />
• Technical Specifications<br />
• Licensing Requirements<br />
• Assists in Award<br />
Recommendation<br />
• Project Contact-Scheduling Site<br />
Visits, If Necessary In OrderTo<br />
Bid Project<br />
Ken Hill Director of Maintenance (352) 797-7071<br />
Questions or Clarification About:<br />
• Safety/Security Issues Barry Crowley Coordinator, Safety & Security (352) 797-7054<br />
• Material Safety Data Sheets<br />
Questions or Clarification About:<br />
• Insurance Guidelines<br />
• (Non-Construction)<br />
Laurel Terrell Finance/Risk (352) 797-7004<br />
Administration Bldg<br />
(03-968-18) Page 13 of 33
CONTRAC<strong>TO</strong>R REQUIREMENTS<br />
A. The contractor shall provide services, as requested in this bid, to district owned facilities (inside and<br />
outside) based upon the quoted hourly labor rate(s) and/or crew rates, and percentage rates for equipment,<br />
parts and materials as stated in the bid. On certain designated projects, the district may supply the<br />
parts/materials/supplies necessary to complete a job. On those designated projects, the contractor will be<br />
responsible for labor services ONLY as quoted hourly labor rate(s) offered in this bid. This is a district<br />
decision to be determined at the beginning of any/all district projects, with reference to this bid. All vehicle<br />
and/or equipment type items (ladders, scaffolds, etc.), required by the contractor to complete the job shall<br />
by the responsibility of the contractor<br />
B. The Contractor(s) must be in possession of or obtain therein, all licenses, bonding requirements and permits<br />
that may be required by this bid, at no cost to the school district.<br />
C. Bidders must meet or exceed the following qualifications:<br />
‣ Bidder must comply will all safety rules defined by State and Federal regulations and any other<br />
laws and regulations relating to the services to be performed.<br />
‣ The Contractor(s) shall comply with SREF (State Requirements for Educational Facilities) Florida<br />
Department of Education and OSHA Safety Standards;<br />
‣ Bidder shall have performed services similar in scope to this contract and shall provide a<br />
minimum of four-(4) references as documentation;<br />
‣ Bidder shall be insured and carry ALL of the insurance as required by the state;<br />
‣ Bidder must have provided the service, as requested in this bid, a minimum of five (5) years;<br />
‣ Bidder must possess and demonstrate they have the financial capabilities and resources to fulfill<br />
the services as requested in this solicitation.<br />
D. The Contractor(s) shall provide all the required submittal information requested in the SUBMITTALS<br />
CHECKLIST, Section, of the Bid Documents.<br />
E. The Contractor(s) shall not subcontract the work to others, unless the Maintenance Department/Facilities<br />
Department gives prior authorization. All such authorization shall be obtained in writing.<br />
F. The Contractor(s) shall be prepared to provide all labor, equipment, supplies and materials (unless job<br />
designated as district to furnish), in order to perform the services in this bid.<br />
G. When performing services, as requested in this bid, the Contractor(s) shall provide:<br />
‣ All Labor;<br />
‣ Supervision;<br />
‣ Necessary Tools and Equipment;<br />
‣ Trained and Licensed Personnel, If Applicable;<br />
‣ Materials, Supplies, etc., If Applicable:<br />
‣ Removal of debris and site clean-up work when work/job is completed.<br />
H. The Contractor(s) shall provide personnel who are qualified and possess all necessary licensing and<br />
bonding, to perform the work specified in the bid, if applicable.<br />
I. The Contractor(s) shall not use personnel with suspended or revoked licenses, if applicable.<br />
J. The Contractor(s) shall notify Maintenance Department/Facilities Department or other personnel as<br />
designated by Maintenance Department/Facilities Department when company personnel are running late<br />
for any reason and will not be on time to begin any district assigned projects.<br />
K. The Contractor(s) shall take direction ONLY from the Maintenance Department/Facilities Department or<br />
other personnel as designed by Maintenance Department/Facilities Department. When designated services<br />
are required, the following shall take place:<br />
‣ Contractor will be notified of the site location;<br />
‣ A mutual Date and Time shall be arranged between the contractor and district personnel responsible<br />
for overseeing the project, to meet at the site<br />
‣ The designated meeting, place and time, shall be an informative, general one, in order to provide the<br />
contractor with a general overview of the work to be completed and walk the site.<br />
‣ Hours of the day and days of the week site will be available (contractor to have access to) to perform<br />
the work as specified.<br />
(03-968-18) Page 14 of 33
CONTRAC<strong>TO</strong>R REQUIREMENTS<br />
K. (Continued)<br />
‣ The Contractor shall provide a written “Not To Exceed” estimate of the total dollar amount,<br />
containing:<br />
1. Brief description of the work to be performed;<br />
2. Number of labor hours and types of labor,<br />
3. Material cost estimate;<br />
4. Total Lump Sum “Not To Exceed” estimate;<br />
5. Number of calendar days required to complete the work after authorization to proceed.<br />
See “sample proposal form”, page 19, for submitting estimated pricing on district projects.<br />
L. Any and all changes in to work at the assigned work site is to be given by the Maintenance<br />
Department/Facilities Department ONLY. Any other work direction taken and performed by the contractor<br />
shall be considered UNAUTHORIZED and could result in nonpayment of funds for work performed. The<br />
district reserves the right to require the contractor(s) to submit a revised estimate, or to purchase the services<br />
from the secondary contractor, if the start and/or completion time does not meet the district’s needs or an<br />
agreeable price cannot be reached. Under NO circumstances shall work proceed unless authorized by<br />
Maintenance Department/Facilities Department and Contractor(s) receives a purchase order confirmation<br />
number, followed by receipt of the original, hard copy of the PO.<br />
Scope of work shall not be expanded beyond original proposal without the approval of<br />
Maintenance Department/Facilities Department<br />
M. If work is to be accomplished on weekends, or during Holiday periods, and/or after normal business hours,<br />
when district facilities are closed, appropriate district personnel will be made available at the site to enable<br />
access to the facility by the contractor(s) personnel. All such work of this nature is to be coordinated and<br />
authorized only thru the Maintenance Department/Facilities Department.<br />
N. Man-hours paid under this contract shall be only productive hours at the job site. Time spent for transportation<br />
of workers, material acquisition, handling and delivery, or for movement of contractor owned or rented<br />
vehicles/equipment is not chargeable directly, but is considered to be vendor overhead and the cost shall be<br />
included in the fixed hourly rates. The hourly rate shall also include direct labor, general and administrative<br />
overhead, taxes (school district is tax exempt), insurance, profit and the cost of equipment that is normal and<br />
necessary (trucks, tools, etc.) for services provided under this contract.<br />
O. The normal working hours on the contract will be from 7:00 A.M. to 4:00 P.M., Monday through Friday, unless<br />
otherwise authorized by the Maintenance Department/Facilities Department. In the event the contractor is<br />
required to perform work other than Monday through Friday, as stated above, the contractor shall charge no<br />
more than 1-1/2 times the fixed hourly rate.<br />
P. In the event the contractor(s) is required to supply and install necessary parts, material, or equipment items for<br />
the completion of a project, the contractor may be required to submit the original itemized invoice. The district<br />
will pay the contractor’s percentage (%) markup on all such items (parts/materials). Contractor may be required<br />
to attach a copy of the actual material costs with their invoice at time of payment for verification purposes by<br />
Maintenance Department/Facilities Department, if costs seem excessive. The percentage (%) mark-up rate shall<br />
remain firm regardless of the manufacturer/supplier of the supplies, parts or materials, etc., thru the term of the<br />
contract and any/all renewal periods.<br />
Q. All work, equipment, and supplies furnished in performance of this contract shall be subject to inspection at all<br />
times by the Maintenance Department/Facilities Department or his designee. Any deviations from or failures to<br />
comply with terms of this contract shall be adjusted promptly upon notification. Lack of prompt correction<br />
shall be cause for cancellation of this agreement.<br />
R. While working, the Contractor(s) vehicles shall be legally parked so as not to interfere with normal traffic flow.<br />
No vehicles, equipment, or materials shall be stored on the premises.<br />
S. The Contractor(s) shall confine his equipment, apparatus, the storage of materials, and the operation of his<br />
workmen to the limits indicated by law, ordinances, permits, or direction of the Maintenance<br />
Department/Facilities Department, and shall not unreasonably encumber the premises with his materials. The<br />
Contractor(s) shall take all measure necessary to protect his own materials.<br />
(03-968-18) Page 15 of 33
CONTRAC<strong>TO</strong>R REQUIREMENTS<br />
T. At a minimum, the contractor(s) employees conduct shall include the following:<br />
1. The Contractor(s) and all their employees are required to sign in and out at the main office or other<br />
places as designated by Maintenance Department/Facilities Department on arrival and when<br />
leaving the job site, if applicable. All Sub-contractors used by the Contractor(s) are also required<br />
to follow this procedure and the Contractor(s) is responsible for compliance, and only if subcontractors<br />
have been authorized to perform work on this contract.<br />
2. Workmen using foul or abusive language or presenting an offensive appearance (as determined by<br />
the Principal or Maintenance Department/Facilities Department) shall be asked to leave the job<br />
site.<br />
3. Radios or other audio items are not to be used on School Board property.<br />
4. Smoking on School Board property is prohibited.<br />
5. The Contractor(s) shall comply with all Civil Rights Legislation.<br />
U. Until the acceptance of the work by Hernando County School Board, it shall be under the charge and care of the<br />
Contractor(s), and he shall take every necessary precaution against injury or damage to any part thereof by<br />
action of the elements, or from any other cause whatsoever, arising from the execution or non-execution of the<br />
work. The Contractor(s) shall rebuild, repair, and make good, at his/her own expense all injuries or damages to<br />
any portion of the work thereof, caused by the contractor or their employees while at the job site and prior to<br />
completion and acceptance by Maintenance Department/Facilities Department.<br />
V. The Contractor(s) shall conduct his work so as to interfere as little as possible with the operation of the existing<br />
school program, private business or public travel. He shall, at his own expense, whenever necessary or<br />
required, maintain barricades, maintain lights, and take such other precautions as may be necessary to protect<br />
life and property, and he shall be liable for all damages occasioned in any way by his actions or neglect or that<br />
of his agents or employees.<br />
W. The Contractor(s) shall start all regular/normal work (considered to be non-emergency related) within a not to<br />
exceed ten (10) working days after receipt of purchase order.<br />
X. The Contractor(s) shall respond to emergencies within two (2) not to exceed four (4) hours of notification.<br />
An emergency is defined as any situation that left uncorrected, would potentially jeopardize the health, safety or<br />
security of the school’s occupants; cause significant damage to a structure of it’s contents; or unduly impede the<br />
conduct of the school districts business. Failure to respond to a service call, within the designated time, shall be<br />
considered valid reason for termination of this contract. In the event that the Contractor(s) shall not comply<br />
within stated time, the Hernando County School Board reserves the right to call any qualified Contractor(s) to<br />
perform service.<br />
Y. The Contractor(s) shall meet the following noise abatement performance standards for all construction<br />
equipment:<br />
‣ Between the hours of 7:00 A.M. and 6:00 P.M., noise levels shall not exceed those levels as<br />
established by the county or state ordinances, regulations, etc., for work sites nearest residential or<br />
commercial property lines.<br />
‣ Operation of equipment should be avoided between the hours of 6:00 P.M. and 7:00 A.M., but if<br />
required, the noise level shall not exceed standard levels as established by the county or state<br />
ordinances, regulations, etc., for work sites during these hours.<br />
Z. The Contractor(s) shall maintain an adequate supply of materials, supplies, personnel, etc., needed to perform<br />
the services required by this bid to ensure work can performed in a timely manner. Repeated and documented<br />
instances of using substandard materials, supplies, personnel, failure to have materials, supplies, personnel<br />
readily available when performing work assignments, or continued failure to provide services in a timely<br />
manner, or failure to adequately clean up sites and remove debris when work is complete, shall constitute<br />
adequate grounds for cancellation of all or any part of this contract. Including, but not limited to, being<br />
removed from the district’s approved vendor listing for a designated period of time.<br />
AA. The Contractor(s) must provide a single telephone number and contact person that will receive work related<br />
calls from authorized Maintenance Department/Facilities Department personnel. See Bid Proposal Form.<br />
(03-968-18) Page 16 of 33
CONTRAC<strong>TO</strong>R REQUIREMENTS<br />
BB. The Contractor(s) shall provide work related services, at a minimum, to the below designated locations as<br />
assigned to them during normal business hours, when personnel are available on site, Monday through Friday,<br />
or when authorized through Facilities/Maintenance Department/Facilities Department:<br />
‣ School Sites<br />
‣ Administration Building<br />
‣ School Distribution Center<br />
BB. Continued:<br />
‣ Facilities/Maintenance Department/Facilities Department<br />
‣ Food Service & Nutrition<br />
‣ Any/All Other District Owned Facilities/Portables<br />
CC. Follow up or call back work, to correct recent previous work, SHALL NOT be charged to Hernando County<br />
School Board if the work is the result of improper trimming/pruning methods or applicable vendor incidents.<br />
DD. No charges shall be allowed for equipment down-time lost due to equipment becoming stuck off-road. Neither<br />
shall time be charged for equipment maintenance such as tune-ups, routine maintenance, vehicle maintenance or<br />
cleaning, or changing of chipper blades.<br />
EE. Maintenance Department/Facilities Department shall be furnished with every means to verify whether or not the<br />
materials and work are in accordance with the requirements and intent of these specifications. Failure to reject<br />
or condemn defective work at the time it is done will not prevent its rejection whenever it is discovered before<br />
the project is finally approved and authorized for payment.<br />
FF. Upon completion of the work and before acceptance and final payment is made, the Contractor(s) shall clean<br />
and remove from the premises, all surplus and discarded materials, rubbish, and temporary structures, and shall<br />
restore in an acceptable manner all property, both public and private, which has been damaged during the<br />
prosecution of the work, and shall leave the work in a neat and presentable condition.<br />
GG. The Contractor(s) shall carry out the work with such care and methods as not to result in damage to public<br />
or private property adjacent to the work. Should any public or private property be damaged or destroyed, the<br />
Contractor(s) at his expense, shall repair or make restoration as is practical and acceptable to the Hernando<br />
County School Board and/or owners of destroyed or damaged property promptly within a reasonable length of<br />
time. (Not to exceed one month from the date damage was done).<br />
HH. Prior to commencement of work, the Contractor(s) shall familiarize himself with the location of all existing<br />
utilities and facilities within the work sites. The Contractor(s) shall be responsible for contacting the utility<br />
company if a conflict exists, (both overhead and underground). Should damage or structural weakening occur<br />
to such items through negligence on the part of the Contractor(s), immediate corrective measures shall be taken<br />
by, and at the expense of, the Contractor(s) as directed by Maintenance Department/Facilities Department<br />
personnel.<br />
II. When work has been completed, the contractor(s) shall submit an invoice, which at a minimum, should include<br />
the following:<br />
‣ Facility Name/Location<br />
‣ Description of the work performed;<br />
‣ Date(s) work was performed and completed;<br />
‣ Listing of all materials and supplies, if applicable;<br />
‣ Total number of labor hours.<br />
JJ. Contractor(s) will at all times in the performance of this contract exercise due care and caution for the safety<br />
and welfare of the workmen employed on the job and the students, school staff and property. Contractor(s)<br />
shall specifically warn its employees of the potential hazards of working in proximity of students and of the<br />
necessity for them to exercise extreme caution when on school board property.<br />
KK. All work the contractor is providing the project service(s) for must submit his proposal in writing and<br />
obtain prior authorization before proceeding by Maintenance Department/Facilities Department personnel.<br />
Failure to do so may result in denial of payment or termination of contract.<br />
(03-968-18) Page 17 of 33
CONTRAC<strong>TO</strong>R REQUIREMENTS<br />
SPECIAL NOTE* Projects with estimated costs totaling $50,000.00 or more, must go through the sealed bid<br />
process and meet all applicable bonding requirements per school board policy. The decision to solicit sealed bids<br />
for such projects will be the responsibility of appropriate district personnel prior to releasing the project. All<br />
contractors, including the successful vendors awarded this contract, will then have an opportunity to submit bids.<br />
Board Policy 8.50 specifies new construction and any renovations or remodeling exceeding $50,000.00<br />
requires bonding or security instruments of some kind.<br />
(03-968-18) Page 18 of 33
HERNANDO COUNTY SCHOOLS<br />
CONTRAC<strong>TO</strong>RS JOB SUBMITTAL FORM<br />
(Duplicate As Needed)<br />
All work must be approved by district Maintenance/Facilities representatives ONLY, prior to beginning any work at a district site, as<br />
it relates to this contract. All other work shall be considered un-authorized.<br />
JOB NAME<br />
JOB/PROPOSAL NUMBER:<br />
WORK DESCRIPTION:<br />
I. REGULAR HOURLY RATES:<br />
Total Man Hours<br />
Times<br />
(X)<br />
Hourly Rate<br />
Foreman w/Truck X $ $<br />
Supervisor w/Truck X $ $<br />
Journeyman X $ $<br />
Helper X $ $<br />
II. OVERTIME HOURLY RATES:<br />
Total Man Hours<br />
Times<br />
(X)<br />
Hourly Rate<br />
Foreman w/Truck X $ $<br />
Supervisor w/Truck X $ $<br />
Journeyman X $ $<br />
Helper X $ $<br />
Extended<br />
Cost<br />
Extended<br />
Cost<br />
ESTIMATED LABOR COSTS (I. & II.) $<br />
III. MATERIAL DESCRIPTION(S):<br />
1. $<br />
2. $<br />
3. $<br />
4. $<br />
5. $<br />
6. $<br />
ESTIMATED MATERIAL COSTS*: $ X % $<br />
*Contractor may be requested to attach a copy of the actual<br />
material costs with their invoice at time of payment.<br />
ESTIMATED “NOT <strong>TO</strong> EXCEED” PROPOSAL AMOUNT (I., II., & III.): $<br />
Completion Time:<br />
/Calendar Days<br />
Any questions, please contact:<br />
Telephone No:<br />
Cell Phone<br />
(03-968-18) Page 19 of 33
SITE LOCATIONS<br />
SCHOOL &<br />
LOCATION<br />
1. SPRINGSTEAD HIGH SCHOOL<br />
3300 Mariner Blvd.<br />
Spring Hill, FL 34608<br />
(352) 797-7010<br />
2. SUNCOAST ELEMENTARY SCHOOL<br />
11135 Quality Drive<br />
Spring Hill, FL 34609<br />
(352) 797-7085<br />
3. WEST HERNANDO MIDDLE SCHOOL<br />
14324 Ken Austin Parkway<br />
Brooksville, FL 34613<br />
(352) 797-7035<br />
4. WESTSIDE ELEMENTARY SCHOOL<br />
5400 Applegate Drive<br />
Spring Hill, FL 34606<br />
(352) 797-7080<br />
5. CHOCACHATTI ELEMENTARY SCHOOL<br />
4135 California Street<br />
Brooksville, FL 34604<br />
(352) 797-7067<br />
6. FOX CHAPEL MIDDLE SCHOOL<br />
9412 Fox Chapel Lane<br />
Spring Hill, FL 34606<br />
(352) 797-7025<br />
7. HERNANDO HIGH SCHOOL<br />
700 Bell Avenue<br />
Brooksville, FL 34601<br />
(352) 797-7015<br />
8. MO<strong>TO</strong>N ELEMENTARY SCHOOL<br />
7175 Emerson Road<br />
Brooksville, FL 34601<br />
(352) 797-7065<br />
9. PINE GROVE ELEMENTARY SCHOOL<br />
14411 Ken Austin Parkway<br />
Brooksville, FL 34613<br />
(352) 797-7090<br />
SCHOOL &<br />
LOCATION<br />
10. BROOKSVILLE ELEMENTARY SCHOOL<br />
885 North Broad Street<br />
Brooksville, FL 34601<br />
(352) 797-7014<br />
11. CENTRAL HIGH SCHOOL<br />
14075 Ken Austin Parkway<br />
Brooksville, FL 34613<br />
(352) 797-7020<br />
12. DEL<strong>TO</strong>NA ELEMENTARY SCHOOL<br />
2055 Deltona Blvd.<br />
Spring Hill, FL 34606<br />
(352) 797-7040<br />
13. DOLORES PARROTT MIDDLE SCHOOL<br />
19220 Youth Drive<br />
Brooksville, FL 34601<br />
(352) 797-7075<br />
14. EASTSIDE ELEMENTARY SCHOOL<br />
27151 Roper Road<br />
Brooksville, FL 34602<br />
(352) 797-7045<br />
15. FLOYD ELEMENTARY SCHOOL<br />
3139 Dumont Avenue<br />
Spring Hill, FL 34609<br />
(352) 797-7055<br />
16. SPRING HILL ELEMENTARY SCHOOL<br />
6000 Roble Avenue<br />
Spring Hill, FL 34608<br />
(352) 797-7030<br />
17. POWELL MIDDLE SCHOOL<br />
4100 Barclay Avenue<br />
Brooksville, FL 34609<br />
(352) 797-7095<br />
18. HCSB ADMINISTRATION BLDG.<br />
919 N. Broad Street<br />
Brooksville, FL 34601<br />
(352) 797- 7000<br />
(03-968-18) Page 20 of 33
SITE LOCATIONS<br />
19. STAR ED CENTER 24. EXCEPTIONAL STUDENT EDUCATION<br />
1036 Varsity Drive<br />
900 Emerson Road<br />
Brooksville, FL 34601<br />
Brooksville, FL 34601<br />
(352) 797-7013<br />
(352) 797-7022<br />
20. ADULT LITERACY/HEART 25. FOOD AND NUTRITION<br />
1036 Varsity Drive<br />
75 Oakwood Drive<br />
Brooksville, FL 34601<br />
Brooksville, FL 34601<br />
(352) 797-7018<br />
(352) 797-7028<br />
21. EDUCATIONAL RESOURCE CENTER 26. TRANSPORTATION DEPARTMENT<br />
991 Varsity Drive<br />
3339 California Street<br />
Brooksville, FL 34601<br />
Brooksville, FL 34606<br />
(352) 797-7016<br />
(352) 797-7003<br />
22. MAINTENANCE DEPARTMENT<br />
8008 Mobley Road<br />
Brooksville, FL 34601<br />
(352) 797-7071<br />
27. SCHOOL DISTRIBUTION CENTER<br />
8050 Mobley Road<br />
Brooksville, FL 34601<br />
(352) 797-7060<br />
23. FACILITIES DEPARTMENT<br />
8016 Mobley Road<br />
Brooksville, FL 34601<br />
(352) 797-7050<br />
Note* Additional district sites may be added or deleted to this contract as needed, throughout the initial term of the contract and any<br />
subsequent renewal periods.<br />
(03-968-18) Page 21 of 33
CUS<strong>TO</strong>MER REFERENCE FORM<br />
LOCAL COMMERCIAL OR GOVERNMENTAL REFERENCES SIMILAR IN SCOPE <strong>TO</strong> THE HERNANDO SCHOOL DISTRICT:<br />
(duplicate as needed)<br />
Reference No.1<br />
Reference No.2<br />
Company Name<br />
Company Name<br />
Address<br />
Address<br />
City, State, Zip<br />
City, State, Zip<br />
Telephone<br />
Telephone<br />
Contact Person<br />
Reference No.3<br />
Contact Person<br />
Reference No.4<br />
Company Name<br />
Company Name<br />
Address<br />
Address<br />
City, State, Zip<br />
City, State, Zip<br />
Telephone<br />
Telephone<br />
Contact Person<br />
Reference No.5<br />
Contact Person<br />
Reference No.6<br />
Company Name<br />
Company Name<br />
Address<br />
Address<br />
City, State, Zip<br />
City, State, Zip<br />
Telephone<br />
Telephone<br />
Contact Person<br />
Contact Person<br />
(03-968-18) Page 22 of 33
<strong>BID</strong> PROPOSAL FORM<br />
METHOD OF AWARD: To A Maximum Of Four (4) Contractor’s<br />
Provide firm hourly labor rates, to include all supervision, personnel, materials, supplies, equipment, vehicles, etc.,<br />
in order to provide services as requested, to district sites. All fees, charges and expenses of any kind, (travel time,<br />
gas, etc.) shall be included in the hourly rates, excluding costs for required parts, supplies and materials, unless<br />
supplies and materials will be provided by the district. NO additional costs/expenses shall be permitted, except as<br />
stated in the bid documents. Insert N/A (Not Applicable) in all blanks where pricing does not apply.<br />
1. Labor Rate (Straight Time) During Normal OR Regular Business Hours,<br />
Monday - Friday, 7:00 AM to 4:00 PM<br />
Foreman w/Truck $ /Hour<br />
Supervisor w/Truck $ /Hour<br />
Journeyman $ /Hour<br />
Helper $ /Hour<br />
2. Schools not in Session, Nights, Weekends & Holidays:<br />
Foreman w/Truck $ /Hour<br />
Supervisor w/Truck $ /Hour<br />
Journeyman $ /Hour<br />
Helper $ /Hour<br />
Percentage Mark-Up On Manufacture(s) List Price For Parts, Supplies &<br />
Materials, Regardless of Manufacturer Shall Apply:<br />
%<br />
Include Additional Pricing Information Below, If Applicable:<br />
List names and contractor’s license numbers, if applicable, for those individual’s your company anticipates will b<br />
working on this contract (attach additional pages as needed):<br />
NAME<br />
LICENSE NO.<br />
1.<br />
2.<br />
3.<br />
4.<br />
5.<br />
6.<br />
(03-968-18) Page 23 of 33
<strong>BID</strong> PROPOSAL FORM<br />
List of vehicles/equipment: Please list all company owned vehicles and equipment in the space<br />
provided. Attach an additional list, if necessary.<br />
1.<br />
2.<br />
3.<br />
4.<br />
5.<br />
6.<br />
7.<br />
8.<br />
9.<br />
10.<br />
11.<br />
Item<br />
Quantity<br />
Contact Person<br />
( )<br />
Telephone Number<br />
Beeper Number<br />
(Company Contact Person and applicable telephone number. This contact person will handle coordination of the services as<br />
requested in this bid, scheduling projects, etc., from district personnel during the duration of this contract. Please notify Ken<br />
Hill, Director of Maintenance Department, if and when this individual changes)<br />
Location/Address Of Office Where Services Will Be Directed From:<br />
Street Address<br />
City & Zip Code<br />
Fax Number<br />
E-Mail Address<br />
Provided services as requested in this bid, a minimum of five (5) years.<br />
YES<br />
NO<br />
(03-968-18) Page 24 of 33
<strong>BID</strong> PROPOSAL FORM<br />
If awarded the contract, will an acceptable insurance certificate be provided prior to commencing any installation and repair<br />
and services?<br />
YES<br />
NO<br />
Is your company properly licensed and bonded, if applicable, to cover services as requested in this bid.<br />
YES<br />
NO<br />
ADDENDA ACKNOWLEDGMENT: The undersigned also acknowledges the receipt of the following Addenda:<br />
ADDENDUM NO. DATED ADDENDUM NO. DATED<br />
ADDENDUM NO. DATED ADDENDUM NO. DATED<br />
ADDENDUM NO. DATED ADDENDUM NO. DATED<br />
ADDENDUM NO. DATED ADDENDUM NO. DATED<br />
(03-968-18) Page 25 of 33
<strong>BID</strong> PROPOSAL FORM<br />
For the purpose of determining the maximum of four (4) contractors for services requested in this bid, the following work scenarios<br />
will be employed to apply the fixed hourly labor rate for straight time and the percentage mark-up you entered on the Bid Proposal<br />
Form. The work scenarios represent ONLY a total estimated number of hours that may or may not be spent on annual work<br />
requirements for the district and include, an approximate dollar amount for parts, and/or materials, that may be supplied by the<br />
vendor(s). The hourly labor rate and percentages are to be inserted in the applicable spaces below. ALL spaces should be completed.<br />
Do Not Change Any Of The Hours Or Parts/Materials Costs Represented Below. They Represent An Approximate<br />
Usage ONLY. In Know Way Are They Meant To Reflect Actual Dollar Expenditures Which Could Vary Up Or Down<br />
During The Term Of The Contract.<br />
**FOR USE IN DETERMINING APPARENT LOW <strong>BID</strong>DERS ONLY**<br />
WORK SCENARIO<br />
Description Column A Column B Total Cost<br />
Estimation Of Vendor Supplied<br />
Parts And Materials.<br />
$2,000.00 Percentage Mark-Up_________________% $<br />
Estimation of Labor Hours:<br />
300 Hours<br />
200 Hours<br />
Foreman w/Truck<br />
Straight Time Hourly Rate $____________ $<br />
Supervisor w/Truck<br />
Straight Time Hourly Rate $____________ $<br />
200 Hours Journeyman<br />
Straight Time Hourly Rate $____________ $<br />
200 Hours Helper<br />
Straight Time Hourly Rate $____________ $<br />
ESTIMATED <strong>TO</strong>TAL LUMP SUM <strong>BID</strong> FOR PAINTING PROJECTS: $<br />
(03-968-18) Page 26 of 33
PURCHASING CARD SURVEY<br />
(Information Purposes Only)<br />
PURCHASING CARDS<br />
The School Board of Hernando County, FL, anticipates, in the very near future, authorizing the use of Visa <br />
Purchasing Cards. With this in mind, select district personnel may use the Visa Purchasing Card in place of a<br />
purchase order for transactions, which total less than $750.00 per unit value. If you are not currently a Visa<br />
approved merchant, you must agree to become one in the event an employee wishes to use their card to purchase<br />
from this bid. Check the appropriate box below to acknowledge that you are either already a Visa approved<br />
merchant or that you agree to become one, if awarded a contract. If you are not familiar with the Visa Purchasing<br />
Card program, check the appropriate box below to obtain information.<br />
Yes, our company currently accepts Visa<br />
No, our company does not currently accept Visa but agrees to become approved, if awarded this contract.<br />
I am not familiar with the Visa purchasing card but would like to find out how to become an approved<br />
merchant<br />
No, our company does not accept Visa and has no plans to do so in the future.<br />
(03-968-18) Page 27 of 33
SUBMITTALS CHECKLIST<br />
To help ensure that you include all the submittals necessary to complete a thorough evaluation of your bid proposal, we suggest that you<br />
use this checklist as a reminder to yourself, by placing a check in each box in the Verified column indicating that the item is included in<br />
your bid proposal packet. Include this completed checklist along with your bid proposal. Items checked Required must be submitted at<br />
the time you submit your bid or your bid will be declared non-responsive. Items checked Requested (Time of Bid Opening) should be<br />
submitted at the time you submit your bid to facilitate the bid evaluation process, but will not be cause for declaring your bid nonresponsive.<br />
Items checked Requested (Prior to Award) should be submitted and on file in our computer purchasing systems prior to an<br />
award being made as a result of this bid in order for a purchase order to be issued.<br />
Verified Required Requested<br />
(Time of Bid<br />
Opening)<br />
Requested<br />
(Prior to<br />
Award)<br />
Description of Submittal<br />
Ref.<br />
Page No.<br />
Completed and signed Invitation to Bid Form 1<br />
Bid Proposal Forms<br />
22-25<br />
(Includes Work Scenario To Assist In Determiningg “Apparent Low<br />
Bidder” At Bid Opening))<br />
Completed and signed Drug Free Workplace<br />
Certification Form (optional)<br />
Completed and signed Certification Regarding<br />
Debarment Form AD-1048<br />
Certificate of Insurance including evidence of workers<br />
compensation coverage<br />
(See Explanation On Page Referenced)<br />
Completed and signed Request for Taxpayer<br />
Identification Number and Certification Form W-9<br />
(New Vendors Doing Business With The School District For<br />
The First Time, OR If Your Company Has Had A Change of<br />
Address, Name, Etc.)<br />
Completed and signed Vendor Application Form<br />
(If NOT Currently On File With The Purchasing Department,<br />
School Distribution Center And For New Vendors)<br />
See Explanation On Page Referenced/ Available @www.hcsb.k12.fl.us/sdc<br />
List of References<br />
(Minimum Of 4 Similar In Scope)<br />
Purchasing Card Survey<br />
(Information Purposes Only)<br />
29<br />
30<br />
9<br />
28<br />
11<br />
21<br />
26<br />
SUBMIT TWO (2) COMPLETE COPIES OF YOUR <strong>BID</strong> (1 ORIGINAL & 1 COPY)<br />
WHEN SUBMITTING YOUR SEALED <strong>BID</strong> REMEMBER <strong>TO</strong> CLEARLY MARK THE OUTSIDE<br />
ENVELOPE WITH YOUR COMPANY NAME, <strong>BID</strong> TITLE AND <strong>BID</strong> NUMBER<br />
(03-968-18) Page 28 of 33
Form W-9<br />
(Rev. December 2000)<br />
Department of the Treasury<br />
Please print or type<br />
New<br />
Fields<br />
Part I<br />
Name (See Specific Instructions on page 2.)<br />
Request for Taxpayer<br />
Identification Number and Certification<br />
Business name, if different from above. (See Specific Instructions on page 2.)<br />
Give form to the<br />
requestor. Do not send<br />
to the IRS.<br />
Check appropriate box: Individual/Sole proprietor Corporation Partnership Other _______________________<br />
Address (number, street, and apt. or suite no.)<br />
City, state and ZIP code<br />
Telephone Number<br />
Taxpayer Identification Number (TIN)<br />
Enter your TIN in the appropriate box. For<br />
individuals, this is your social security number (SSN).<br />
However, for a resident alien, sole proprietor, or<br />
disregarded entity, see the Part I Instructions on page<br />
2. For other entities, it is your employer identification<br />
number (EIN). If you do not have a number, see how<br />
to get a TIN on page 2. Note: If the account is in more<br />
than one name, see the chart on page 2 for guidelines<br />
on whose number to enter.<br />
Fax Number<br />
Social security number<br />
Or<br />
Employer identification number<br />
Requester’s name and address (optional)<br />
HERNANDO CO SCHOOL BOARD<br />
PURCHASING DEPARTMENT<br />
8050 MOBLEY ROAD<br />
BROOKSVILLE, FL 34601<br />
FAX (352) 797-7156<br />
Part II<br />
For U.S. Payees Exempt From<br />
Backup Withhholding (See the<br />
instructions on page 2.)<br />
Part III Certification<br />
Under penalties of perjury, I certify that:<br />
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me, and<br />
2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the internal<br />
Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has<br />
Notified me that I am no longer subject to backup withholding, and<br />
3. I am a U.S. person (including a U.S. resident alien).<br />
Certification instructions. You must cross out item 2. above if you have been notified by the IRS that you are currently subject to backup<br />
Withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply.<br />
For mortgage interest paid, acquisition or abandonment of secured property. Cancellation of debt, contributions to individual retirement<br />
Arrangement (IRA) and generally, payments other than interest and dividends, you are not required to sign the Certification, but you must<br />
Provide your correct TIN. (See the instructions on page 2.)<br />
Sign Signature of<br />
Here U.S. person<br />
Purpose of Form<br />
A person who is required to file an information<br />
Return with IRS must get your correct<br />
Taxpayer identification number (TIN) to report, for<br />
Example, income paid to you, real estate<br />
Transactions, mortgage interest you paid,<br />
Acquisition or abandonment of secured property,<br />
Cancellation of debt, or contributions you made to an<br />
IRA.<br />
Use Form W-9 only if you are a U.S. person<br />
(including a resident alien), to give your correct<br />
TIN to the person requesting it (the requester)<br />
And, when applicable, to:<br />
1. Certify the TIN you are giving is correct (or<br />
You are waiting for a number to be issued).<br />
2. Certify you are not subject to backup Withholding,<br />
3. Claim exemption from backup withholding if<br />
You are a U.S. exempt payee. If you are a foreign<br />
person, use the appropriate Form W-8. See Pub.<br />
515, Withholding of Tax on Nonresident Aliens and<br />
Foreign Corporations. Note: If a requester<br />
gives you a form other than Form W-9 to request<br />
your TIN, you must use the requester’s form if it is<br />
substantially similar to this Form W-9.<br />
What is backup withholding? Persons making<br />
Certain payments to you must withhold and pay to the<br />
IRS 31% of such payments under certain conditions.<br />
This is called “backup withholding.” Payments that<br />
may be subject to backup withholding include interest,<br />
dividends, broker and barter exchange transactions,<br />
rents, royalties, nonemployee pay, and certain<br />
payments from fishing boat operators. Real estate<br />
transactions are not subject to backup withholding.<br />
If you give the requester you correct TIN, make the<br />
proper certifications, and report all your taxable<br />
interest and dividends on your tax return, payments<br />
you receive will not be subject to backup withholding.<br />
Payments you receive will be subject to backup<br />
withholding if:<br />
1. You do not furnish your TIN to the requester, or<br />
2. You do not certify your TIN when required<br />
(See the Part III instructions on page 2 for details, or<br />
3. The IRS tells the requester that you furnished an<br />
incorrect TIN, or<br />
4. The IRS tells you that you are subject to backup<br />
withholding because you did not report all your<br />
interest and dividends on your tax return<br />
(for reportable interest and dividends only), or<br />
(03-968-18) Page 29 of 33<br />
Date<br />
5. You do not certify to the requester that you<br />
Are not subject to backup withholding under 4<br />
above (for reportable interest and dividend<br />
Accounts opened after 1983 only).<br />
Certain payees and payments are exempt from<br />
backup withholding. See the Part II<br />
Instructions and the separate Instructions for<br />
the Requester of Form W-9.<br />
Penalties<br />
Failure to furnish TIN. If you fail to furnish<br />
your correct TIN to a requester, you are subject<br />
to a penalty of $50 for each such failure unless your<br />
failure is due to reasonable cause and not<br />
to willful neglect.<br />
Civil penalty for false information with respect<br />
to withholding. If you make a false statement<br />
With no reasonable basis that results in no backup<br />
withholding, you are subject to a $500 penalty.<br />
Criminal penalty for falsifying information.<br />
Willfully falsifying certifications or affirmations<br />
may subject you to criminal penalties including<br />
fines and/or imprisonment.<br />
Misuse of TINs. If the requester discloses or uses<br />
TINs in violation of Federal law, the requester may<br />
be subject to civil and criminal penalties.
DRUG FREE WORKPLACE CERTIFICATION FORM<br />
In accordance with Florida Statute 287.087, preference shall be given to businesses with drugfree<br />
workplace programs. Whenever two or more bids which are equal with respect to price,<br />
quality, and service are received by the State or by any political subdivision for the procurement<br />
of commodities or contractual services, a bid received from a business that certifies that it has<br />
implemented a drug-free workplace program shall be given preference in the award process.<br />
Established procedures for processing tie bids will be followed if none of the tied vendors have a<br />
drug-free workplace program. In order to have a drug-free program, a business shall:<br />
1) Publish a statement notifying employees that the unlawful manufacture, distribution,<br />
dispensing, possession, or use of a controlled substance is prohibited in the workplace and<br />
specifying the actions that will be taken against employees for violations of such<br />
prohibition.<br />
2) Inform employees about the dangers of drug abuse in the workplace, the business’s policy<br />
of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and<br />
employee assistance programs, and the penalties that may be imposed upon employees for<br />
drug abuse violations.<br />
3) Give each employee engaged in providing the commodities or contractual services that are<br />
under bid a copy of the statement specified in subsection (1).<br />
4) In the statement specified in subsection (1), notify the employees that, as a condition of<br />
working on the commodities or contractual services that are under bid, the employee will<br />
abide by the terms of the statement and will notify the employer of any conviction of, or<br />
plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled<br />
substance law of the United States or any state, for a violation occurring in the workplace<br />
no later than five (5) days after such conviction.<br />
5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or<br />
rehabilitation program if such is available in the employee’s community, by any employee<br />
who is so convicted.<br />
6) Make a good faith effort to continue to maintain a drug-free workplace through<br />
implementation of this section.<br />
As the person authorized to sign the statement, I certify that this firm complies fully with the<br />
above requirements.<br />
____________________________<br />
(vendor’s signature)<br />
(03-968-18) Page 30 of 33
CERTIFICATION REGARDING DEBARMENT, SUSPENSION<br />
INELIGIBILITY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED<br />
TRANSACTIONS<br />
This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part<br />
3017, Section 3017.510, Participants responsibilities. The regulations were published as Part IV of the January 30, 1989,<br />
Federal Register (pages 4722-4733).<br />
***** BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON REVERSE SIDE *****<br />
(1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently<br />
debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this<br />
transaction by any Federal department or agency.<br />
(2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such<br />
prospective participant shall attached an explanation to this proposal.<br />
Organization Name<br />
PAINTING SERVICES, #03-962-18<br />
PR/Award Number or Project Name<br />
Name(s) and Title(s) of Authorized Representative(s)<br />
Signature(s)<br />
Date<br />
Form AD-1048 (1/92)<br />
(03-968-18) Page 31 of 33
INSTRUCTIONS FOR CERTIFICATION<br />
1. By signing and submitting this form, the prospective lower tier participant is providing the certification set out on the reverse<br />
side in accordance with these instructions.<br />
2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was<br />
entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification,<br />
in addition to other remedies available to the Federal Government, the department or agency with which this transaction<br />
originated may pursue available remedies, including suspension and/or debarment.<br />
3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted<br />
if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become<br />
erroneous by reason of changed circumstances.<br />
4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant,"<br />
"person," "primary covered transaction," "principal," "proposal," "voluntarily excluded," as used in this clause, have the<br />
meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact<br />
the person to which this proposal is submitted for assistance in obtaining a copy of those regulations.<br />
5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered transaction be entered<br />
into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared<br />
ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or<br />
agency with which this transaction originated.<br />
6. The prospective lower tier participant further agrees by submitting this form that it will include this clause titled<br />
"Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions,"<br />
without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.<br />
7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered<br />
transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows<br />
that the certification is erroneous. A participant may decided the method and frequency by which it determines the eligibility<br />
of its principals. Each participant may, but is not required to, check the Nonprocurement List.<br />
8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in<br />
good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed<br />
that which is normally possessed by a prudent person in the ordinary course of business dealings.<br />
9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly<br />
enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from<br />
participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency<br />
with which this transaction originated may pursue available remedies, including suspension and/or debarment.<br />
Form AD-1048 (1/92)<br />
(03-968-18) Page 32 of 33
Executive Order 12549--Debarment and Suspension<br />
Source: The provisions of Executive Order 12549 of Feb. 18, 1986, appear at 51 FR 6370, 3 CFR, 1986 Comp., p. 189, unless<br />
otherwise noted.<br />
By the authority vested in me as President by the Constitution and laws of the United States of America, and in order to curb<br />
fraud, waste, and abuse in Federal programs, increase agency accountability, and ensure consistency among agency regulations<br />
concerning debarment and suspension of participants in Federal programs, it is hereby ordered that:<br />
Section 1. (a) To the extent permitted by law and subject to the limitations in Section 1(c), Executive departments and agencies<br />
shall participate in a system for debarment and suspension from programs and activities involving Federal financial and<br />
nonfinancial assistance and benefits. Debarment or suspension of a participant in a program by one agency shall have<br />
government-wide effect.<br />
(b) Activities covered by this Order include but are not limited to: grants, cooperative agreements, contracts of assistance, loans,<br />
and loan guarantees.<br />
(c) This Order does not cover procurement programs and activities, direct Federal statutory entitlements or mandatory awards,<br />
direct awards to foreign governments or public international organizations, benefits to an individual as a personal entitlement, or<br />
Federal employment.<br />
Sec. 2. To the extent permitted by law, Executive departments and agencies shall:<br />
(a) Follow government-wide criteria and government-wide minimum due process procedures when they act to debar or suspend<br />
participants in affected programs.<br />
(b) Send to the agency designated pursuant to Section 5 identifying information concerning debarred and suspended participants<br />
in affected programs, participants who have agreed to exclusion from participation, and participants declared ineligible under<br />
applicable law, including Executive Orders. This information shall be included in the list to be maintained pursuant to Section 5.<br />
(c) Not allow a party to participate in any affected program if any Executive department or agency has debarred, suspended, or<br />
otherwise excluded (to the extent specified in the exclusion agreement) that party from participation in an affected program. An<br />
agency may grant an exception permitting a debarred, suspended, or excluded party to participate in a particular transaction upon<br />
a written determination by the agency head or authorized designee stating the reason(s) for deviating from this Presidential policy.<br />
However, I intend that exceptions to this policy should be granted only infrequently.<br />
Sec. 3. Executive departments and agencies shall issue regulations governing their implementation of this Order that shall be<br />
consistent with the guidelines issued under Section 6. Proposed regulations shall be submitted to the Office of Management and<br />
Budget for review within four months of the date of the guidelines issued under Section 6. The Director of the Office of<br />
Management and Budget may return for reconsideration proposed regulations that the Director believes are inconsistent with the<br />
guidelines. Final regulations shall be published within twelve months of the date of the guidelines.<br />
Sec. 4. There is hereby constituted the Interagency Committee on Debarment and Suspension, which shall monitor<br />
implementation of this Order. The Committee shall consist of representatives of agencies designated by the Director of the Office<br />
of Management and Budget.<br />
Sec. 5. The Director of the Office of Management and Budget shall designate a Federal agency to perform the following<br />
functions: maintain a current list of all individuals and organizations excluded from program participation under this Order,<br />
periodically distribute the list to Federal agencies, and study the feasibility of automating the list; coordinate with the lead agency<br />
responsible for government-wide debarment and suspension of contractors; chair the Interagency Committee established by<br />
Section 4; and report periodically to the Director on implementation of this Order, with the first report due within two years of the<br />
date of the Order.<br />
Sec. 6. The Director of the Office of Management and Budget is authorized to issue guidelines to Executive departments and<br />
agencies that govern which programs and activities are covered by this Order, prescribe government-wide criteria and<br />
government-wide minimum due process procedures, and set forth other related details for the effective administration of the<br />
guidelines.<br />
Sec. 7. The Director of the Office of Management and Budget shall report to the President within three years of the date of this<br />
Order on Federal agency compliance with the Order, including the number of exceptions made under Section 2(c), and shall make<br />
recommendations as are appropriate further to curb fraud, waste, and abuse.<br />
(03-968-18) Page 33 of 33