R25-070 1 RESOLUTION NO. R25-070
2
3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON
4 BEACH, FLORIDA, APPROVING A PIGGYBACK AGREEMENT WITH
5 JOHNSTONE SUPPLY FOR HVAC EQUIPMENT, PARTS AND SUPPLIES,
6 OEM, AND PURCHASE, FOR AN AMOUNT NOT-TO-EXCEED $150,000
7 ANNUALLY; AND FOR ALL OTHER PURPOSES.
8
9 WHEREAS, the City's Public Works Department uses Johnstone Supply for HVAC
10 equipment, parts and supplies, OEM, and purchasing for City buildings and facilities to ensure the
1 1 continuity of HVAC services throughout the City; and
12 WHEREAS, Palm Beach County entered into an extension of the contract with The Ware
13 Group, LLC, d/b/a Johnstone Supply ("Vendor") on December 12, 2024, based upon Solicitation
14 No. 18091/HS; and
15 WHEREAS, the Palm Beach County procurement process satisfies the City's competitive
16 bid requirements; and
17 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the
18 best interests of the City's citizens and residents to approve the Piggyback Agreement with the
19 Vendor to provide the City with HVAC equipment, parts and supplies, OEM, and purchase for City
20 buildings and facilities, with an annual amount not to exceed $150,000.
21 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON
22 BEACH, FLORIDA, THAT:
23 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as
24 being true and correct and are hereby made a specific part of this Resolution upon adoption.
25 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby
26 approve the Piggyback Agreement between the City and Vendor for HVAC equipment, parts and
27 supplies, OEM, and purchase for City buildings and facilities, with an annual amount not to exceed
28 $150,000, in form and substance similar to the, attached as Exhibit A.
29 SECTION 3. The City Commission of the City of Boynton Beach, Florida, hereby
30 authorizes the Mayor to execute the Piggyback Agreement. The Mayor is further authorized to
31 execute any ancillary documents as may be necessary to accomplish the purpose of this
32 Resolution.
33 SECTION 4. The City Clerk shall retain the fully executed Piggyback Agreement as a
34 public record of the City. A copy of the fully executed Piggyback Agreement shall be provided to
35 Ydelsi Rodriguez to forward to the Vendor.
36 SECTION 5. This Resolution shall take effect in accordance with law.
37
�/� II
38 PASSED AND ADOPTED this /$441 day of I 1 �'' r Ji 2025.
39 CITY OF BOYNTON BEACH, FLORIDA
40 YE- NO
41 Mayor— Rebecca Shelton
42 i/-
43
43 Commissioner—Angela Cruz
44tJ'r `/
45 -Woodrow L. Hay
46
47 Commissioner—Thomas Turkin
48
49 Commissioner—Aimee Kelley
50
51 VOTE
52 A ► 'T:
do
54 k 1 /.I i /
.
55 Mayl:e ri- Jesus, MP MMC Rebecca Shelton
56 City Cl: Mayor
57Nom`
58 __--& 60YN7- NI APPROVED AS TO FORM:
59 (Corporate Seal) ,c, .'CoRP0R9T./I.(5:11
co
60 • C�• S.,�/� `� U
61 i S iNCORp_ a/ :2 f Adierii
62 ,', S.• 1920 ye , Shawna G. Lamb
63 ►, F •.....••• _Jr City Attorney
�` ��RIDA
64 `,....,
•
14
PIGGYBACK AGREEMENT BETWEEN THE CITY OF BOYNTON
BEACH AND THE WARE GROUP, LLC D/B/A JOHNSTONE SUPPLY
This Piggyback Agreement is made as of this IA day of J Li_J '025, by and between
The Ware Group, LLC d/b/a Johnstone Supply, with a principal address of 1 :19 Old Okeechobee
Road, West Palm Beach, FL 33409, hereinafter referred to as"Vendor," and the City of Boynton
Beach, a municipal corporation organized and existing under the laws of Florida, with a business
address of 100 East Ocean Avenue, Boynton Beach, Florida 33435, hereinafter referred to as
"City."
RECITALS
WHEREAS, Palm Beach County, competitively procured HVAC Equipment, Parts, and
Supplies,OEM,Purchase(the"HVAC Services")and executed Master Agreement No. 18091 (the
"Master Agreement"),which became effective December 18,2018,and currently expires June 17,
2025; and
WHEREAS, the City desires to obtain the HVAC Services pursuant to the terms and
conditions of the Master Agreement; and
WHEREAS,the City's Purchasing Policy Section X—Alternatives to Formal Sealed Bids,
provides authority for the City to acquire or contract for services without utilizing a sealed
competitive method or the written quotations methods where the desired services are the subject
of an agreement that utilizes another government entity's contract, provided that the contract was
awarded based strictly on competitive bidding; and
WHEREAS,the City's Facilities Department is requesting the City enter into a Piggyback
Agreement with the Vendor to obtain the HVAC Services; and
WHEREAS, the City and Vendor have agreed to allow the City to piggyback the Master
Agreement, a copy of which is attached as Exhibit "A.;"
NOW,THEREFORE, in consideration of the mutual covenants contained herein, and for
other valuable consideration received, the receipt and sufficiency of which are hereby
acknowledged,the parties agree as follows:
AGREEMENT
1. The foregoing recitals are true and correct and are hereby incorporated into this Agreement.
2. TERM: The term of this Agreement commences on cOD ,1 , 2025, and will
remain in effect until June 17, 2025 ("Term"). The Mayor is authorized to execute
Piggyback Contract—Johnstone I
amendments renewing the Agreement on behalf of the City. The initial term and any
subsequent renewals of this Agreement are subject to the renewal or extension of the
Master Agreement. If the Master Agreement expires or is terminated during the Term,this
Agreement shall terminate no later than six months after such expiration or termination of
the Master Agreement.
3. CONTRACT TERMS: The Vendor agrees to provide the HVAC services to the City on
the same terms and in the same manner as set forth in the Master Agreement, a copy of
which is attached hereto as Exhibit A, except as otherwise provided herein. All recitals,
representations, and warranties of Vendor made by Vendor in the Master Agreement are
restated as if set forth fully herein,made for the benefit of the City,and incorporated herein,
except that all references to the "City of West Palm Beach" are hereby replaced with the
"City of Boynton Beach."The City shall compensate Vendor pursuant to the rates set forth
in the Master Agreement for the products and services in an annual amount not to exceed
$150,000.00.
4. NOTICES: All Notices to the City shall be in writing by certified mail return receipt
requested, or customarily used overnight transmission with proof of delivery, sent to:
City: Daniel Dugger, City Manager
City of Boynton Beach
P.O. Box 310
Boynton Beach, Florida 33425
Telephone: (561) 742-6010/Facsimile: (561) 742-6090
Copy: Shawna G.Lamb, City Attorney
City of Boynton Beach
P.O. Box 310
Boynton Beach, Florida 33425
Telephone: (561) 742-6010/Facsimile: (561) 742-6090
5. INVOICES AND PAYMENT: Invoices must identify the PO number and should be
mailed to:
Boynton Beach Finance
Attn: Accounts Payable
100 E Boynton Beach Blvd
Boynton Beach, FL 33435.
Invoices shall show the nature of the service and dates(s) of service. Invoices based on
hourly rates shall show the actual hours worked, person performing services, nature of the
service,hourly rate,and dates(s)of service. Invoices may be submitted no more frequently
than monthly. However, all services rendered prior to September 30th of any given year
are required to be invoiced by September 30th of that year. Vendor shall provide W-9 with
first invoice.
The fee shall be paid based on receipt of a proper invoice in accordance with the invoice
schedule indicated above. Payment will be made within 45 days of receipt of a proper
Piggyback Contract—Johnstone 2
invoice in accordance with the Local Government Prompt Payment Act, Section 218.70,
et al., Florida Statutes. No payment made under this Agreement shall be conclusive
evidence of the performance of this Agreement by Vendor,either wholly or in part,and no
payment shall be construed to be an acceptance of or to relieve Vendor of liability for the
defective, faulty or incomplete rendition of the services.
6. TAX EXEMPT: Prices applicable to City do not include applicable state and local sales,
use,and related taxes.The City is exempt from state and local sales and use taxes and shall
not be invoiced for the same. Upon request, City will provide Vendor with proof of tax-
exempt status.
7. SOVEREIGN IMMUNITY: Nothing contained in this Agreement nor contained herein
shall be considered nor construed to waive City's rights and immunities under the common
law or section 768.28, Florida Statutes, as may be amended.
8. ATTORNEY'S FEES: In the event that either Party brings suit for enforcement of the
Agreement, each Party shall bear its own attorney's fees and court costs.
9. PUBLIC RECORDS: The City is a public agency subject to Chapter 119, Florida
Statutes. The Vendor shall comply with Florida's Public Records Law. Specifically, the
Vendor shall:
A. Keep and maintain public records required by the City to perform the service;
B. Upon request from the City's custodian of public records, provide the City with a
copy of the requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla.
Stat. or as otherwise provided by law;
C. Ensure that public records that are exempt or that are confidential and exempt from
public record disclosure requirements are not disclosed except as authorized by law
for the duration of the contract term and, following completion of the contract,
Vendor shall destroy all copies of such confidential and exempt records remaining in
its possession once the Vendor transfers the records in its possession to the City; and
D. Upon completion of the contract, Vendor shall transfer to the City, at no cost to the
City, all public records in Vendor's possession All records stored electronically by
Vendor must be provided to the City,upon request from the City's custodian of public
records, in a format that is compatible with the information technology systems of
the City.
E. IF THE VENDOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO
THE VENDOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN
OF PUBLIC RECORDS:
CITY CLERK OFFICE
Piggyback Contract—Johnstone 3
100 E. OCEAN AVENUE
BOYNTON BEACH, FLORIDA, 33435
561-742-6060
CitvClerk(abbfl.us
10. SCRUTINIZED COMPANIES - 287.135 AND 215.473: By execution of this
Agreement, Vendor certifies that Vendor is not participating in a boycott of Israel. The
Vendor further certifies that Vendor is not on the Scrutinized Companies that Boycott Israel
list, not on the Scrutinized Companies with Activities in Sudan List, and not on the
Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has
Vendor been engaged in business operations in Syria. Subject to limited exceptions
provided in state law,the City will not contract for the provision of goods or services with
any scrutinized company referred to above.Submitting a false certification shall be deemed
a material breach of contract. The City shall provide notice, in writing, to the Vendor of
the City's determination concerning the false certification. The Vendor shall have five(5)
days from receipt of notice to refute the false certification allegation. If such false
certification is discovered during the active contract term, the Vendor shall have ninety
(90) days following receipt of the notice to respond in writing and demonstrate that the
determination of false certification was made in error. If the Vendor does not demonstrate
that the City's determination of false certification was made in error, then the City shall
have the right to terminate the contract and seek civil remedies pursuant to Section 287.135,
Florida Statutes,as amended from time to time.
11. E-VERIFY: Vendor shall comply with Section 448.095, Fla. Stat., "Employment
Eligibility," including the registration and use of the E-Verify system to verify the work
authorization status of employees. Failure to comply with Section 448.095, Fla. Stat. shall
result in termination of this Agreement. Any challenge to termination under this provision
must be filed in the Circuit Court no later than 20 calendar days after the date of
termination. If this Agreement is terminated for a violation of the statute by Vendor,
Vendor may not be awarded a public contract for a period of one (1)year after the date of
termination.
12. DISPUTES: Any disputes that arise between the parties with respect to the performance
of this Agreement, which cannot be resolved through negotiations, shall be submitted to a
court of competent jurisdiction exclusively in Palm Beach County, Florida. This
Agreement shall be construed under Florida Law.
13. EXECUTION OF THE AGREEMENT: This Agreement will take effect once signed by
both parties. This Agreement may be signed by the parties in counterparts, which together
shall constitute one and the same agreement among the parties. A facsimile signature shall
constitute an original signature for all purposes. Each person signing this Agreement on
behalf of either Party individually warrants that he or she has full legal power to execute
the Addendum on behalf of the Party for whom he or she is signing and to bind and obligate
such Party with respect to all provisions contained in this Agreement
14. TERMINATION FOR CONVENIENCE: This Agreement may be terminated by the
City for convenience upon fourteen(14)calendar days of written notice by the terminating
party to the other party for such termination in which event the Vendor shall be paid its
Piggyback Contract—Johnstone 4
compensation for services performed to the termination date, including services reasonably
related to termination. In the event that the Vendor abandons the Agreement or causes it
to be terminated, the Vendor shall indemnify the City against loss pertaining to this
termination.
15. TERMINATION FOR CAUSE: In addition to all other remedies available to City, this
Agreement shall be subject to cancellation by City for cause,should Vendor neglect or fail
to perform or observe any of the terms, provisions, conditions, or requirements herein
contained, if such neglect or failure shall continue for a period of thirty(30)calendar days'
after receipt by Vendor of written notice of such neglect or failure.
16. INDEMNIFICATION: Vendor shall indemnify and hold harmless the City, its elected
and appointed officers, agents, assigns and employees,consultants, separate Vendors, any
of their subcontractors,or sub-subcontractors,from and against claims,demands,or causes
of action whatsoever,and the resulting losses,damages,costs,and expenses, including but
not limited to attorneys' fees, including paralegal expenses, liabilities, damages, orders,
judgments, or decrees, sustained by the City arising out of or resulting from (A) Vendor's
performance or breach of Agreement, (B) acts or omissions, negligence, recklessness, or
intentional wrongful conduct by Vendor's, its agents, employees, subcontractors,
participants, and volunteers, and (C) Vendor's failure to take out and maintain insurance
as required under this Agreement. Vendor's shall pay all claims and losses in connection
therewith and shall investigate and defend all claims, suits,or actions of any kind or nature
in the name of the City, where applicable, including appellate proceedings, and shall pay
all costs,judgments, and attorneys' fees which may issue thereon. The obligations of this
section shall survive indefinitely regardless of termination of the Agreement.
17. INSURANCE: At the time of execution of this Agreement, Vendor shall provide the City
with a copy of its Certificate of Insurance reflecting the insurance coverage required by the
Master Agreement. The Certificate of Insurance shall name the City of Boynton Beach,
and its officers, employees and agents as an additional insured.
18. LIMITATION OF LIABILITY: Notwithstanding any provision of the Agreement to
which it is applicable,City shall not be liable or responsible to Vendor beyond the amount
remaining due to Vendor under the Agreement,regardless of whether said liability be based
in tort,contract, indemnity or otherwise; and in no event shall City be liable to Vendor for
punitive or exemplary damages or for lost profits or consequential damages.
19. INDEPENDENT CONTRACTOR: The Agreement does not create an
employee/employer relationship between the Parties. It is the intent of the Parties that
Vendor is an independent contractor pursuant to the Agreement and shall not be considered
the City's employee for any purpose.
20. COMPLIANCE WITH LAWS: Vendor hereby warrants and agrees that at all times
material to the Agreement, Vendor shall perform its obligations in compliance with all
applicable federal, state, and local laws, rules, and regulations, including section 501.171,
Florida Statutes. Non-compliance may constitute a material breach of the Agreement.
21. ASSIGNMENT: In the event this Agreement and any interests granted herein shall be
assigned, transferred, or otherwise encumbered, under any circumstances by Vendor,
Piggyback Contract—Johnstone 5
Vendor must gain prior written consent from City thirty (30) business days before such
transfer. For purposes of this Agreement, any change of ownership of Vendor shall
constitute an assignment that requires City's approval. Notwithstanding the foregoing,
Vendor may,without City's consent, assign this Agreement in whole or in part as part of a
corporate reorganization, consolidation, merger, or sale of substantially all of its assets
related to this Agreement. Vendor shall provide City written notice of any such corporate
reorganization,consolidation,merger,or sale of substantially all of its assets related to this
Agreement within thirty(30)calendar days of such event.
22. AGREEMENT SUBJECT TO FUNDING: The Agreement shall remain in full force and
effect only as long as the expenditures provided for in the Agreement have been
appropriated by the City Commission of the City of Boynton Beach in the annual budget
for each fiscal year of this Agreement, and is subject to termination based on lack of
funding. Early termination by City due to loss of funding shall not obligate Vendor to
refund any prepaid fees.
23. ENTIRE AGREEMENT.The Agreement,including the Master Agreement,sets forth the
entire Agreement between the City and the Vendor with respect to the subject matter of
this Agreement. This Agreement supersedes all prior and contemporaneous negotiations,
understandings,and agreements,written or oral,between the parties.This Agreement may
not be modified except by the parties' mutual agreement set forth in writing and signed by
the parties.
24. SEVERABILITY.If any provision of this Agreement or application thereof to any person
or situation shall, to any extent, be held invalid or unenforceable, the remainder of this
Agreement, and the application of such provisions to persons or situations other than those
as to which it shall have been held invalid or unenforceable, shall not be affected thereby,
and shall continue in full force and effect, and be enforced to the fullest extent permitted
by law.
25.ANTI-HUMAN TRAFFICKING. On or before the Effective Date of this Agreement,
Vendor shall provide City with an affidavit attesting that the Vendor does not use coercion
for labor or services, in accordance with Section 787.06(13), Florida Statutes.
(SIGNATURES ON FOLLOWING PAGE)
Piggyback Contract—Johnstone 6
IN WITNESS OF THE FOREGOING,the parties have set their hands and seals the day
and year first written above.
CITY OF BOYNTON BEACH,FLORIDA THE WARE GROUP, LLC DBA JOHNSTONE
T-5/(6 — Lmli
'zmmn
, Mayor (SSignature), Company
/fra(1&_. bo,,us
Print Name of Authorized Official
cO/1D 'tL ,
Titleo���tiusitiurrrrr�
`���\�`GROUP
Approved as to Form: , �
,�� ,,...................
`` ,moi
.../ R 0 Riii:\A
f--x i 4- /1\ 1 si,,,,,, J Wamb :=_, . . ,..
F.:
..... . g , ,.....
Shawna G. Lamb, City Attorney (4Q ,
/I ...i....\\
�,rrrrrrr
Attest/Authenticated:J
Attested/Authenticated: /�t/ L 4---(
(Signature), Witness
. a
Mayle-
et
ayle- t. 'esus, City Cl rk Print Name
off
gOYNTpti�
70.A. c ':RPO 4 �v
%
EXHIBIT A
MASTER AGREEMENT NO. 18091 FOR HVAC EQUIPMENT PARTS AND
SUPPLIES, OEM,PURCHASE, BETWEEN PALM BEACH COUNTY AND THE WARE
GROUP, LLC D/B/A JOHNSTONE SUPPLY
Piggyback Contract—Johnstone 8
Board of County Commissionersre,A.C11 County Administrator
O
Melissa McKinlay, Mayor \� EXHIBIT Verdenia C. Baker
Mack Bernard, Vice Mayor a k
11 A
Hal R. Valeche Y • 3
Paulette Burdick
Dave Kerner P0RI94'
Steven L. Abrams
Mary Lou Berger Purchasing Department
www.pbcgov.org/purchasinq
BOARD OF COUNTY COMMISSIONERS
NOTICE OF SOLICITATION
IFB #18-091/HS
HVAC EQUIPMENT, PARTS AND SUPPLIES, OEM, PURCHASE, TERM CONTRACT
BID SUBMISSION DATE: AUGUST 2, 2018 AT 4:00 P.M.
It is the responsibility of the bidder to ensure that all pages are included. Therefore, all bidders are advised
to closely examine this package. Any questions regarding the completeness of this package should be
immediately directed to Palm Beach County Purchasing Department at (561) 616-6800.
BIDDERS SHALL PROVIDE A RESPONSE IN A SEALED PACKAGE OR CONTAINER SIGNED BY
AN AGENT OF THE COMPANY HAVING AUTHORITY TO BIND THE COMPANY OR FIRM. FAILURE
TO DO SO SHALL BE CAUSE FOR REJECTION OF YOUR BID.
Protests can be accepted only during the five (5) business day posting period.
CAUTION
In order to do business with Palm Beach County, vendors are required to create a Vendor
Registration Account OR activate an existing Vendor Registration Account through the
Purchasing Department's Vendor Self Service (VSS) system which can be accessed at
https://pbcvssp.co.palm-beach.fl.us/webapp/vssp/AltSelfService. As they are issued, all
amendments to solicitations will be posted under the applicable solicitation on our VSS system.
It is the vendor's sole responsibility to routinely check our VSS system for any amendments that
may have been issued prior to the deadline for receipt of bids.
Palm Beach County shall not be responsible for the completeness of any Invitation for Bid that
was not downloaded from our VSS system or obtained directly from the Purchasing Department.
In accordance with the provisions of ADA,
this document may be requested in an alternate format.
50 South Military Trail, Suite 110, West Palm Beach, FL 33415-3199
(561) 616-6800 FAX: (561) 616-6811
Page 2
BOARD OF COUNTY COMMISSIONERS
Palm Beach County
INVITATION FOR BID
IFB#18-091/HS IFB TITLE: HVAC EQUIPMENT, PARTS AND SUPPLIES, OEM,
PURCHASE, TERM CONTRACT
PURCHASING DEPARTMENT CONTACT: HOLLY SKEEN TELEPHONE NO.: (561) 616-6828
FAX NO.: (561) 242-6728 E-MAIL ADDRESS: hskeen@pbcgov.org
All bid responses must be received on or before August 2, 2018, prior to 4:00 p.m., Palm Beach County local time. SUBMIT
BID TO: Palm Beach County Purchasing Department, Attention: Holly Skeen, 50 South Military Trail, Suite 110, West Palm
Beach, FL 33415-3199.
This Invitation for Bid,General Conditions, Instructions to Bidders,Special Conditions,Specifications,Attachments,Amendments(if issued),
and/or any other referenced document form a part of this bid solicitation and response thereto, and by reference are made a part thereof.
The selected awardee shall be bound by all terms, conditions and requirements in these documents.
PURPOSE AND EFFECT: It is the purpose and intent of this solicitation to secure bids for item(s) and/or services as listed herein. The
selected awardee is hereby placed on notice that acceptance of its bid by Palm Beach County shall constitute a binding contract.
GENERAL CONDITIONS, INSTRUCTIONS AND INFORMATION FOR BIDDERS
GENERAL CONDITIONS
1. GENERAL INFORMATION successful bidder and Palm Beach County for any terms and
conditions not specifically stated in the Invitation for Bid.
Bidders are advised that this package constitutes the complete set of
specifications, terms, and conditions which forms the binding contract b. DISCRIMINATION PROHIBITED: Palm Beach County is
between Palm Beach County and the successful bidder. Changes to this committed to assuring equal opportunity in the award of
Invitation for Bid may be made only by written amendment issued by the contracts and complies with all laws prohibiting discrimination.
County Purchasing Department. Bidders are further advised to closely Pursuant to Palm Beach County Resolution R-2017-1770, as
examine every section of this document, to ensure that all sequentially may be amended, the successful bidder warrants and
numbered pages are present, and to ensure that it is fully understood. represents that throughout the term of the contract, including
Questions or requests for explanations or interpretations of this document any renewals thereof, all of its employees are treated equally
must be submitted to the Purchasing Department contact in writing in during employment without regard to race, color, religion,
sufficient time to permit a written response prior to the published bid disability, sex, age, national origin, ancestry, marital status,
submission time. Oral explanations or instructions given by any County familial status, sexual orientation, gender identity or
agent are not binding and should not be interpreted as altering any expression, or genetic information. Failure to meet this
provision of this document. Bidder certifies that this bid is made without requirement shall be considered a default of contract.
reliance on any oral representations made by the County.
c. INDEPENDENT CONTRACTOR RELATIONSHIP: The
The County's performance and obligation to pay under this contract is successful bidder is, and shall be, in the performance of all
contingent upon an annual appropriation by the Board of County work, services, and activities under the Contract, an
Commissioners for subsequent fiscal years. Independent Contractor and not an employee, agent, or
servant of the COUNTY. All persons engaged in any of the
2. LEGAL REQUIREMENTS work or services performed pursuant to the Contract shall at all
times, and in all places, be subject to the successful bidder's
a. COMPLIANCE WITH LAWS AND CODES: Federal, State, sole direction,supervision,and control. The successful bidder
County and local laws, ordinances, rules and regulations that shall exercise control over the means and manner in which it
in any manner affect the items covered herein apply. Lack of and its employees perform the work, and in all respects the
knowledge by the bidder shall in no way be a cause for relief successful bidder's relationship, and the relationship of its
from responsibility. The successful bidder shall strictly comply employees, to the COUNTY shall be that of an Independent
with Federal, State and local building and safety codes. Contractor and not as employees or agents of the COUNTY.
Equipment shall meet all State and Federal Safety regulations.
Bidder certifies that all products (materials, equipment, d. CRIMINAL HISTORY RECORDS CHECK ORDINANCE:
processes, or other items supplied in response to this bid) Pursuant to Palm Beach County Code Section 2-371 through
contained in its bid meets all ANSI, NFPA, and all other 2-377, the Palm Beach County Criminal History Records
Federal and State requirements. Bidder further certifies that, Check Ordinance ("Ordinance"), the County will conduct
if it is the successful bidder, and the product delivered is fingerprint based criminal history record checks on all persons
subsequently found to be deficient in any of the not employed by the County who repair, deliver, or provide
aforementioned requirements in effect on date of delivery, all goods or services for, to, or on behalf of the County. A
costs necessary to bring the product into compliance shall be fingerprint based criminal history record check shall be
borne by the bidder. conducted on all employees of vendors, contractors, and
subcontractors of contractors, including repair persons and
Any toxic substance provided to the County as a result of this delivery persons,who are unescorted when entering a facility
solicitation or resultant contract shall be accompanied by its determined to be either a critical facility("Critical Facilities")or
Safety Data Sheet(SDS). a criminal justice information facility("CJI Facilities"),which are
critical to the public safety and security of the County. County
The Uniform Commercial Code(Florida Statutes,Chapter 672) facilities that require this heightened level of security are
shall prevail as the basis for contractual obligations between the identified in Resolution R-2003-1274,as amended. In October
Page 3
2013, compliance with the requirements of the U. S. Federal j. INDEMNIFICATION: Regardless of the coverage provided by
Bureau of Investigations CJI Security Policy was added to the any insurance, the successful bidder shall indemnify, save
Ordinance, which includes a broad list of disqualifying harmless and defend the County, its agents, servants, or
offenses. The bidder is solely responsible for understanding employees from and against any and all claims,liability,losses
the financial, schedule, and / or staffing implications of this and/or causes of action which may arise from any negligent
Ordinance. Further,the bidder acknowledges that its bid price act or omission of the successful bidder, its subcontractors,
includes any and all direct or indirect costs associated with agents,servants or employees during the course of performing
compliance with this Ordinance, except for the applicable services or caused by the goods provided pursuant to these
FDLE/FBI fees that shall be paid by the County. bid documents and/or resultant contract.
e. PUBLIC ENTITY CRIMES: F.S.287.133 requires Palm Beach k. PUBLIC RECORDS, ACCESS AND AUDITS: The bidder
County to notify all bidders of the following: "A person or agrees that copies of any and all property, work product,
affiliate who has been placed on the convicted vendor list documentation, reports, computer systems and software,
following a conviction for a public entity crime may not submit schedules, graphs, outlines, books, manuals, logs, files,
a bid on a contract with a public entity for the construction or deliverables, photographs, videos, tape recordings or data
repair of a public building or public work, may not submit bids relating to the Contract which have been created as a part of
on leases of real property to a public entity, may not be the bidder's services or authorized by the COUNTY as a
awarded or perform work as a contractor, supplier, reimbursable expense, whether generated directly by the
subcontractor, or consultant under a contract with any public bidder, or by or in conjunction or consultation with any other
entity, and may not transact business with any public entity in party whether or not a party to the Contract,whether or not in
excess of the threshold amount provided in F.S. 287.017 for privity of contract with the COUNTY or the bidder, and
CATEGORY TWO for a period of 36 months from the date of wherever located shall be the property of the COUNTY.
being placed on the convicted vendor list."
Any material submitted in response to this solicitation is
f. NON-COLLUSION: Bidder certifies that it has entered into no considered a public document in accordance with Section
agreement to commit a fraudulent, deceitful, unlawful, or 119.07, F.S This includes material which the responding
wrongful act, or any act which may result in unfair advantage bidder might consider to be confidential. All submitted
for one or more bidders over other bidders. Conviction for the information that the responding bidder believes to be
Commission of any fraud or act of collusion in connection with confidential and exempt from disclosure(i.e.,a trade secret or
any sale,bid,quotation,proposal or other act incident to doing as provided for in Section 119.07 and Section 812 081, F.S.)
business with Palm Beach County may result in permanent must be specifically identified as such. Upon receipt of a public
debarment. records request for such information, a determination will be
made as to whether the identified information is, in fact,
No premiums, rebates or gratuities are permitted; either with, confidential.
prior to or after any delivery of material or provision of services.
Any such violation may result in award cancellation, return of The bidder shall maintain records related to all charges,
materials, discontinuation of services, and removal from the expenses,and costs incurred in estimating and performing the
vendor bid list(s),and!or debarment or suspension from doing work for at least three(3)years after completion or termination
business with Palm Beach County. of the Contract. The COUNTY shall have access to such
records as required in this Section for the purpose of inspection
g. LOBBYING: Bidders are advised that the "Palm Beach or audit during normal business hours,at the Bidder's place of
County Lobbyist Registration Ordinance"prohibits a bidder or business.
anyone representing the bidder from communicating with any
County Commissioner, County Commissioner's staff, or any Notwithstanding anything contained herein,as provided under
employee authorized to act on behalf of the Commission to Section 119.0701, F.S., if the Bidder: (i) provides a service;
award a particular contract regarding its bid, i.e., a "Cone of and (ii) acts on behalf of the COUNTY as provided under
Silence". Section 119.011(2), F.S., the Bidder shall comply with the
requirements of Section 119.0701, Florida Statutes, as it may
The "Cone of Silence" is in effect from the date / time of the be amended from time to time The Bidder is specifically
deadline for submission of the bid, and terminates at the time required to:
that the Board of County Commissioners or a County
Department authorized to act on their behalf, awards or 1. Keep and maintain public records required by the
approves a contract, rejects all bids, or otherwise takes action COUNTY to perform services provided under the Contract.
which ends the solicitation process. 2. Upon request from the COUNTY's Custodian of Public
Records ("County's Custodian") or COUNTY's
Bidders may, however, contact any County Commissioner, representative/liaison,on behalf of the County's Custodian,
County Commissioner's staff,or any employee authorized to act provide the COUNTY with a copy of the requested records
on behalf of the Commission to award a particular contract, via or allow the records to be inspected or copied within a
written communication,i.e.,facsimile,e-mail or U.S.mail. reasonable time at a cost that does not exceed the cost
Violations of the"Cone of Silence"are punishable by a fine of provided in Chapter 119 or as otherwise provided by
$250.00 per violation. law. The Bidder further agrees that all fees, charges and
expenses shall be determined in accordance with Palm
h. CONFLICT OF INTEREST: All bidders shall disclose with their Beach County PPM CW-F-002, Fees Associated with
bid the name of any officer, director, or agent who is also an Public Records Requests, as it may be amended or
employee or a relative of an employee of Palm Beach County. replaced from time to time.
Further, all bidders shall disclose the name of any County 3. Ensure that public records that are exempt,or confidential
employee or relative of a County employee who owns,directly and exempt from public records disclosure requirements
or indirectly,an interest of ten percent or more in the bidder's are not disclosed except as authorized by law for the
firm or any of its branches. duration of the contract term and following completion of
the Contract,if the Bidder does not transfer the records to
i. SUCCESSORS AND ASSIGNS: The County and the the public agency. Nothing contained herein shall prevent
successful bidder each binds itself and its successors and the disclosure of or the provision of records to the
assigns to the other party in respect to all provisions of the COUNTY.
Contract Neither the County nor the successful bidder shall 4. Upon completion of the Contract,the Bidder shall transfer,
assign, sublet, convey or transfer its interest in the Contract at no cost to the COUNTY, all public records in
without the prior written consent of the other. possession of the Bidder unless notified by COUNTY's
representative/liaison, on behalf of the County's
Custodian, to keep and maintain public records required
Page 4
by the COUNTY to perform the service. If the Bidder entity not a party to the Contract, including but not limited to
transfers all public records to the COUNTY upon any citizen or employees of the County and / or successful
completion of the Contract, the Bidder shall destroy any bidder.
duplicate public records that are exempt, or confidential
and exempt from public records disclosure o. SCRUTINIZED COMPANIES
requirements. If the Bidder keeps and maintains public
records upon completion of the Contract,the Bidder shall 1) SCRUTINIZED COMPANIES:
meet all applicable requirements for retaining public As provided in F.S. 287.135, by entering into a Contract
records. All records stored electronically by the Bidder or performing any work in furtherance hereof, the Bidder
must be provided to the COUNTY, upon request of the certifies that it,its affiliates,suppliers,subcontractors and
County's Custodian or the COUNTY's consultants who will perform hereunder, have not been
representative/liaison, on behalf of the County's placed on the Scrutinized Companies that Boycott Israel
Custodian, in a format that is compatible with the List,or is engaged in a boycott of Israel, pursuant to F.S.
information technology systems of COUNTY,at no cost to 215.4725.
COUNTY.
If the County determines, using credible information
Bidder acknowledges that it has familiarized itself with the available to the public, that a false certification has been
requirements of Chapter 119, F. S., and other requirements submitted by Bidder, the resulting Contract from this
of state law applicable to public records not specifically set Invitation for Bid may be terminated and a civil penalty
forth herein. Failure of the Bidder to comply with the equal to the greater of$2 million or twice the amount of
requirements of this Section, Chapter 119, F.S. and other the Contract shall be imposed, pursuant to F.S. 287.135.
applicable requirements of state law, shall be a material Said certification must also be submitted at the time of
breach of the Contract. COUNTY shall have the right to Contract renewal.
exercise any and all remedies available to it for breach of
contract, including but not limited to, the right to terminate for 2) SCRUTINIZED COMPANIES (WHEN CONTRACT
cause. VALUE IS GREATER THAN$1 MILLION):
As provided in F.S. 287.135, by entering into a Contract
IF THE BIDDER HAS or performing any work in furtherance hereof,the Bidder
certifies that it,its affiliates,suppliers,subcontractors and
QUESTIONS REGARDING THE consultants who will perform hereunder, have not been
placed on the Scrutinized Companies With Activities in
APPLICATION OF CHAPTER Sudan List or Scrutinized Companies With Activities in
119 FLORIDA STATUTES, TO The Iran Petroleum Energy Sector List created pursuant
sto F.S. 215.473, or is engaged in business operations in
THE BIDDER'S DUTY TO Cuba or Syria.
PROVIDE PUBLIC RECORDS If the County determines, using credible information
available to the public, that a false certification has been
RELATING TO THE CONTRACT, submitted by Bidder, the resulting Contract from this
PLEASE CONTACT THE Invitation for Bid may be terminated and a civil penalty
equal to the greater of$2 million or twice the amount of
CUSTODIAN OF PUBLIC the Contract shall be imposed, pursuant to F.S.287.135.
Said certification must also be submitted at the time of
RECORDS AT RECORDS Contract renewal.
REQUEST, PALM BEACH 3. BID SUBMISSION
COUNTY PUBLIC AFFAIRS a. SUBMISSION OF RESPONSES: All bid responses must be
DEPARTMENT, 301 N. OLIVE submitted on the provided Invitation for Bid "Response"
Form. Bid responses on vendor letterhead / quotation forms
AVENUE, WEST PALM BEACH, shall not be accepted. Responses must be typewritten,
written in ink or a photocopy and must be signed by an agent
FL 33401, BY E-MAIL AT of the company having authority to bind the company or firm.
FAILURE TO SIGN THE FORM AT THE
RECORDSREQUESTOPBCGOV. INDICATED PLACES SHALLD EESPONSE CAUSE FOR REJECTION
ORG OR BY TELEPHONE AT OF THE BID. Bid responses are to be submitted to the Palm
Beach County Purchasing Department no later than the time
561-355-6680. indicated on the solicitation preamble,and must be submitted in
a sealed envelope or container bearing the bid number for
I. INCORPORATION, PRECEDENCE, JURISDICTION, proper handling.
GOVERNING LAW: This Invitation for Bid shall be included b. CERTIFICATIONS, LICENSES AND PERMITS: Unless
and incorporated in the final award. The order of contractual otherwise directed in sub-paragraph d.(Local Preference)or the
precedence shall be the bid document (original terms and Special Conditions of this bid, bidder should include with its bid
conditions),bid response,and purchase order or term contract a copy of all applicable Certificates of Competency issued by
order. Any and all legal action necessary to enforce the award the State of Florida or the Palm Beach County Construction
or the resultant contract shall be governed by the laws of the Industry Licensing Board in the name of the bidder shown on
State of Florida. Any legal action necessary to enforce the the bid response page. It shall also be the responsibility of the
award or the resultant contract will be held in a court of successful bidder to maintain a current Local Business Tax
competent jurisdiction located in Palm Beach County, Florida. Receipt(Occupational License)for Palm Beach County and all
m. LEGAL EXPENSES: The County shall not be liable to a bidder permits required to complete the contractual service at no
for any legal fees,court costs, or other legal expenses arising additional cost to Palm Beach County. A Palm Beach County
from the interpretation or enforcement of the contract,or from Local Business Tax Receipt(Occupational License)is required
any other matter generated by or relating to the contract. unless specifically exempted by law. In lieu of a Palm Beach
County Local Business Tax Receipt(Occupational License),the
n. NO THIRD PARTY BENEFICIARIES: No provision of the bidder should include the current Local Business Tax Receipt
Contract is intended to, or shall be construed to, create any (Occupational License)issued to the bidder in the response. It
third party beneficiary or to provide any rights to any person or is the responsibility of the successful bidder to ensure that all
Page 5
required certifications, licenses and permits are maintained in Bidders are required to submit with their bid the appropriate
force and current throughout the term of the contract. Failure to SBE-M/WBE schedules in order to be deemed responsive to the
meet this requirement shall be considered default of contract. SBE requirements. SBE-M/WBE documentation to be
submitted is as follows:
c. SBE BID DOCUMENT LANGUAGE
Schedule 1 — List of Proposed SBE and M/WBE
Item 1 -Policy Participation
It is the policy of the Board of County Commissioners of Palm This list shall contain the names of the SBE Prime SBE and
Beach County,Florida,that SBE(s)have the maximum practical subcontractors intended to be used in performance of the
opportunity to participate in the competitive process of supplying contract,if awarded. This schedule shall also be used if an SBE
goods, services and construction to the County. To that end, prime bidder is utilizing ANY subcontractors.
the Board of County Commissioners adopted a Small Business
Ordinance which is codified in Sections 2-80.21 through 2-80.34 (Only Job Order Contracting (JOC) contracts and Task
(as amended)of the Palm Beach County Code,which sets forth Authorizations for annual contracts may be excluded from
the County's requirements for the SBE program, and is this requirement.)
incorporated in this solicitation. Compliance with the
requirements contained in this section shall result in a bidder Schedule(s)2—Letter(s)of Intent to Perform as an SBE or
being deemed responsive to SBE requirements. The provisions M/WBE Subcontractor
of this Ordinance are applicable to this solicitation, and shall A Schedule 2 shall be completed by the SBE Prime. A Schedule
have precedence over the provisions of this solicitation in the 2 shall be completed and signed by the proposed SBE
event of a conflict. subcontractor listed on Schedule 1. SBE Primes and SBE
Although preferences will not be extended to certified M/WBEs, Subcontractors shall specify the type of work to be performed,
unless otherwise provided by law, businesses eligible for the cost and/or percentage. If the SBE intends to subcontract
certification as an M/WBE are encouraged to maintain their any portion of the job to another certified SBE,or non-SBE,they
certification in order to assist in the tracking of M/WBE are required to list the amount and the name of the
availability and awards of contracts to M/WBEs. This subcontractor on this form. The Prime may count toward its
information is vital to determining whether race and gender SBE goal second and third tiered SBE subcontractors;provided
neutral programs assist M/WBE firms or whether race and that the Prime submits a completed Schedule 2 form for each
gender preferences are necessary in order to address any SBE subcontractor. Additional sheets may be used as needed.
continued discrimination in the market. In lieu of a Schedule 2, a detailed responsive proposal may be
acceptable.
Item 2—SBE Goals
The County has established a minimum goal of 15% SBE Item 5—SBE Certification
participation for all County solicitations, inclusive of all Only those firms certified by Palm Beach County at the time of
alternates and change orders. This goal is a minimum, and no bid submission shall be counted toward the established SBE
rounding will be accepted. goals. Upon receipt of a complete application, IT TAKES UP
TO NINETY(90)DAYS TO BECOME CERTIFIED AS AN SBE
Item 3—Ranking of Responsive Bidders WITH PALM BEACH COUNTY. It is the responsibility of the
Bidders who meet the SBE goal will be deemed to be bidder to confirm the certification of any proposed SBE;
responsive to the SBE requirement. therefore, it is recommended that bidders visit the on-line
Vendor Directory at www.pbcgov.orq/osba to verify SBE
a. In evaluating competitive bids or quotes between $1,000 certification.
and one million dollars($1,000,000)where the low bidder
is non-responsive to the SBE requirement, the contract Item 6 — Counting SBE Participation (and M/WBE
shall be awarded to the low bidder responsive to the SBE Participation for Tracking Purposes)
requirement as long as the bid does not exceed the low bid
amount by 10%. In the event there are no bidders a. Once a firm is determined to be an eligible SBE according
responsive to the SBE requirement, the contract shall be to the Palm Beach County certification procedures, the
awarded to the bidder with the greatest SBE participation County or the Prime may count toward its SBE goals only
in excess of seven percent(7%) participation, as long as that portion of the total dollar value of a contract performed
the bid does not exceed the low bid amount by ten percent by the SBE. Prior to issue,total dollar value of a contract
(10%). will be determined by the PBC user department by defining
factors to be considered as value. Total dollar value of
b. In evaluating bids in excess of one million dollars retail contracts shall be determined by Gross Receipts
($1,000,000), where the low bidder is non-responsive to
the SBE requirement,the contract shall be awarded to the b. The County may count toward its SBE goals the total value
low bidder responsive to the SBE requirements provided of a contract awarded to an eligible SBE firm that
that such bid does not exceed the lowest responsive bid subsequently is decertified or whose certification has
by more than one hundred thousand dollars ($100,000) expired after a contract award date or during the
plus three percent (3%) of the total bid in excess of one performance of the contract.
million dollars ($1,000,000). In the event there are no
bidders responsive to the SBE goal, the contract shall be c. The County or Prime may count toward its SBE goal a
awarded to the bidder with the greatest SBE participation portion of the total dollar value of a contract with a joint
in excess of seven percent (7%) participation, provided venture,eligible under the standards for certification,equal
that such bid does not exceed the lowest responsive bid to the percentage of the ownership and control of the SBE
by more than one hundred thousand dollars ($100,000) partner in the joint venture.
plus three percent (3%) of the total bid in excess of one
million dollars($1,000,000). d The County or Prime may count toward its SBE goal the
entire expenditures for materials and equipment
Item 4—Bid Submission Documentation purchased by an SBE subcontractor, provided that the
SBE bidders,bidding as prime contractors,are advised that they SBE subcontractor has the responsibility for the installation
must complete Schedule 1 and Schedule 2, listing the work to of the purchased materials and equipment.
be performed by their own workforce,as well as the work to be
performed by any SBE subcontractor. Failure to include this e. The County or Prime may count the entire expenditure to
information on Schedule 1 will result in the participation by the an SBE manufacturer (i.e., a supplier / distributor that
SBE prime bidders own workforce NOT being counted towards produces goods from raw materials or substantially alters
meeting the SBE goal. This requirement applies even if the SBE the goods before resale).
contractor intends to perform 100% of the work with their own
workforce.
Page 6
f The County or Prime may count sixty percent(60%)of its decreased by 5%. The original bid amount is not changed.
expenditure to SBE suppliers / distributors that are not The 5%decrease given for the Glades Local Preference is
manufacturers calculated only for the purpose of determining local
preference.
g. The County or Prime may count toward its SBE goal 2. Local Preference: Pursuant to the Palm Beach County
second and third tiered SBE subcontractors;provided that Local Preference Ordinance, a 5% Local Preference is
the Prime submits a completed Schedule 2 form for each given to bidders having a permanent place of business in
SBE subcontractor. Palm Beach County. If the lowest responsive,responsible
bidder is a non-local business; all bids received from
h. The County or Prime may only count toward its SBE goal responsive, responsible local businesses will be
the goods and services in which the SBE is certified and decreased by 5%. The original bid amount is not changed.
performs with its own forces. The 5% decrease given for the Local Preference is
calculated only for the purpose of determining local
Item 7—Responsibilities After Contract Award preference.
3. To receive a Glades Local Preference or a Local
Schedule 3—SBE-M/WBE Activity Form Preference (collectively referred to as "local preference"),
This form shall be submitted by the prime contractor with each a bidder must have a permanent place of business in
payment application when SBE subcontractors are utilized in existence prior to the County's issuance of this Notice of
the performance of the contract. This form shall contain the Solicitation / Invitation for Bid. A permanent place of
names of all SBE subcontractors, specify the subcontracted business means that the bidder's headquarters is located
dollar amount for each subcontractor and show amount drawn in Palm Beach County or in the Glades, as applicable; or,
and payments to date issued to subcontractors. This form is the bidder has a permanent office or other site in Palm
intended to be utilized on all non-professional services Beach County or in the Glades, as applicable, where the
contracts. bidder will produce a substantial portion of the goods or
services to be purchased. A valid Business Tax Receipt
Schedule 4—SBE-M/WBE Payment Certification issued by the Palm Beach County Tax Collector is
A Schedule 4 for each SBE sub shall be completed and signed required,unless the bidder is exempt from the business tax
by the proposed SBE after receipt of payment from the Prime. receipt requirement by law, and will be used to verify that
If a SBE subcontractor intends to disburse any funds associated the bidder had a permanent place of business prior to the
with this payment to any subcontractor for labor provided on this issuance of this Notice of Solicitation/Invitation for Bid. In
contract, the amount and name of the subcontractor must be addition, the attached "Certification of Business Location"
listed on this form. In addition, if the named subcontractor is a and Business Tax Receipt must accompany the bid at the
certified SBE,then a Schedule 4 shall be completed and signed time of bid submission. The Palm Beach County Business
by the named SBE after receipt of payment from the SBE Tax Receipt and this Certification are the sole determinant
subcontractor. When applicable, the Prime shall submit this of local preference eligibility. Errors in the completion of
form with each application submitted to the County for payment this Certification or failure to submit this completed
to document payment issued to a sub in the performance of the Certification will cause the bidder/proposer to not receive
contract. a local preference.
All bidders hereby assure that they will meet the SBE e. DRUG FREE WORKPLACE CERTIFICATION: In compliance
participation percentages submitted in their respective bids with with Florida Statute(Section 287.087)attached form"Drug-Free
the subcontractors contained on Schedules 1 and 2 and at the Workplace Certification"should be fully executed and submitted
dollar values specified. Bidders agree to provide any additional with bid response in order to be considered for a preference
information requested by the County to substantiate whenever two(2)or more bids which are equal with respect to
participation. price,quality,and service are received by Palm Beach County.
The successful bidder shall submit an SBE-M/WBE Activity f. CONDITIONED OFFERS: Bidders are cautioned that any
Form (Schedule 3) and SBE-M/WBE Payment Certification condition, qualification, provision,or comment in their bid,or in
Forms (Schedule 4)with each payment application. Failure to other correspondence transmitted with their bid, which in any
provide these forms may result in a delay in processing payment way modifies, takes exception to, or is inconsistent with the
or disapproval of the invoice until they are submitted. The SBE- specifications, requirements,or any of the terms,conditions,or
M/WBE Activity Form is to be filled out by the Prime Contractor provisions of this solicitation, is sufficient cause for the rejection
and the SBE-M/WBE Payment Certification Forms are to be of their bid as non-responsive.
executed by the SBE or M/WBE firm to verify receipt of
payment. g. PRICING:
Item 8—SBE Substitutions 1. Prices offered must be the price for new merchandise and
After contract award,the successful bidder will only be permitted free from defect. Unless specifically requested in the bid
to replace a certified SBE subcontractor who is unwilling or specifications,any bids containing modifying or escalation
unable to perform. Such substitution must be done with other clauses shall be rejected.
certified SBE's in order to maintain the SBE percentages 2. The price offered must be in accordance with the unit of
submitted with the bid. Requests for substitutions must be measure provided on the bid response page(s). One (1)
submitted to the user Department and OSBA. space or line requires only one(1)single,fixed unit price.
Anything other than a single,fixed unit price shall result in
d. LOCAL PREFERENCE ORDINANCE: In accordance with the the rejection of your bid.
Palm Beach County Local Preference Ordinance, a preference 3. All unit prices bid should be within two(2)decimal points. •
may be given to (1) bidders having a permanent place of If bidder's pricing exceeds two (2) decimal points,
business in Palm Beach County or (2) bidders having a Purchasing reserves the right to round up or down
permanent place of business in the Glades that are able to accordingly.
provide the goods or services within the Glades. 4. Bidder warrants by virtue of bidding that prices shall remain
firm for a period of ninety (90) days from the date of bid
1 Glades Local Preference: Pursuant to the Palm Beach submission to allow for evaluation and award.
County Local Preference Ordinance, a 5% Glades Local 5. Bidder warrants by virtue of bidding that prices shall remain
Preference is given when a Glades business offers to firm for the initial and any subsequent term.
provide the goods or services that will be procured for use 6. In the event of mathematical error(s), the unit price shall
in the Glades. If the lowest responsive,responsible bidder prevail and the bidder's total offer shall be corrected
is a non-Glades business, all bids received from accordingly. BIDS HAVING ERASURES OR
responsive, responsible Glades businesses will be CORRECTIONS MUST BE INITIALED BY THE BIDDER
Page 7
PRIOR TO BID SUBMISSION. IF THE CORRECTION IS shall constitute breach of contract and subject the bidder to
NOT PROPERLY INITIALED, OR IF THE INTENT OR sanctions from doing further business with the County.
LEGIBILITY OF THE CORRECTION IS NOT CLEAR,
THE BID SHALL BE REJECTED. m. SALES PROMOTIONS / PRICE REDUCTIONS 1 MOST
7. Bidders may offer a cash discount for prompt payment. FAVORED CUSTOMER: Should sales promotions occur
However, such discounts shall not be considered in during the term of the contract that lower the price of the
determining the lowest net cost for bid evaluation purposes procured item,the successful bidder shall extend to the County
unless otherwise specified in the special conditions. the lower price offered by the manufacturer on any such
Bidders should reflect any discounts to be considered in promotional item. Further, any price decreases effectuated
the unit prices bid. during the contract period by reason of market change or
otherwise, shall be passed on to Palm Beach County.
h. SUBMITTING NO BID or NO CHARGE: Bidders not wishing to Additionally, anytime after award, the successful bidder may
bid on some items sought by this solicitation should mark those offer a reduced price which shall remain in effect for the duration
items as"no bid". If some items are to be offered at no charge, of the contract. The successful bidder warrants that the price(s)
bidders should mark those items as "no charge". Items left shall not exceed the successful bidder's price(s)extended to its
blank shall be considered a "no bid" for that item, and the bid most favored customer for the same or similar goods or services
shall be evaluated accordingly. in similar quantities, or the current market price, whichever is
lower. In the event the successful bidder offers more favorable
i. ACCEPTANCE/REJECTION OF BIDS: Palm Beach County pricing to one of its customer(s), the successful bidder shall
reserves the right to accept or to reject any or all bids. Palm extend to the County the same pricing or the then current market
Beach County also reserves the right to (1) waive any non- price,whichever is lower.
substantive irregularities and technicalities; (2)reject the bid of
any bidder who has previously failed in the proper performance 4. BID SUBMISSION TIME/AWARD OF BID
of a contract of a similar nature, who has been suspended or
debarred by another governmental entity, or who is not in a a. OBSERVING THE PUBLISHED BID SUBMISSION TIME: The
position to perform properly under this award;and(3)inspect all published bid submission time shall be scrupulously
facilities of bidders in order to make a determination as to its observed. It is the sole responsibility of the bidder to ensure
ability to perform. that their bid arrives in the Purchasing Department prior to the
Palm Beach County reserves the right to reject any offer or bid published bid submission time. Any bid delivered after the
if the prices for any line items or subline items are materially precise published time of bid submission shall not be
unbalanced. An offer is materially unbalanced if it is considered, and shall be returned to the bidder unopened if
mathematically unbalanced,and if there is reason to believe that bidder identification is possible without opening. Bid responses
the offer would not result in the lowest overall cost to the County, by telephone, electronics, or facsimile shall not be
even though it is the lowest evaluated offer. An offer is accepted. Bidders shall not be allowed to modify their bids after
mathematically unbalanced if it is based on prices which are the published bid submission time.
significantly less than fair market price for some bid line item
and significantly greater than fair market price for other bid line b. POSTING OF AWARD RECOMMENDATION: Recommended
items. Fair market price shall be determined based on industry awards shall be publicly posted for review, at the Purchasing
standards, comparable bids or offers, existing contracts, or Department and on the Purchasing Department website at
other means of establishing a range of current prices for which www.pbcgov.orq/purchasinq prior to final approval, and shall
the line items may be obtained in the market place. The remain posted for a period of five(5)business days. The official
determination of whether a particular offer or bid is materially posting on the Purchasing Department website shall prevail if a
unbalanced shall be made in writing by the Purchasing Director, discrepancy exists between the referenced listings.
citing the basis for the determination.
c. PROTEST PROCEDURE: Protest procedures are provided in
j. NON-EXCLUSIVE: The County reserves the right to acquire the Palm Beach County Purchasing Code. Protests must be
some or all of these goods and services through a State of submitted in writing, addressed to the Director of Purchasing,
Florida contract under the provisions of Section 287.042,Florida via hand delivery, mail or fax to(561)242-6705. Protest must
Statutes, provided the State of Florida contract offers a lower identify the solicitation,specify the basis for the protest, and be
price for the same goods and services. This reservation applies received by the Purchasing Department within five(5)business
both to the initial award of this solicitation and to acquisition after days of the posting date of the recommended award. The
a term contract may be awarded. Additionally, Palm Beach protest is considered filed when it is received by the Purchasing
County reserves the right to award other contracts for goods and Department. Failure to file protest as outlined in the Palm Beach
services falling within the scope of this solicitation and resultant County Purchasing Code shall constitute a waiver of
contract when the specifications differ from this solicitation or proceedings under the referenced County Code.
resultant contract, or for goods and services specified in this
solicitation when the scope substantially differs from this 5. CONTRACT ADMINISTRATION
solicitation or resultant contract.
a. DELIVERY AND ACCEPTANCE: Deliveries of all items shall
k. OFFER EXTENDED TO OTHER GOVERNMENTAL be made as soon as possible. Deliveries resulting from this bid
ENTITIES: Palm Beach County encourages and agrees to the are to be made during the normal working hours of the County.
successful bidder extending the pricing,terms and conditions of Time is of the essence and delivery dates must be met. Should
this solicitation or resultant contract to other governmental the successful bidder fail to deliver on or before the stated dates,
entities at the discretion of the successful bidder. the County reserves the right to CANCEL the order or contract
and make the purchase elsewhere. The successful bidder shall
I. PERFORMANCE DURING EMERGENCY: By submitting a bid, be responsible for making any and all claims against carriers for
bidder agrees and promises that,immediately preceding,during missing or damaged items.
and after a public emergency, disaster, hurricane,flood, or act
of God, Palm Beach County shall be given"first priority"for all Delivered items shall not be considered "accepted" until an
goods and services under the contract. Bidder agrees to authorized agent for Palm Beach County has, by inspection or
provide all goods and services to Palm Beach County test of such items, determined that they appear to fully comply
immediately preceding. during and after a public emergency, with specifications. The Board of County Commissioners may
disaster,hurricane,flood,or act of God,at the terms,conditions, return,at the expense of the successful bidder and for full credit,
and prices as provided in this solicitation on a 'first priority" any item(s) received which fail to meet the County's
basis. Bidder shall furnish a 24-hour phone number to the specifications or performance standards.
County. Failure to provide the goods or services to the County
on a first priority basis immediately preceding, during and after b. FEDERAL AND STATE TAX: Palm Beach County is exempt
a public emergency, disaster, hurricane, flood, or act of God, from Federal and State taxes. The authorized agent for
Page 8
Purchasing shall provide an exemption certificate to the f. TERMINATION FOR CONVENIENCE: The Director of
successful bidder, upon request. Successful bidders are not Purchasing may, whenever the interests of the County so
exempted from paying sales tax to their suppliers for materials require, terminate the contract, in whole or in part, for the
to fulfill contractual obligations with the County, nor are convenience of the County. The Director of Purchasing shall
successful bidders authorized to use the County's Tax give five (5) days prior written notice of termination to the
Exemption Number in securing such materials. Any sales tax successful bidder, specifying the portions of the contract to be
paid by successful bidders to their suppliers for materials to fulfill terminated and when the termination is to become effective. If
contractual obligations with the County are not reimbursable by only portions of the contract are terminated, the successful
the County to the successful bidder. bidder has the right to withdraw, without adverse action, from
the entire contract.
c. PAYMENT: In order for Palm Beach County to make payment,
the Vendor's Legal Name; Vendor's Address; and Vendor's Unless directed differently in the notice of termination, the
TIN/FEIN Number on the successful bidder's bid; must be successful bidder shall incur no further obligations in connection
exactly the same as it appears on the invoice and in Palm Beach with the terminated work, and shall stop work to the extent
County's VSS system which can be accessed at specified and on the date given in the notice of termination.
https://pbcvssp.co.palm-beach.fl.uslwebapplvssplAltSelfService. Additionally, unless directed differently, the successful bidder
shall terminate outstanding orders and/or subcontracts related
Successful bidders shall send ALL ORIGINAL invoices to the to the terminated work.
following address and may send copies of invoices to the Palm
Beach County Department requesting the g. REMEDIES: No remedy herein conferred upon any party is
goods/services. Invoices submitted on carbon paper shall not intended to be exclusive of any other remedy, and each and
be accepted. every such remedy shall be cumulative and shall be in addition
to every other remedy given hereunder now or hereafter existing
PALM BEACH COUNTY at law,or in equity, by statute or otherwise. No single or partial
FINANCE DEPT. exercise by any party of any right,power,or remedy hereunder
P.O.BOX 4036 shall preclude any other or further exercise thereof.
WEST PALM BEACH,FL 33402-4036
6. PALM BEACH COUNTY OFFICE OF THE INSPECTOR GENERAL
Payment shall be made by the County after goods / services AUDIT REQUIREMENTS: Pursuant to Palm Beach County Code,
have been received, accepted and properly invoiced as Section 2-421 —2-440,as amended, Palm Beach County's Office of
indicated in the contract and/or order. Invoices must bear the Inspector General is authorized to review past,present and proposed
order number. The Florida Prompt Payment Act is applicable to County contracts, transactions, accounts, and records. The
this solicitation.Interest penalties will only be paid in accordance Inspector General's authority includes,but is not limited to,the power
with the Florida Prompt Payment Act,Florida Statute 218.70. to audit, investigate, monitor, and inspect the activities of entities
Note: Palm Beach County Vendors can now be paid by contracting with the County,or anyone acting on their behalf,in order
Credit Card via the County's voluntary Payment Manager to ensure compliance with contract requirements and to detect
Program. For vendors who don't have a merchant account, corruption and fraud Failure to cooperate with the Inspector General
one is needed to utilize the Program. For vendors with a or interfering with or impeding any investigation shall be a violation of
merchant account, you will need to enroll with the Palm Beach Palm Beach County Code, Section 2-421 — 2-440, and punished
County Clerk & Comptroller's office. For information, contact pursuant to Section 125.69,Florida Statutes,in the same manner as
the Palm Beach County Clerk & Comptroller at a second degree misdemeanor.
pbcpaymentmor(a)mvpalmbeachclerk.com
7. BUSINESS INFORMATION: If bidder is a Joint Venture for the
d. CHANGES: The Director of Purchasing, Palm Beach County, goods/services described herein,bidder shall,upon request of Palm
by written notification to the successful bidder may make minor Beach County,provide a copy of the Joint Venture Agreement signed
changes to the contract terms. Minor changes are defined as by all parties.
modifications which do not significantly alter the scope, nature,
or price of the specified goods or services. Typical minor
changes include,but are not limited to,place of delivery,method THIS IS THE END OF"GENERAL CONDITIONS"
of shipment, minor revisions to customized work specifications,
and administration of the contract. The successful bidder shall
not amend any provision of the contract without written
notification to the Director of Purchasing, and written
acceptance from the Director of Purchasing or the Board of
County Commissioners.
e. DEFAULT: The County may, by written notice of default to the
successful bidder, terminate the contract in whole or in part if
the successful bidder fails to satisfactorily perform any
provisions of this solicitation or resultant contract, or fails to
make progress so as to endanger performance under the terms
and conditions of this solicitation or resultant contract, or
provides repeated non-performance, or does not remedy such
failure within a period of 10 days(or such period as the Director
of Purchasing may authorize in writing) after receipt of notice
from the Director of Purchasing specifying such failure. In the
event the County terminates the contract in whole or in part
because of default of the successful bidder, the County may
procure goods and/or services similar to those terminated,and
the successful bidder shall be liable for any excess costs
incurred due to this action.
If it is determined that the successful bidder was not in default
or that the default was excusable (e.g., failure due to causes
beyond the control of, or without the fault or negligence of, the
successful bidder),the rights and obligations of the parties shall
be those provided in Section 5f,"Termination for Convenience".
Page 9
SPECIAL CONDITIONS
8. GENERAL/SPECIAL CONDITION PRECEDENCE
In the event of conflict between General Conditions and Special Conditions, the provisions of the Special Conditions shall have
precedence.
9. QUALIFICATION OF BIDDERS
This bid shall be awarded only to a responsive and responsible bidder, qualified to provide the goods and/or service specified.
The bidder shall, upon request, promptly furnish the County sufficient evidence in order to confirm a satisfactory performance
record. Such information may include an adequate financial statement of resources, the ability to comply with required or
proposed delivery or performance schedule, a satisfactory record of integrity and business ethics, the necessary organization,
experience, accounting and operation controls, and technical skills, and be otherwise qualified and eligible to receive an award
under applicable laws and regulations.
The bidder should submit the following information with their bid response; however, if not included, it shall be the responsibility
of the bidder to submit all evidence, as solicited, within a timeframe specified by the County (normally within two working days
of request). Failure of a bidder to provide the required information within the specified time frame is considered sufficient cause
for rejection of their bid. Information submitted with a previous bid shall not satisfy this provision.
A. The bidder, if not the manufacturer, must provide written evidence executed by the manufacturer, stating that the
bidder is, in fact, an authorized dealer/distributor/reseller of the manufacturer.
10. AWARD (ITEM-BY-ITEM)
Palm Beach County shall award this bid to the lowest, responsive, responsible bidder on an item-by-item basis. The County
reserves the right to reject bids which would result in an award which is financially disadvantageous to the County. An award
may be considered financially disadvantageous when it would result in an award to a bidder for less than $1,000, or when it
would result in awards of multiple small fragments. This policy is predicated on avoidance of increased administrative costs
and operational complexity.
11. CATALOGS, PRICE LIST(S), ETC.
Upon request, the successful bidder shall supply at no charge current catalogs for all awarded manufacturers. The successful
bidder shall update and keep all catalogs throughout the term of the contract. When a revision to the manufacturer's catalog
occurs which includes the addition of new products within the scope of this solicitation, the discount and net price of the new
products must be equal to or better than the discount and price of items originally included in this solicitation.
Upon award, the successful bidder shall supply one copy of the appropriate catalog(s)to:
Palm Beach County Finance Department
Supervisor, Pre-Audit Division
P.O. Box 4036
West Palm Beach, Florida 33402-4036
(561) 355-3011
Note: All Catalogs shall clearly identify the term contract number and the successful bidder's name, address and telephone
number. Additionally, catalogs, if not the manufacturer, will not satisfy this requirement.
12. INVOICES
When invoicing the County for goods purchased under this solicitation, the successful bidder must provide complete, accurate
invoices which must include for every item purchased a unique catalog number, a definitive description, the catalog/list price,
and the invoiced price. If the applicable catalog does not provide unique numbers,the description of the item must be sufficiently
accurate to specifically identify the goods provided to the County. Example: Invoice shall include:
Item# Description Part# List Price Discount Discount Pricegyt Total
1. Sony speaker #123 $50.00 50% $25.00 3 $75.00
13. AUDIT
All items sold to Palm Beach County as a result of this bid award are subject to post sale audit adjustment. In the event an
audit indicates the successful bidder has not honored quoted price lists and discounts, the successful bidder shall be liable for
any and all overage charges, and may be considered in default of the contract.
Page 10
14. METHOD OF ORDERING (TERM CONTRACT)
A contract shall be issued for a term of sixty (60) months or until the estimated amount is expended, at the discretion of the
County. The County will order on an "as needed" basis.
15. F.O.B. POINT
The F.O.B. point shall be destination. Exact delivery point will be indicated on the term contract delivery order (DO). Bid
responses showing other than F.O.B. destination shall be rejected. Bidder retains title and assumes all transportation charges,
responsibility, liability and risk in transit, and shall be responsible for the filing of claims for loss or damages.
16. DELIVERY
Delivery shall be required within four (4) calendar days after receipt of term contract delivery order (DO) for stock items and
ten (10) calendar days for non-stock items, unless a modified delivery date has been requested by the successful bidder and
approved in writing by the Purchasing Director or his/her designee. Failure of the successful bidder to perform to the delivery
requirement, is sufficient cause for default and termination of the contract.
17. AS SPECIFIED
A term contract delivery order(DO)will be issued to the successful bidder with the understanding that all items delivered must
meet the specifications herein. Palm Beach County will return, at the expense of the successful bidder, items not delivered as
specified.
18. ESTIMATED EXPENDITURES
The anticipated term of the contract to be awarded as a result of this bid is for sixty (60) months. The anticipated value during
the contract term is $4,905,000. Palm Beach County reserves the right to increase or decrease the anticipated value as
necessary to meet actual requirements, and to rebid for the contracted goods and services at any time after the anticipated
value of the contract has been reached, notwithstanding that the anticipated term has not been completed.
19. BRAND / MANUFACTURER REFERENCED
Only the referenced manufacturer will be considered. Bids will be considered only from manufacturers or their authorized
dealer/distributor/reseller. Authorized dealers/distributors/resellers must regularly maintain an adequate stock of materials
normally required to meet the requirements of this bid.
20. WARRANTY
The successful bidder shall furnish factory/manufacturer warranty on all items furnished hereunder against defect in materials
and/or workmanship. The factory/manufacturer warranty shall become effective on the date of delivery and acceptance by
Palm Beach County. Should any defect in materials or workmanship, excepting ordinary wear and tear, appear during the
above stated warranty period, the successful bidder shall repair or replace same at no cost to Palm Beach County.
21. PACKAGING/SHIPPING LABELS
Each carton, case, and/or package delivered as a result of the contract shall include a shipping label and packing slip. Each
shipping label shall specify the Purchase Order number, and the carton/case/package number per total number of
cartons/cases/packages shipped for the order. Each packing slip (and all required copies) shall specify the successful bidders
name, part number, part description, and the quantity for each part delivered. Parts delivered in the original manufacturer's
cartons/cases/packages are acceptable, and each carton/case/package shall be labeled or marked with specific information
including but not limited to manufacturer's name, part number, product type and style, brand name, size, weight, dimensions,
compositional materials, and carton/case/package quantity.
22. TERMINATION OF RELATIONSHIP WITH MANUFACTURER
In the event the successful bidder's relationship as an authorized representative of a particular manufacturer's line is terminated
by the manufacturer, a notice of termination shall be supplied, in writing, to the Purchasing Department. Supporting
documentation from the manufacturer, terminating their relationship with the successful bidder, shall be included. If notification
is not provided to the Purchasing Department as outlined above, the successful bidder may face termination from the contract
and possible sanctions of being suspended from doing business with the County for up to two (2) years.
Page 11
SPECIFICATIONS
IFB #18-091/HS
HVAC EQUIPMENT, PARTS AND SUPPLIES, OEM, PURCHASE, TERM CONTRACT
PURPOSE AND INTENT
The sole purpose and intent of this Invitation for Bid (IFB) is to secure a single fixed percentage discount or a single fixed
percentage markup from the current price list(s) offered herein, and establish a term contract for the purchase of Heating,
Ventilation and Air Conditioning (HVAC) equipment, parts and supplies for Palm Beach County.
GENERAL
The single fixed percentage discount or markup offered on the bid response page(s) shall apply to all items within the price
list(s).
The same single fixed percentage discount or markup shall apply for both delivered and items picked up by authorized County
personnel at the successful bidder's place of business.
Only those manufacturers listed will be considered.
The part numbers listed as "a" and "b" on the response pages are for evaluation purposes only, and are not the sole items to
be ordered.
Palm Beach County will accept NO minimum order requirements.
Bidders are cautioned to calculate their discount or markup carefully. Separate shipping charges are not allowed under the
contract, and shall be taken into consideration when offering your discount or markup.
NOTE: It is understood that current manufacturer's price lists are subject to change; however,
percentages shall remain fixed. No extra charges or compensation will be allowed under the contract.
COUNTY'S RESPONSIBILITIES
The County shall order on an as needed basis.
SUCCESSFUL BIDDER'S RESPONSIBILITIES
The successful bidder shall be bound by all terms, conditions and specifications of this solicitation.
COUNTY ACCEPTANCE
Delivered items shall not be considered "accepted" until an authorized agent for the County has, by inspection or test of such
items, determined that they appear to fully comply with specifications.The County may return, at the expense of the successful
bidder and for full credit, any item(s) received which fail to meet the County's specifications or performance standards.
PAYMENT
Payment is based on the single fixed percentage discount provided on the bid response page(s). Payment shall be rendered
ONLY upon the County's satisfaction and acceptance of items delivered or picked up. Price shall include, but is not limited to,
all shipping, supervision, labor, equipment, materials, tools, machinery, transportation/delivery, travel, fuel, mileage,
mobilization, demobilization or any/all incidental expenses and other facilities and services necessary to fully and completely
provide the item(s) as specified herein. No additional compensation shall be offered or paid.
Page 12
BID RESPONSE
IFB #18-091/HS
HVAC EQUIPMENT, PARTS AND SUPPLIES, OEM, PURCHASE, TERM CONTRACT
SINGLE FIXED
ITEM MANUFACTURER PRICE LIST TYPE PERCENTAGE DISCOUNT
NO. OR
MARKUP OFFERED
CHECK APPLICABLE PRICE LIST: APPLY PERCENTAGE TO
EITHER THE DISCOUNT OR
MSRP MARKUP BELOW:
1. BARD DEALER
JOBBER ( - ) DISCOUNT 0/0
CATALOG OR
OTHER
(Specify) ( + ) MARKUP
ITEM EVALUATION ITEM ITEM PRICE + -DISCOUNT OR FINAL ITEM PRICE
NO. MARKUP
Part#8105-066 0 $
1a. +OR Motor,Bard, 1/3 HP,825 RPM,230V /o
1 b. Part#8201-088 $ +OR- % $
Module,Bard compressor module
TOTAL OFFER ITEM #1 (1a + 1b): $
SINGLE FIXED
ITEM MANUFACTURER PRICE LIST TYPE PERCENTAGE DISCOUNT
NO. OR
MARKUP OFFERED
CHECK APPLICABLE PRICE LIST: APPLY PERCENTAGE TO
EITHER THE DISCOUNT OR
MSRP MARKUP BELOW:
2. DAIKIN (GOODMAN) DEADISCOUNT
JOBBER (
CATALOG OR
OTHER
(Specify) ( + ) MARKUP
ITEM EVALUATION ITEM ITEM PRICE + -DISCOUNT OR FINAL ITEM PRICE
NO. MARKUP
2a. Part#ZR48K5ETF5800 $ +OR- % $
Compressor,Goodman
2b
Part#P140149 $ +OR-
% $
Coil,Goodman evaporator, up flow/down flow
TOTAL OFFER ITEM #2 (2a + 2b): $
All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two(2)decimal points,Purchasing reserves the right to round up or
down accordingly
Continued...
Firm Name:
Page 13
BID RESPONSE
IFB #18-091/HS
HVAC EQUIPMENT, PARTS AND SUPPLIES, OEM, PURCHASE, TERM CONTRACT
SINGLE FIXED
ITEM MANUFACTURER PRICE LIST TYPE PERCENTAGE DISCOUNT
NO. OR
MARKUP OFFERED
CHECK APPLICABLE PRICE LIST: APPLY PERCENTAGE TO
EITHER THE DISCOUNT OR
MSRP MARKUP BELOW:
3. DAIKIN (MCQUAY) DEADISCOUNT
JOBBER (
CATALOG OR
OTHER
(Specify) ( + ) MARKUP
ITEM EVALUATION ITEM ITEM PRICE + -DISCOUNT OR FINAL ITEM PRICE
NO. MARKUP
Part#330293901 0 $
3a. +OR Motor, Daikin,2HP, 1140 RPM,460/60/3 /o
Part#193414602 0 $
3b. + OR-
Sensor,Daikin temperature sensor,thermal, 236"
TOTAL OFFER ITEM #3 (3a + 3b): $
SINGLE FIXED
ITEM MANUFACTURER PRICE LIST TYPE PERCENTAGE DISCOUNT
NO. OR
MARKUP OFFERED
CHECK APPLICABLE PRICE LIST: APPLY PERCENTAGE TO
EITHER THE DISCOUNT OR
MSRP MARKUP BELOW:
4. FRIEDRICH DEADISCOUNT
JOBBER (
CATALOG OR
OTHER
(Specify) ( + ) MARKUP %
ITEM EVALUATION ITEM ITEM PRICE + -DISCOUNT OR FINAL ITEM PRICE
NO. MARKUP
Part#EM18N34A o $
4a. +OR A/C Unit,Friedrich 17,500 BTU,208/230V /o
Part#YS12N33C o $
4b. + OR A/C Unit,Friedrich 12,000 BTU /o
TOTAL OFFER ITEM #4 (4a +4b): $
All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two(2)decimal points,Purchasing reserves the right to round up or
down accordingly.
Continued...
Firm Name:
Page 14
BID RESPONSE
IFB #18-091/HS
HVAC EQUIPMENT, PARTS AND SUPPLIES, OEM, PURCHASE, TERM CONTRACT
SINGLE FIXED
ITEM MANUFACTURER PRICE LIST TYPE PERCENTAGE DISCOUNT
NO. OR
MARKUP OFFERED
CHECK APPLICABLE PRICE LIST: APPLY PERCENTAGE TO
EITHER THE DISCOUNT OR
MSRP MARKUP BELOW:
5. HOSHIZAKI DEADISCOUNT 0/0
JOBBER (
CATALOG OR
OTHER
(Specify) ( + )MARKUP cyo
ITEM EVALUATION ITEM ITEM PRICE + -DISCOUNT OR FINAL ITEM PRICE
NO. MARKUP
Part#PA0613
5a. Assembly,Hoshizaki water pump $ +OR- % $
assembly
5b. Part#2A3476-01 $ + OR- % $
Condenser, Hoshizaki condenser
TOTAL OFFER ITEM #5 (5a + 5b): $__
SINGLE FIXED
ITEM MANUFACTURER PRICE LIST TYPE PERCENTAGE DISCOUNT
NO. OR
MARKUP OFFERED
CHECK APPLICABLE PRICE LIST: APPLY PERCENTAGE TO
EITHER THE DISCOUNT OR
MSRP MARKUP BELOW:
6. INGERSOLL RAND (TRANE) DEADISCOUNT
JOBBER (' )
CATALOG OR
OTHER
(Specify) ( + )MARKUP
ITEM EVALUATION ITEM ITEM PRICE + -DISCOUNT OR FINAL ITEM PRICE
NO. MARKUP
6a. Part#ACT-0399 $ +OR- % $
Actuator,Trane 24V,non-spring return
Part#MOT-5418 0 $
6b. +OR-
Motor,Trane condenser fan,%HP,208/230V $ /o
TOTAL OFFER ITEM #6 (6a + 6b): $
All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two(2)decimal points,Purchasing reserves the right to round up or
down accordingly.
Continued...
Firm Name:
Page 15
BID RESPONSE
IFB #18-091/HS
HVAC EQUIPMENT, PARTS AND SUPPLIES, OEM, PURCHASE, TERM CONTRACT
SINGLE FIXED
ITEM MANUFACTURER PRICE LIST TYPE PERCENTAGE DISCOUNT
NO. OR
MARKUP OFFERED
CHECK APPLICABLE PRICE LIST: APPLY PERCENTAGE TO
EITHER THE DISCOUNT OR
MSRP MARKUP BELOW:
7. KELE DEALER
JOBBER (- ) DISCOUNT 0/0
CATALOG OR
OTHER
(Specify) (+ )MARKUP
ITEM EVALUATION ITEM ITEM PRICE + -DISCOUNT OR FINAL ITEM PRICE
NO. MARKUP
Part#GMD20D o $
7a. + OR Sensor,Kele CO2 duct sensor /o
Part#UCS 121-H
7b. Control Module, Kele sequence control $ + OR- % $
module,single state
TOTAL OFFER ITEM #7 (7a + 7b): $
SINGLE FIXED
ITEM MANUFACTURER PRICE LIST TYPE PERCENTAGE DISCOUNT
NO. OR
MARKUP OFFERED
CHECK APPLICABLE PRICE LIST: APPLY PERCENTAGE TO
EITHER THE DISCOUNT OR
MSRP MARKUP BELOW:
8 KMC CONTROLS INC. DEALER
0/0
(KREUTER CONTROLS) JOBBER ( ) DISCOUNT
CATALOG OR
OTHER
(Specify) ( + ) MARKUP
ITEM EVALUATION ITEM ITEM PRICE + -DISCOUNT OR FINAL ITEM PRICE
NO. MARKUP
8a. Part#SSS-1005 $ +OR- % $
Sensor,KMC differential pressure sensor
Part#MCP-80315101
8b. Actuator, KMC Damper actuator,8 to 13 $ + OR- % $
psi spring range
TOTAL OFFER ITEM #8 (8a + 8b): $
All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two(2)decimal points,Purchasing reserves the right to round up or
down accordingly
Continued...
Firm Name:
Page 16
BID RESPONSE
IFB #18-091/HS
HVAC EQUIPMENT, PARTS AND SUPPLIES, OEM, PURCHASE, TERM CONTRACT
SINGLE FIXED
ITEM MANUFACTURER PRICE LIST TYPE PERCENTAGE DISCOUNT
NO. OR
MARKUP OFFERED
•
CHECK APPLICABLE PRICE LIST: APPLY PERCENTAGE TO
EITHER THE DISCOUNT OR
MSRP MARKUP BELOW:
9. LUX PRODUCTS CORP. DEADISCOUNT
JOBBER (
CATALOG OR
OTHER
(Specify) ( + ) MARKUP %
ITEM EVALUATION ITEM ITEM PRICE + -DISCOUNT OR FINAL ITEM PRICE
NO. MARKUP
Part#PSD111
9a. Thermostat,LUX non-programmable, 1H/1C $ + OR- % $
single stage
Part#PSP722E
9b. Thermostat,LUX programmable,2H/2C,dual $ + OR- % $
stage
TOTAL OFFER ITEM #9 (9a + 9b): $
SINGLE FIXED
ITEM MANUFACTURER PRICE LIST TYPE PERCENTAGE DISCOUNT
NO. OR
MARKUP OFFERED
CHECK APPLICABLE PRICE LIST: APPLY PERCENTAGE TO
EITHER THE DISCOUNT OR
MSRP MARKUP BELOW:
10. RHEEM DEADISCOUNT
JOBBER (' )
CATALOG OR
OTHER
(Specify) ( + )MARKUP %
ITEM EVALUATION ITEM ITEM PRICE + -DISCOUNT OR
FINAL ITEM PRICE
NO. MARKUP
Part#13AJA48C01757
10a. Condenser, Rheem Condenser, R22 air $ +OR- % $
conditioner,4 ton
Part#51-100998-32
10b. Motor, Rheem motor, 1/3 HP, 1075 RPM, $ + OR- % $_
208/230V
TOTAL OFFER ITEM #10 (10a + 10b): $
All All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two(2)decimal points,Purchasing reserves the right to round up or
down accordingly.
Continued...
Firm Name:
Page 17
BID RESPONSE
IFB #18-091/HS
HVAC EQUIPMENT, PARTS AND SUPPLIES, OEM, PURCHASE, TERM CONTRACT
SINGLE FIXED
ITEM PERCENTAGE DISCOUNT
MANUFACTURER PRICE LIST TYPE
NO. OR
MARKUP OFFERED
CHECK APPLICABLE PRICE LIST: APPLY PERCENTAGE TO
EITHER THE DISCOUNT OR
MSRP MARKUP BELOW:
DEALER
11. STULZ JOBBER (- ) DISCOUNT
CATALOG OR
OTHER
(Specify) ( + )MARKUP
ITEM EVALUATION ITEM ITEM PRICE + DISCOUNT OR FINAL ITEM PRICE
NO. MARKUP
•
11 a Part#VALQLE23D $ + OR- % $
Valve,Stulz expansion valve
11 b. Part#SW IPFCA3C $ +OR- % $
Controller,Stulz motor controller
TOTAL OFFER ITEM #11 (11a + 11b): $
SINGLE FIXED
ITEM PERCENTAGE DISCOUNT
MANUFACTURER PRICE LIST TYPE
NO. OR
MARKUP OFFERED
CHECK APPLICABLE PRICE LIST: APPLY PERCENTAGE TO
EITHER THE DISCOUNT OR
MSRP MARKUP BELOW:
12. TECUMSEH DEALER JOBBER ( - ) DISCOUNT
CATALOG OR
OTHER
(Specify) ( + )MARKUP
ITEM EVALUATION ITEM ITEM PRICE +/-DISCOUNT OR FINAL ITEM PRICE
NO. MARKUP
12a. Part#82403 $ + OR- % $
Relay,Tecumseh relay,start
Part#HG131 ER-101-A4JI
12b. $ + OR-
Compressor,Tecumseh rotary compressor -
TOTAL OFFER ITEM #12 (12a + 12b): $
All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two(2)decimal points,Purchasing reserves the right to round up or
down accordingly.
Continued...
Firm Name:
Page 18
BID RESPONSE
IFB #18-091/HS
HVAC EQUIPMENT, PARTS AND SUPPLIES, OEM, PURCHASE, TERM CONTRACT
SINGLE FIXED
ITEM MANUFACTURER PRICE LIST TYPE PERCENTAGE DISCOUNT
NO. OR
MARKUP OFFERED
CHECK APPLICABLE PRICE LIST: APPLY PERCENTAGE TO
EITHER THE DISCOUNT OR
MSRP MARKUP BELOW:
13 UNITED TECHNOLOGY CORP DEALER
(CARRIER) JOBBER ( )DISCOUNT
CATALOG OR
OTHER
(Specify) ( + ) MARKUP
ITEM EVALUATION ITEM ITEM PRICE + -DISCOUNT OR FINAL ITEM PRICE
NO. MARKUP
Part#EHK2-05B
13a. Kit,Carrier electric heater kit,with $ + OR- % $
circuit breaker _
Part#24ACC424A003
13b. Air Conditioner,Carrier air conditioning $ +OR- % $
condenser
TOTAL OFFER ITEM #13 (13a + 13b): $
SINGLE FIXED
ITEM PERCENTAGE DISCOUNT
MANUFACTURER PRICE LIST TYPE
NO. OR
MARKUP OFFERED
CHECK APPLICABLE PRICE LIST: APPLY PERCENTAGE TO
EITHER THE DISCOUNT OR
MSRP MARKUP BELOW:
14. YORK DEALER
JOBBER (- ) DISCOUNT
CATALOG OR
OTHER
(Specify) ( + ) MARKUP 0/0
All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two(2)decimal points, Purchasing reserves the right to round up or
down accordingly.
Continued...
Firm Name:
Page 19
BID RESPONSE
IFB #18-091/HS
HVAC EQUIPMENT, PARTS AND SUPPLIES, OEM, PURCHASE, TERM CONTRACT
ITEM EVALUATION ITEM ITEM PRICE + -DISCOUNT OR FINAL ITEM PRICE
NO. MARKUP
14a. Part#025-44799-000 $ + OR- % $_
Module,York motor Protector module,2.5 amp
14b. Part#024-30933-001 $ + OR °/U
Motor,York fan motor,2HP,850 RPM
TOTAL OFFER ITEM #14 (14a + 14b): $
All unit prices bid should be within two (2)decimal points. If bidder's pricing exceeds two(2)decimal points, Purchasing reserves the right
to round up or down accordingly.
Acknowledge Qualification of Bidders information is included, per Term #9? YES/INITIAL
* PLEASE AFFIX SIGNATURE WHERE INDICATED
(FAILURE TO DO SO SHALL RESULT IN THE REJECTION OF YOUR BID)
By signature on this document, bidder acknowledges and agrees that its offer includes and accepts all terms, conditions,
and specifications of the County's bid solicitation as originally published, without exception, change or alteration of any kind,
except as may have been published by the County in official amendments prior to this date of submittal.
Per General Term and Condition #7, if bidder is a Joint Venture for the goods/services described herein, bidder shall, upon
request of Palm Beach County, provide a copy of the Joint Venture Agreement signed by all parties.
FIRM NAME: (Enter the entire legal name of the bidding entity) DATE:
PRINT NAME:
PRINT TITLE:
* SIGNATURE:
ADDRESS:
CITY/ STATE: ZIP CODE:
TELEPHONE# ( ) E-MAIL:
TOLL FREE # ( ) FAX#: (
APPLICABLE
LICENSE(S)
NUMBER # TYPE:
FEDERAL ID#
Page 20
CERTIFICATION OF BUSINESS LOCATION
IFB #18-091/HS
In accordance with the Palm Beach County Local Preference Ordinance, as amended, a preference may be given to: (1)
bidders having a permanent place of business in Palm Beach County ("County") or (2) bidders having a permanent place of
business in the Glades that are able to provide the goods and/or services to be utilized within the Glades. To receive a local
preference, bidders must have a permanent place of business within the County or the Glades, as applicable, prior to the
County's issuance of the solicitation. A Business Tax Receipt which is issued by the Palm Beach County Tax Collector,
authorizes the bidder to provide the goods/services being solicited by the County, and will be used to verify that the bidder had
a permanent place of business prior to the issuance of the solicitation. The bidder must submit this Certification of Business
Location ("Certification") along with the required Business Tax Receipt at the time of bid or quote submission. The Business
Tax Receipt and this Certification are the sole determinant of local preference eligibility. Errors in the completion of this
Certification or failure to submit this completed Certification will cause the bidder to not receive a local preference.
In instances where the bidder is exempt by law from the requirement of obtaining a Business Tax Receipt, the bidder must: (a)
provide a citation to the specific statutory exemption; and (b) provide other documentation which clearly establishes that the
bidder had a permanent place of business within the County or the Glades prior to the date of issuance of the solicitation. The
County hereby retains the right to contact said bidders for additional information related to this requirement after the bid/quote
due date.
Bidder is a:
Local Business: A local business has a permanent place of business in
Palm Beach County.
(Please indicate):
Headquarters located in Palm Beach County
Permanent office or other site located in Palm Beach County
from which a vendor will produce a substantial portion of the
goods or services.
Glades Business: A Glades business has a permanent place of business in
the Glades.
(Please indicate):
Headquarters located in the Glades
Permanent office or other site located in the Glades from which a
vendor will produce a substantial portion of the goods or services.
II. The attached copy of bidder's County Business Tax Receipt verifies bidder's permanent place of
business.
THIS CERTIFICATION is submitted by , as
(Name of Individual)
, of
(Title/Position) (Firm Name of Bidder)
who hereby certifies that the information stated above is true and correct and that the County Business
Tax Receipt is a true and correct copy of the original. Further, it is hereby acknowledged that any
misrepresentation by the bidder on this Certification will be considered an unethical business practice
and be grounds for sanctions against future County business with the bidder.
(Signature) (Date)
Page 21
DRUG-FREE WORKPLACE CERTIFICATION
IFB #18-091/HS
IDENTICAL TIE BIDS/QUOTES - In accordance with Section 287.087, F.S., a preference shall be given to vendors
submitting with their bids/quotes the following certification that they have implemented a drug-free workplace
program which meets the requirements of Section 287.087; provided, however, that any preference given pursuant to
Section 287.087, shall be made in conformity with the requirements pursuant to the Palm Beach County Code,Chapter
2, Article III, Sections 2-80.21 thru 2-80.34. In the event tie bids/quotes are received from vendors who have not
submitted with their bids/quotes a completed Drug-Free Workplace Certification form, the award will be made in
accordance with Palm Beach County's purchasing procedures pertaining to tie bids/quotes.
This Drug-Free Workplace Certification form must be executed and returned with the attached bid/quote,and received
on or before the published bid/quote submission deadline to be considered. The failure to execute and/or return this
certification shall not cause any bid/quote to be deemed non-responsive.
Whenever two(2)or more bids/quotes which are equal with respect to price, quality, and service are received by Palm
Beach County for the procurement of commodities or contractual services, a bid/quote received from a business that
certifies that it has implemented a drug-free workplace program shall be given preference in the award process. 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 number(1).
(4) In the statement specified in number (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, Florida Statutes, 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 Section
287.087, Florida Statutes.
THIS CERTIFICATION is submitted by the
(Individual's Name)
of
(Title/Position with CompanyNendor) (Name of CompanyNendor)
who does hereby certify that said CompanyNendor has implemented a drug-free workplace program which meets the
requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above.
Signature Date
Revised-11'0,16
Page 22
SCHEDULE I
LIST OF PROPOSED SBE-M/WBE PRIME AND/OR SUBCONTRACTOR PARTICIPATION
PROJECT NAME OR BID NAME: PROJECT NO. OR BID NO.:
NAME OF PRIME BIDDER: ADDRESS:
CONTACT PERSON: PHONE NO.: FAX NO.:
BID OPENING DATE: USER DEPARTMENT:
THIS DOCUMENT IS TO BE COMPLETED BY THE PRIME CONTRACTOR AND SUBMITTED WITH BID PACKET. PLEASE LIST THE NAME, CONTACT INFORMATION AND
DOLLAR AMOUNT AND/OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SBE-M/WBE SUBCONTRACTORS ON THIS PROJECT. IF THE PRIME IS AN SBE-M/WBE,
PLEASE ALSO LIST THE NAME, CONTACT INFORMATION AND DOLLAR AMOUNT AND/OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME ON THIS PROJECT.
THE PRIME AFFIRMS THAT IT WILL MONITOR THE SBES LISTED TO ENSURE THE,SBES PERFORM THE WORK WITH ITS OWN FORCES.
(Check one or both Categories)
M/WBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK
Name,Address and Phone Number Minority Small Black Hispanic Women Caucasian Other(Please
Business Business Specify)
1.
2
3
4.
5.
(Please use additional sheets if necessary)
Total
Total Bid Price$ Total SRF:-\1,W BE Participation Dollar Amount or Percentage of Work
I hereby certify that the above information is accurate to the best of my knowledge:
Signature Title
Note: 1.The amount listed on this form for a subcontractor must be supported by price or percentage listed on the signed Schedule 2 or signed proposal in order to he counted toward goal
attainment.
2.Firms may be certified by Palm Beach County as an SBE and/or an M/WBE. If firms are certified as both an SBE and M/WBE,please indicate the dollar amount and/or percentage
under the appropriate category.
3.M/WBE information is being collected for tracking purposes only. Revised 9/7/2011
Page 23
OSBA SCHEDULE 2
LETTER OF INTENT TO PERFORM AS AN SBE-M/WBE SUBCONTRACTOR
This document must be completed by the SBE-M/WBE Subcontractor and submitted with bid packet. Specify in detail, the
particular work items to be performed and the dollar amount and/or percentage for each work item. SBE credit will only be given
for items which the SBE-M/WBE Subcontractor are SBE certified to perform. Failure to properly complete Schedule 2 may result
in your SBE participation not being counted.
PROJECT NUMBER: PROJECT NAME:
TO:
(Name of Prime Bidder)
The undersigned is certified by Palm Beach County as a - (check one or more, as applicable):
Small Business Enterprise Minority Business Enterprise
Black Hispanic Women Caucasian Other (Please Specify)
Date of Palm Beach County Certification:
The undersigned is prepared to perform the following described work in connection with the above project. Additional Sheets May Be
Used As Necessary
Line Item/ Total Price/
Lot No. Item Description Qty/Units Unit Price Percentage
at the following price or percentage
(Subcontractor's quote)
and will enter into a formal agreement for work with you conditioned upon your execution of a contract with Palm Beach County.
If undersigned intends to subcontract any portion of this job to a certified SBE or a non-SBE subcontractor, please list the
name of the subcontractor and the amount below.
Price or Percentage /
(Name of Subcontractor)
The Prime affirms that it will monitor the SBE's listed to ensure the SBE's perform the work with its own forces. The undersigned
subcontractor affirms that it has the resources necessary to perform the work listed without subcontracting to non-certified SBE or any other
certified SBE subcontractors except as noted above.
The undersigned subcontractor understands that the provision of this form to Prime Bidder does not prevent Subcontractor from providing
quotations to other bidders.
(Print name of SBE-M/WBE Subcontractor)
By:
(Signature)
(Print name/title of person executing on behalf
of SBE/M/WBE Subcontractor
Revised 10/11/2011 Date:
Page 24
OSBA SCHEDULE 3
SBE-M/WBE ACTIVITY FORM
SBE-M/WBE ACTIVITY FOR MONTH ENDING PROJECT#:
PROJECT NAME
PRIME CONTRACTOR NAME
PROJECT SUPERVISOR
Schedule 3 is used to show the monthly payment activity for work performed by each SBE-M/WBE Subcontractor on the project and in conformity with the SBE-
M/WBE's submitted on schedule 2. It also shows approved change orders as they impact the SBE-M/WBE Subcontractors. Schedule 3 is to be submitted by the
Prime with each payment request to Palm Beach County. In the SBE-M/WBE Subcontracting Information section, list the name(s) of each SBE-M/WBE
Subcontractor on the project and the total contracted amount for each SBE-M/WBE Subcontractor on the project. As the project proceeds, please complete each
column under the SBE-M/WBE Subcontracting Information section accordingly. In the SBE-M/WBE Category, please check the appropriate category that
represents each SBE-M/WBE Subcontractor.
SBE-M/WBE SUBCONTRACTING INFORMATION SBE-M/WBE Category (check all applicable)
Name of SBE- SBE- Approved Revised Amount drawn Amount Amount Paid to Actual Minority Small Other(Please
M/WBE M/WBE Change SBE- for SBE-M/WBE drawn for Date for SBE- Starting Business Business Specify)
Subcontractor Total Orders M/WBE Sub This Period SBE-M/WBE M/WBE Date (\) (}I) Black Hispanic Women Caucasian
Contract Contract Sub to Date Subcontractor
Amount Amount
I hereby certify that the above information is true to the best of my knowledge
(Signature and Title)
Return to: Palm Beach County
Additional Sheets May Be Used As Necessary
NOTE: Firms may be certified as an SBE and/or an M/WBE. If firms are certified as both an SBE and M/WBE, the dollar amount will not be
counted twice.
Revised 9/7/2011
Page 25
OSBA SCHEDULE 4 - SBE-M/WBE PAYMENT CERTIFICATION
The Prime Contractor is to submit Schedule 4 with its Monthly Payment Request to Palm Beach County to
reflect actual payments made to the SBE-M/WBE Subcontractor. The Prime Contractor is not to request
signature from an SBE-M/WBE Subcontractor unless it has made a payment to the SBE-M/WBE Subcontractor.
The SBE-M/WBE Subcontractor is not to complete and sign this form unless it has received a payment
from the Prime Contractor for services actually performed by the SBE-M/WBE Subcontractor. A separate
Schedule 4 is required for each SBE-M/WBE Subcontractor payment.
This is to certify that received
(SBE or M/WBE Subcontractor Name)
(Monthly) or (Final) payment of $
On from
MM DD YYYY (Prime Contractor Name)
For labor and/or materials used on /
(Project Name) (Work Order)
DEPT. : PROJECT NO. : 1111111111 I I I I I
PRIME CONTRACTOR VENDOR CODE:
SBE OR M/WBE SUBCONTRACTOR VENDOR CODE: 1 1 1 1 1 111111
If the SBE Subcontractor intends to disburse any funds associated with this payment to any
Subcontractor for labor and/or material provided on this project, please provide the following
information:
*Subcontractor Name: Amount to be paid:
*Note: If the subcontractor listed in this section is an SBE or M/WBE a separate schedule 4 is required
to verify payment.
By:
(Signature of Subcontractor) (Print Name & Title of Person executing on
behalf of Subcontractor)
STATE OF FLORIDA
COUNTY OF
Sworn to and subscribed before me this day of , 20
By:
Notary Public, State of Florida
Print, Type or Stamp Commissioned Name of Notary
Personally Known OR Produced Identification Type of Identification
Rev. Last updated: 11/18/11
1/8/25,11:30 AM Printer Friendly
Solicitation Information
Solicitation Procurement Folder Version Number
18-091/HS 1026582 7
Amendment Solicitation Type Status
6 Invitation for Bids Closed
Description Published Date
HVAC EQUIPMENT,PARTS AND SUPPLIES,OEM 09/11/2018
PURCHASE,TERM CONT
Closing Date Closing Time Time Left
09/20/2018 04:00 PM Expired
Public Bid Opening Date Public Bid Opening Time
Requesting Office Issuing Office Phone
Palm Beach County Palm Beach County 561-616-6828
Phone - Online Responses Prohibited
561-616-6828 Yes
Mail Responses To
PURCHASING PURCHASING 50 S
FRONT (561)616-6800 MILITARY
ADMINISTRATIVE TRAIL
OFFICE
SUITE WEST FL 33415- USA
110 PALM 3199
BEACH
Attachments
1-7 of 7 Records View per Page-0 50 100 Page 1 of 1
File Name Date Proprietary Flag Description
18-091-HS.pdf 06/27/2018 Standard
18-091-HS_1_08-01-18.pdf 08/01/2018 Standard
about:blank 1/5
1/8/25,11:30 AM Printer Friendly
File Name Date Proprietary Flag Description
18-091-HS_2_08-07-18.pdf 08/07/2018 Standard
18-091-HS_3_08-14-18.pdf 08/14/2018 Standard
18-091-HS 4 08-16-18.pdf 08/16/2018 Standard
18-091-HS_5_08-21-18.pdf 08/21/2018 Standard
18-091-HS_6_09-11-18.pdf 09/11/2018 Standard
Contact Information
Buyer 561-616-6828 - hskeen@pbcgov.org
Holly Skeen
Event Information
0 Records View per Page- 20 50 100 Page 0 of 0
Event Date
No Records Found
Commodity Information
about:blank 2/5
1/8/25,11:30 AM Printer Friendly
Group Line Number Line Line Type
1 1 Item
Commodity AIR CONDITIONING,HEATING,AND Quantity Unit of Measure
Code VENTILATING EQUIPMENT,PARTS 1.00000 EA
03100
Delivery Date Commodity Specs Ext Description
AND ACCESSORIES(SEE CLASS 740 ALSO) AIR CONDITIONING,HEATING,AND VENTILATING
EQUIPMENT,PARTS
Manufacturer Part Number Product/Catalog
Serial Number Specification Drawing
Piece Color Size
Model Warranty Type Ship To
Bill To MSDS Hazardous Materials
No
Special Handling Packing Instructions Detailed Inst
Additional Handling Info
Preference 1 Weighting Factor% Dollar Cap S
Preference 2 Weighting Factor% Dollar Cap$
Preference 3 Weighting Factor% Dollar Cap$
Preference 4 Weighting Factor% Dollar Cap S
Preference 5 Weighting Factor% Dollar Cap S
Commodity Terms & Conditions
about:blank 3/5
aiMIL __
1/8/25,11:30 AM Printer Friendly
0 Records View per Page- 20 50 100 Page 0 of 0
Line T&C Name T&C Description
No Records Found
Additional Information
Additional Information
Evaluation Criteria
0 Records View per Page- 20 50 100 Page 0 of 0
Criteria Description Response Type
No Records Found
Terms & Conditions
0 Records View per Page- 20 50 100 Page 0 of 0
Line T&C Name T&C Description
about:blank 4/5
1/8/25,11:30 AM Printer Friendly
No Records Found
about:blank 5/5