columbia county school district


[PDF]columbia county school district - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com...

5 downloads 199 Views 311KB Size

COLUMBIA COUNTY SCHOOL DISTRICT PURCHASING DEPARTMENT ADMINISTRATIVE COMPLEX ~ 372 WEST DUVAL STREET LAKE CITY, FLORIDA 32055-3990 TERRY L. HUDDLESTON

(386) 755-8030 FAX (386) 755-8077 E-Mail: [email protected] website: www.columbia.k12.fl.us/purchasing

MEMBERS OF THE BOARD

SUPERINTENDENT OF SCHOOLS MICHAEL F. MILLIKIN

MEMBERS OF THE BOARD

SUPERINTENDENT OF

DIRECTOR OF PURCHASING NARRAGANSETT M. SMITH

ASSISTANT SUPERINTENDENT FOR SUPPORT SERVICES

R. M. “MIKE” NULL

Touching Tomorrow Through Teamwork Today

DIRECTOR OF PURCHASING

DANA GLENN BRADY STEPHANIE K. FINNELL KEITH HUDSON LINARD JOHNSON STEVE NELSON

February 14, 2014 INVITATION TO BID

Sealed bids, subject to specifications in this invitation, will be received in the office of the Director of Purchasing, Columbia County School District, Administrative Complex, Room 233. 372 West Duval Street, Lake City, Florida 32055, until 2:00 pm. on Wednesday, March 12, 2014 at which time and place all bids will be opened and tabulated. No bid will be considered which is received after the above designated time and date. If bid is sent by U. S. Mail, the bidder is to be sure to send in sufficient time for timely delivery. Sealed envelopes should be addressed to: R. M. "Mike" Null, Director of Purchasing, Columbia County School District, Administrative Complex, 372 West Duval Street, Lake City, FL 32055. If bids are submitted through a Delivery Service, such as Federal Express, then the Bid shall be placed in an envelope properly marked inside the Delivery Envelope. NO Bid will be accepted by FAX. Envelopes MUST be plainly marked: "BID FOR FIRE EXTINGUISHER SERVICES, Bid File #3289.

The Columbia County School District reserves the right to waive informalities in any bid and to accept any bid, which they consider to be in the best public interest and to reject any and all, bids. All bids shall be in accordance with the specifications furnished. Any bid received after the specified time will not be considered. INSTRUCTIONS TO BIDDERS: 1. The purpose of this hid is to provide all inspections and maintenance required during the year. This will include recharging or discharging and repairs to any defective units. Inspection and repairs shall conform to all current laws set forth by the State of Florida, including Florida Administrative Code Chapter 6A-2, NFPA and other appropriate laws. Inspection tags shall be provided and properly updated.

Bid File#3289 Page Two 2. This bid is intended to cover the servicing of an annual inspection and any necessary maintenance of all fire extinguishers, beginning April 1, 2014 and ending March 31, 2015. 3. Contract may be extended for up to two one-year periods beginning April 1, 2015, if agreed upon by both parties. Agreement would be based on the same rates and terms. 4.

Bidder shall be licensed and certified by the State of Florida to conduct inspections of fire fighting equipment, both portable and systems; copies to be submitted with bid. Building names and locations are show on the attached; fire extinguishers are located at each site.

5.

An on-site visit is needed to see the scope of the bid. The exact quantity is not guaranteed. Each bidder is expected to visit the sites to compile proper information. Contact should be made with the principal at each school or R. M. "Mike" Null for countywide departments by email at: [email protected].

6.

The approximate numbers of fire extinguishers currently include 800 in the buildings, another 130 in school buses, plus 16 automatic fire systems in the kitchen areas. The initial charge covers all initial inspection and certification.

7.

Sign and submit bid on copy of Bid Form furnished. a. b.

In order for your company's name to remain on our bid list, it will be necessary that you return one copy of the Bid Form, even if it is a "no bid". Columbia County School Board will be the sole judge of the minimum requirements.

8. Bidder shall provide on Bid Form the following bid amounts: a. Lump sum total for annual inspection of all fire extinguishers currently in School District as the Annual Portable Maintenance. This amount shall be for inspection and tagging all portables in buildings and vehicles. Said amount does not include cost to recharge or unit prices for the repair etc., of a portable. Extra charges shall apply per the approved unit prices. b. Total lump sum amount for annual inspection and maintenance of Automatic Fire Systems. c. Total lump sum for semi-annual system maintenance cost of range hoods (service that is done once a year opposite of annual system maintenance). d. Unit prices for recharging, replacement parts, etc. e. Installation charges only – for installing a fire extinguisher in building, mounted on wall in accordance with A. D. A. Laws

Bid File#3289 Page Three SCOPE OF WORK: The quantity given is an estimate and may be different at bid time; however, bid prices for annual service are fixed. A purchase order will be given to the successful bidder for the annual inspection items following bid award. Those extinguishers requiring maintenance or replacement parts shall be invoiced per school location, signed by school representative. Any fire extinguishers removed for maintenance or servicing shall be replaced by a charged unit. Successful bidder shall schedule servicing such that no automatic fire system or extinguishers go beyond the annual or the required semi-annual inspection. Successful bidder shall be required to respond within 48 hours following notice of the discharging of a unit. The quantity and location of range hoods requiring inspection are shown below and the location and estimated quantity of building fire extinguishers are shown on EXHIBIT "A". Range hoods are located as follows with last report showing (information shown may not be totally accurate):

LOCATION COLUMBIA. CITY- Kitchen COLUMBIA HIGH — Home Economics

Serviced 1/11

Hydrostatic Test Last Recharge 2006 2006

1/11

2010

2010

1/11

2008

2008

1/11

2003

FORT WHITE ELEM - Kitchen

1/11

2001

2003 2001

FORT WHITE HIGH - Kitchen

1/11

2000

2000

COLUMBIA HIGH - Kitchen EASTSIDE- Kitchen FIVE POINTS - Kitchen

FORT WHITE MIDDLE - Kitchen

Installed 2010

Installed 2010

LAKE CITY-MIDDLE-Kitchen

1/11

2004

2004

MELROSE PARK – Kitchen

1/11

2007

1/11

2000

2007 2000

PINEMOUNT – Kitchen RICHARDSON MIDDLE - Kitchen

1/11 1/11

2009 2006

2009

SUMMERS – Kitchen

1/11

2000

2000

SUMMERS — Kitchen WESTSIDE – Kitchen

1/11

2005

2005

1/11

2011

2011

NIBLACK – Kitchen

2006

BID FILE #3289 BID FORM 1. BID FOR ANNUAL INSPECTION OF FIRE EXTINGUISHERS (ANNUAL PORTABLE MAINTENANCE)

$_______________

2. BID FOR SYSTEMS ANNUAL INSPECTION AND MAINTENANCE OF AUTOMATIC FIRE SYSTSMS

$_______________

3. BID FOR SEMI-ANNUAL INSPECTION AND MAINTENANCE OF AUTOMATIC FIRE SYSTEMS (This is done once a year Opposite of Annual Maintenance)

$_______________

TOTAL BID OF 3 ITEMS ABOVE ADDITIONAL CHARGE FOR ANY CALL BACK REFILL OR REQUIRED SERVICE PER EXTINGUISHER:

APPROXIMATE QUANTITY

EXTINGUISHER (BUILDINGS)

REFILL COST (EACH)

714

10 lb. ABC Fire Extinguisher

$_________________

60

5 lb ABC Fire Extinguisher

$_________________

23

20 lb. ABC Fire Extinguisher

$_________________

8 lb. ABC Fire Extinguisher

$_________________

2

1

Class K Wet Agent Extinguisher

$_________________

AUTOMATIC FIRE SYSTEMS 16

Dry and Wet Fire Systems

$___________________

TRANSPORATION DEPARTMENT EXTINGUISHERS IN VEHICLES 130

5 lb. ABC Fire Extinguishers

$______________________

BID FORM - BID FILE #3289 REPLACEMENT PARTS (FURNISH & INSTALL WHEN NEEDED) AND OTHER SERVICES Hydrostatic testing of cylinders Valve Body 0 Rings Valve Stem 0 Rings Gauge Body 0 Rings Kiddie Valve Stems Amerex Valve Stems Installation charge for Fire Extinguishers only Hose Straps with clamps 240 P.S. I. Pressure Gauge 150 P.S.I. Pressure Gauge Safety Pull Pins Fire Extinguisher Discharge Hose (Kiddie) Fire Extinguisher Discharge Hose (Amerex) Kiddie Fire Extinguisher Bracket only Pryo Guard Fire Extinguisher Bracket only Buckeye Fire Extinguisher Bracket onl y Universal Hook Fire Extinguisher Bracket only New fully charged 5 lb. ABC Fire Extinguishers New fully charges 10 lb. ABC Fire Extinguishers Fuse links CO2 Cartridge – 12 gram CO2 Cartridge – 16 gram CT30R Cartridge Ansul R-102 3 gal SS Tank 1.5 gal R-102 1.5 gal SS Tank C-K Recharge

$________________ $________________ $________________ $________________ $________________ $________________ $________________ $________________ $________________ $________________ $________________ $________________ $________________ $_______________ $_______________ $_______________ $_______________ $_______________ $_______________ $_______________ $_______________ $ $ $ $ $

A copy of the two required state licenses issued to the undersigned are submitted with this bid. Addenda acknowledge received: 1______ 2_______

3______

Representative's Signature:

Date:

Name Typed or Printed:

Title:

Company:

Phone:

Address: City / State/ Zip:

Fax: E-Mail:

IDENTICAL TIE BIDS PER SECTION 287.087 FLORIDA STATUTES Whenever two or more bids, which are equal with respect to price, quality, and service, are received by the school district for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1.

Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or-nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.

_______________________________ VENDOR’S SIGNATURE

DISTRICT SCHOOL BOARD OF COLUMBIA COUNTY BID FILE N0.____________ BID RESPONSE FORM

TO:

All Bidders

FROM: R. M. "Mike" Null, Director of Purchasing SUBJECT:

UTILIZATION OF BIDS BY OTHER GOVERNMENTAL AGENCIES

In accordance with F.S. 6A-1.012, as amended, other city or county governmental agencies; other school board, community colleges or the state university system are permitted to purchase items at unit prices in contracts awarded by the District School Board of Columbia County, Florida upon your approval. The quantities listed herein are only anticipated estimated usages from the District School Board of Columbia County and do not reflect usage factors from other governmental agencies. However, all other terms and conditions shall be the same. Govern yourselves accordingly. The Purchasing Department of the District School Board of Columbia County is at all times custodian of this bid. Please indicate in space provided, whether you will or will not allow other governmental agencies to purchase from this bid. ___________

I will allow other governmental entities to use this bid pricing.

___________

I will not allow other governmental entities to use this bid pricing

______________________________________ COMPANY ______________________________________ ADDRESS _______________________________________ CITY STATE ZIP CODE _______________________________________ AUTHORIZED SIGNATURE TITLE TELEPHONE # __________________________ DATE __________________________________

COLLUSION AFFIDAVIT STATE OF _____________________: NO.______________________

CONTRACT/BID

COUNTY OF _____________________: I state that I am _______________________________ of_____________________________ (Title) (Name of my Firm) and that I am authorized to make this affidavit on behalf of my firm, and its owners, directors, and. officers. I am the person responsible in my firm for the price(s) and the amount of this bid. I state that: (1)

The price(s) and amount of this bid have been arrived at independently and without consultation, communication or agreement with any other contractor, bidder, or potential bidder.

(2)

Neither the price(s) nor the amount of this bid, and neither the approximate price(s) nor approximate amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder, and they will not be disclosed before bid opening.

(3)

No attempt has been made or will be made induce any firm or person to refrain from bidding on this contract, or to submit a bid higher than this bid, or to submit any intentionally high or noncompetitive bid or other form of complementary bid.

(4)

The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive bid.

(5)

_____________________________________ , its affiliates, (Name of my firm)

subsidiaries, officers, directors and employees are not currently under investigation by any governmental agency and have not in the last three years been convicted or found liable for any act, prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract, except as follows:

NON-COLLUSION AFFIDAVIT Part 2 I state that__________________________________ understands and (Name of my firm) acknowledges that the above representations are material and important, and will be relied on by COLUMBIA COUNTY SCHOOL BOARD in awarding the contract(s) for which this bid is submitted. (Name of Public Entity) I understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent-concealment from COLUMBIA COUNTY SCHOOL BOARD of the true facts relating to (Name of Public Entity) submission of bids for this contract.

________________________________ Name and Company Position SWORN TO AND SUBSCRIBED BEFORE ME THIS_________ DAY OF ___________________, 2014 _______________________________ Notary Public My Commission Expires: ___________________________________

Bid for Fire Extinguisher Services, Bid File #3289, March 12, 2014, 2:00 pm

Gator Fire Equipment 1032 South Main Street Gainesville FL 32601 352-373-1738 352-338-1179 fax

Jones & Sons Fire Extinguisher Service Inc P O Box 183 Trenton, FL 32693 352-463-7336 fax Stafford’s Fire Extinguisher Service P O Box 216 Lake City FL 32056-0216 752-2143 fax Commercial Fire 2465 St Johns Bluff Road South Jacksonville FL 32246 904-482-1521 888-491-3473

Cintas Fire Protection 7251 Salisbury Road Ste 1 Jacksonville FL 32256 904-302-8021 fx