18
FM-3191 Rev. (01-04) THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA SCHOOL BOARD ADMINISTRATION BUILDING 1450 Northeast Second Avenue Miami, FL 33132 BIDDER QUALIFICATION FORM Direct all inquiries to Procurement Management Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER TDD PHONE (305) 995-2400 I. I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid; and I certify that I am authorized to sign this bid for the bidder. Vendor certifies that it satisfies all necessary legal requirements as an entity to do business with the School Board of Miami-Dade County, Florida. THE SUBMISSION OF THE BID BY THE VENDOR, ACCEPTANCE AND AWARD OF THE BID BY THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA, AND SUBSEQUENT PURCHASE ORDERS ISSUED AGAINST SAID AWARD SHALL CONSTITUTE A BINDING, ENFORCEABLE CONTRACT. UNLESS OTHERWISE STIPULATED IN THE BID DOCUMENTS, NO OTHER CONTRACT DOCUMENTS SHALL BE ISSUED. Bids will be accepted until 2:00 PM on _________________________ in room 351, School Board Administration building, 1450 NE 2nd Avenue, Miami, FL., 33132, at which time they will be publicly opened. Bids may not be withdrawn for ________ days after opening. (Refer to Instructions to Bidders, para. IV.B.) A. BIDDER CERTIFICATION AND IDENTIFICATION B. The Bidder shall hold harmless, indemnify and defend the indemnities (as hereinafter defined) against any claim, action, loss, damage, injury, liability, cost or expense of whatsoever kind or nature including, but not by way of limitation, attorney's fees and court costs arising out of bodily injury to persons, including death, or damage to tangible property arising out of or incidental to the performance of this Contract (including goods and services provided thereto) by or on behalf of the Bidder, whether or not due to or caused in part by the negligence or other culpability of the indemnity, excluding only the sole negligence or culpability of the indemnity. The following shall be deemed to be indemnities: The School Board of Miami-Dade County, Florida and its members, officers and employees. II. INDEMNIFICATION III. PERFORMANCE SECURITY, is required on this bid. YES NO Refer to INSTRUCTIONS TO BIDDERS, para. VII., and VI. IF PERFORMANCE SECURITY IS REQUIRED, PLEASE INDICATE THE TYPE TO BE FURNISHED: Performance Bond Check (Cashier's, Certified, or equal) An original, manual signature is required on the Bidder Qualification Form. (Bidder is requested to use blue ink) (Do not use pencil) Legal Name of Vendor Mailing Address City Zip Code Telephone No. By: Signature (Original) Of Authorized Representative Date Name (Typed or Printed) Of Authorized Representative Date State E-mail address giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world giving our students the world

BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER

  • Upload
    others

  • View
    8

  • Download
    0

Embed Size (px)

Citation preview

Page 1: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER

FM-3191 Rev. (01-04)

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDASCHOOL BOARD ADMINISTRATION BUILDING

1450 Northeast Second AvenueMiami, FL 33132

BIDDER QUALIFICATION FORM

Direct all inquiries to Procurement ManagementServices:

BID NO.BID TITLE

BUYER NAME:

E-MAIL ADDRESS:PHONE: (305)FAX NUMBERTDD PHONE (305) 995-2400

I.

I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, orperson submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusionor fraud. I agree to abide by all conditions of this bid; and I certify that I am authorized to sign this bid for the bidder.

Vendor certifies that it satisfies all necessary legal requirements as an entity to do business with the School Board ofMiami-Dade County, Florida.

THE SUBMISSION OF THE BID BY THE VENDOR, ACCEPTANCE AND AWARD OF THE BID BY THE SCHOOL BOARD OFMIAMI-DADE COUNTY, FLORIDA, AND SUBSEQUENT PURCHASE ORDERS ISSUED AGAINST SAID AWARD SHALLCONSTITUTE A BINDING, ENFORCEABLE CONTRACT. UNLESS OTHERWISE STIPULATED IN THE BID DOCUMENTS, NOOTHER CONTRACT DOCUMENTS SHALL BE ISSUED.

Bids will be accepted until 2:00 PM on _________________________ in room 351, School Board Administration building, 1450 NE 2ndAvenue, Miami, FL., 33132, at which time they will be publicly opened. Bids may not be withdrawn for ________ days after opening.(Refer to Instructions to Bidders, para. IV.B.)

A. BIDDER CERTIFICATION AND IDENTIFICATION

B.

The Bidder shall hold harmless, indemnify and defend the indemnities (as hereinafter defined) against any claim, action, loss,damage, injury, liability, cost or expense of whatsoever kind or nature including, but not by way of limitation, attorney's fees andcourt costs arising out of bodily injury to persons, including death, or damage to tangible property arising out of or incidental tothe performance of this Contract (including goods and services provided thereto) by or on behalf of the Bidder, whether or notdue to or caused in part by the negligence or other culpability of the indemnity, excluding only the sole negligence or culpabilityof the indemnity. The following shall be deemed to be indemnities: The School Board of Miami-Dade County, Florida and itsmembers, officers and employees.

II. INDEMNIFICATION

III. PERFORMANCE SECURITY, is required on this bid. YES NO

Refer to INSTRUCTIONS TO BIDDERS, para. VII., and VI.

IF PERFORMANCE SECURITY IS REQUIRED, PLEASE INDICATE THE TYPE TO BE FURNISHED:

Performance Bond Check (Cashier's, Certified, or equal)

An original, manual signature is required on the Bidder Qualification Form.(Bidder is requested to use blue ink)

(Do not use pencil)

Legal Name of VendorMailing AddressCity Zip CodeTelephone No.By: Signature (Original)Of Authorized Representative DateName (Typed or Printed)Of Authorized Representative Date

StateE-mail address

giving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the worldgiving our students the world

Page 2: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER
Page 3: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER
Page 4: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER
Page 5: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER

FROM: AFFIX P O S T A G E

HERE

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA BUREAU OF PROCUREMENT AND MATERIALS MANAGEMENT

ROOM NO. 352 BID BOX 1450 N.E. 2ND AVENUE

MIAMI, FLORIDA 33132

BID NO.: BID TITLE: BID OPENING DATE:

Page 6: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER

Signature

Title

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA Bureau of Procurement and Materials Management

NOTICE OF PROSPECTIVE BIDDERS

NO BID I f not submitting a bid at this time, for informational purpose only, detach this sheet from the b id documents , complete the informat ion requested, fo ld as indicated, s taple , a f f ix postage and return address, and mai l . NO ENVELOPE IS NECESSARY.

NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED:

Our company does not handle this type of product/service. We cannot meet the specifications nor provide an alternate equal product. Our company is s imply not interested in b idding at th is t ime. OTHER, (Please specify)

We do not want to be retained on your mailing list for future bids for this type or product and/or service.

Company

NOTE: Fai lure to respond, e i ther by submit t ing a b id or th is completed form, may resul t in your company being removed from the School Board’ s bid list. To qualify as a respondent to the bid, vendor must submit a NO BID.

Page 7: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER

Vendor Information Sheet

2. Telephone/Fax/Contact Person

Name of Firm, Individual(s), Partners or Corporation

City State Zip Code

3. Ownership Disclosure

Title GenderRace-ethnicity Stock Ownership

NOTE: The information provided by the vendor on this form should be consistent with that provided on the "Vendor's Application". All vendors must have a current vendor's application on file with M-DCPS, and have provided information and/or befamiliar with M-DCPS' policy regarding the following: (a) Employment Disclosure, (b) Drug Free Workplace, (c) Family Leave Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g) Gratuities, and (h) Business Meals. Failure to provide M-DCPS a current vendor application may cause the vendor not to be awarded any new business with M-DCPS. Vendor applications can be downloaded at: http://procurement.dadeschools.net

Street Address

If the contract or business transaction is with a corporation, partnership, sole proprietorship,or joint venture, the full legal name and business address shall be provided for the chief officer, director, or owner who holds, directly or indirectly the majority of the stock or ownership. If the contract or business transaction is with a trust, the full legal name and address shall be provided for each trustee and each beneficiary. Post Office addresses are not acceptable.

Name

1A.Federal Employer Identification Number

Or Owner's Social Security Number

1B.

Address

__________________________________________Contact Person

E-mail address

Telephone number

Fax number

Page 8: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER

_____ Page 1 of 3 Initials

FM-6910 (08-05)

Miami-Dade County Public Schools

SWORN STATEMENT - NEW CONTRACTS

ATTACHMENT ____SWORN STATEMENT PURSUANT TO SECTION 1012.465,

FLORIDA STATUTES AS AMENDED BY HB 1877, THE JESSICA LUNSFORD ACT

THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARYPUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS.

1. This sworn statement is submitted to The School Board of Miami-Dade County, Fl

(Hereinafter “Board” or “School Board”) by_________________________________

_________________________________________________________________(Print individual’s name and title)

for _______________________________________________________________(Print Name of entity submitting sworn statement)

whose business address is ______________________________________________

___________________________________________________________________

__________________________________________________________________

and its Federal Employer Identification Number (FEIN) is_____________________. If the entity has no FEIN, include the Social SecurityNumber (SSN) of the individual signing this sworn statement and so indicate.

2. I, ______________________________________________, am duly authorized to make this

(Print individual’s name and title)sworn statement on behalf of __________________________________________________.

(Print Name of entity submitting sworn statement)

3. I understand that during the 2005 Legislative Session, House Bill 1877, The Jessica LunsfordAct (hereinafter “The Act” or “Act”) was passed and approved by Governor Bush on May2, 2005, with an effective date of September 1, 2005.

Page 9: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER

_____ Page 2 of 3 Initials

FM-6910 (08-05)

4. I understand that the Act amends the background screening requirements of section1012.465, Florida Statutes (2004) for all non-instructional school district employees or“contractual personnel” by requiring all non-instructional school district employees orcontractual personnel who are permitted access on school grounds when students are presentto undergo and pass “level 2 background screening,” and further I understand the Act defines“contractual personnel” to include any vendor, individual, or entity under contract with theBoard.

5. I understand that pursuant to section 1012.465, Florida Statutes as amended by the Act, non-instructional school district employees or contractual personnel who are permitted access onschool grounds when students are present, who have direct contact with students or whohave access to or control of school funds must meet level 2 screening requirements asdescribed in sections 1012.32 and 435.04, Florida Statutes.

6. I understand that as a ______________________________________(eg. a private bus Type of entity

service contractor) all contractual personnel, as defined in section 1012.465, FloridaStatutes, must meet level 2 screening requirements as outlined in sections 1012.32and 435.04, Florida Statutes in order to do business with The School Board ofMiami-Dade County, Florida.

7. I understand that “level 2 screening requirements,” as defined in sections 1012.32 and435.04, Florida Statutes means that fingerprints of all contractual personnel must be obtainedand submitted to the Florida Department of Law Enforcement for state processing and to theFederal Bureau of Investigation for federal processing.

8. I understand that the School Board will implement local procedures to comply with level 2screening requirements, as defined in sections 1012.32 and 435.04. I understand that mycompany must comply with these local procedures as they are developed.

9. I understand that any costs and fees associated with the required background screening willbe borne by my company.

10. I understand that any personnel of the contractor found through fingerprint processing andsubsequent level 2 background screening to have been found guilty of, regardless ofadjudication, or entered a plea of nolo contendere or guilty to any offense outlined in Section435.04, Florida Statutes (or any similar statute of another jurisdiction), shall not be permittedto come onto school grounds or any leased premises where school-sponsored activities aretaking place when students are present, shall not be permitted direct contact with students,and shall not be permitted to have access to school district funds.

Page 10: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER

_____ Page 3 of 3 Initials

FM-6910 (08-05)

11. I understand that the failure of any of the company’s or my affected personnel to meet level2 screening standards as required by section 1012.465, Florida Statutes, may disqualify mycompany from doing business with The School Board of Miami-Dade County, Florida.

12. I hereby certify that the foregoing statement is true and correct in relation to the companyfor which I am submitting this sworn statement. I further certify that this statement is beinggiven knowingly and voluntarily by me on behalf of my company.

The company submitting this sworn statement agrees to be bound by the provisions of SECTIONS1012.32, 1012.465, AND 435.04 OF THE FLORIDA STATUTES AS AMENDED BY HB 1877,THE JESSICA LUNSFORD ACT 2005.

I CERTIFY THAT THE SUBMISSION OF THIS FORM TO THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA ON BEHALF OF THE COMPANY IDENTIFIED IN PARAGRAPHONE (1) ABOVE BINDS THE COMPANY TO FULLY COMPLY WITH THE BACKGROUNDSCREENING REQUIREMENTS OF SECTIONS 1012.32, 1012.465, AND 435.04, FLORIDASTATUTES.

______________________________(Signature)

Sworn to and subscribed before me this _____________ day or _______________, 20___.

Personally known _________________________________ ___________________________

OR Produced Identification _____________________________________________________

Notary Public -State of ___________________________ ___________________________________________________________________________

(Type of Identification)My commission expires ________________________________________________________

__________________________________(Printed typed or stamped commissioned name of notary public)

Page 11: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER

MIAMI-DADE COUNTY PUBLIC SCHOOLS BID PROPOSAL FORM (FORMAT A) TO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDA BID

105-EE01 BUYER

James Williams PAGE

SC 1 TITLE FURNITURE: OUTDOOR

FM-2336 Rev. (06-98)

1. PURPOSE: The purpose of this bid is to establish a contract, at firm unit prices, for the purchase of estimated requirements, for the items listed. The term of the bid shall be for 12 months from the date of award, and may, by mutual agreement between The School Board of Miami-Dade County, Florida and the awardee(s), be extended for two additional 1 year periods and, if needed, 90 days beyond the expiration date of the current contract period. The Board, through Procurement Management Services, may if considering to extend, request a letter of intent to extend from the awardee(s), prior to the end of the current contract period. The awardee(s) will be notified when the recommendation has been acted upon. All prices shall be firm for the term of the contract. The successful vendor(s) agrees to this condition by signing its bid.

2. ESTIMATED QUANTITIES: The estimated quantities provided in the bid proposal are for bidder's guidance only. No

guarantee is expressed or implied, as to quantities that will be used during the contract period. The School Board of Miami-Dade County, Florida is not obligated to place an order for any given amount, subsequent to the award of this bid. Estimates are based upon M-DCPS's actual needs and usage during a previous twelve (12) month period, and include an additional ten percent to cover unanticipated increases in requirements.

3. SPECIFICATIONS: If an item is to be considered as an equal to the specified item, complete technical specifications,

together with illustrative materials providing brand name and model number of the item, are requested to accompany bid. Non-compliance with this condition may cause the item not to be considered for award.

4. BRAND NAME OR EQUAL: The use of a manufacturer's brand name, trade name, or model is for reference purposes

only and should not be interpreted as a statement of preference. Bids will be accepted on these and comparable products, provided the quality of the proposed products meet or exceed the quality of the products listed.

5. DELIVERIES: Delivery shall be completed within 60 days after receipt of purchase order. All deliveries (inside

delivery) will be made to schools and departments as indicated on each purchase order. All items shipped to the Miami-Dade County Public Schools Stores and Mail Distribution Warehouse shall be shipped in protective cartons. Stacking chairs shall be completely enclosed in a durable carton for protection in shipping and handling.

6. WARRANTY: The warranty for equipment, after delivery and acceptance by the school or department, shall be for one

year or manufacturer's warranty, whichever is greater. The successful vendor will be responsible for repairing each unit during the warranty period, at no cost to the Board. Vendor agrees to repair and return equipment within five (5) days from receipt of request or provide a temporary replacement.

SPECIAL CONDITIONS CONTINUED

Page 12: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER

MIAMI-DADE COUNTY PUBLIC SCHOOLS BID PROPOSAL FORM (FORMAT A) TO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDA BID

105-EE01 BUYER

James Williams PAGE

SC 2 TITLE FURNITURE: OUTDOOR

FM-2336 Rev. (06-98)

7. VENDOR INFORMATION SHEET: All bidders are requested to complete the attached Vendor Information Sheet. In order to conduct new business under this bid, M-DCPS requires that the vendor(s) have a current vendor application on file. The information on both documents must be consistent. Failure to comply with this condition may cause the Bidder(s) not to be awarded any new business. Vendor applications can be downloaded at http://procurement.dadeschools.net/

8. ERASURES OR CORRECTIONS: When filling out the Bid Proposal Form, bidders are required to use a typewriter or

complete bid proposal in ink.

1. Use of pencil is prohibited. 2. Do not erase or use correction fluid to correct an error. 3. All changes must be crossed out and initialed in ink.

Those bids for individual items that do not comply with items 1, 2 and 3 above will be considered non-responsive for that item(s).

9. UNAUTHORIZED SHIPMENT/SUBSTITUTION: Unauthorized substitutions and shipments shall be grounds for termination. Vendors shall be considered in default of the contract and shall lose eligibility to transact new business with the Board for a period of fourteen (14) months from the date of termination by the Board.

10. BRAND NAME OR EQUAL: The use of a manufacturer’s brand name, trade name, or model is for reference purposes

only and should not be interpreted as a statement of preference. Bids will be accepted on these and comparable products, provided the quality of the proposed products meet or exceed the quality of the products listed.

11. SAMPLES: See Instructions To Bidders, Section VII (A through G).

12. OCCUPATIONAL LICENSE: Any person, firm, corporation or joint venture, with a business location in Miami-Dade

County, Florida, which is submitting a bid, shall meet the County’s Occupational License Tax requirements in accordance with Chapter 8A, Article IX of the Code of Miami-Dade County, Florida. Bidders with a location outside Miami-Dade County shall meet their local Occupational Tax requirements. A copy of the license is requested to be submitted with the Bid Proposal. If the Bidder has already complied with this requirement, a new copy is not required while the license is valid and in effect. It is the Bidder’s responsibility to resubmit a copy of a new license after expiration or termination of the current license. Non-compliance with this condition may cause the bid not to be considered for award.

Page 13: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER

MIAMI-DADE COUNTY PUBLIC SCHOOLS BID PROPOSAL FORM (FORMAT A) TO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDA BID

105-EE01 BUYER

James Williams PAGE

SC 3 TITLE FURNITURE: OUTDOOR

FM-2336 Rev. (06-98)

SPECIAL CONDITIONS CONTINUED

13. BID ADDENDUMS / QUESTIONS: It is the bidders responsibility to continuously monitor, the M-DCPS, Procurement website, for any addendums that may be posted, prior to the opening of this solicitation. The procurement website, which lists all bids, addendums, and award information, is as follows: http://procurement.dadeschools.net, (click on) Bid Solicitation. A Q&A link is provided to address all inquiries that may be received on this bid prior to bid opening.

14. CONE OF SILENCE: A Cone of Silence is applicable to this competitive solicitation. Any inquiry, clarification or

information regarding this bid must be requested in writing by FAX or E-mail to:

Mr. James Williams Procurement Management

Fax #305-523-4997 E-mail: [email protected]

A copy of this written request must be sent simultaneously to:

Ileana Martinez, School Board Clerk Miami-Dade County Public Schools 1450 N.E. 2nd Avenue, Room 268B

Miami, Florida 33132

15. AVAILABILITY TO CHARTER SCHOOLS: Items awarded under this contract shall be made available to charter schools authorized by the School Board of Miami-Dade County, Florida.

16. CREDIT CARD PURCHASES: Schools or departments will place some orders utilizing a district issued credit card

as the form of payment. These orders will be made via phone or fax, and billing shall be made to the requesting work location. Please note that credit card purchases will benefit all vendors by providing immediate payment (i.e., within 48- 72 hours), and eliminate the need to submit an invoice to M-DCPS Accounts Payable Department or reconcile receivable balances. For credit card purchases, all vendors must have the capability to accept fax orders. Like purchase orders, receipt of credit card orders must also be acknowledged, by calling back the requesting work location to verify prices and charges, and obtain a credit card number. Only items shipped/delivered can be charged to the credit card account (i.e., no backorders). All purchase deliveries must include a packing list or receipt/invoice, listing the items and prices of goods delivered.

For security reasons, the credit card charge receipt showing the work location’s credit card number cannot be attached to the packing list or receipt/invoice submitted as part of the purchase delivery. The district’s work locations may request a vendor to maintain a secure record of their credit card account that can be used by assigning an alias or password, to avoid divulging the actual credit card number when purchase are made.

Page 14: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER

MIAMI-DADE COUNTY PUBLIC SCHOOLS BID PROPOSAL FORM (FORMAT A) TO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDA BID

105-EE01 BUYER

James Williams PAGE

SC 4 TITLE FURNITURE: OUTDOOR

FM-2336 Rev. (06-98)

17. REBATES AND SPECIAL PROMOTIONS: The successful bidders shall pass to M-DCPS, all rebates and special promotions offered by manufacturers during the term of the contract. It shall be the responsibility of the vendor to notify the district of such rebates and/or special promotions during the contract period.

The new price(s) charged for rebate and promotional item(s) must be lower than prices available through the contract. It is understood that rebates and special promotions may be of limited duration by the vendor(s). At the end of such promotion, the standard contract price shall prevail.

18. PALLETIZATIOIN: All bulk orders exceeding the quantities specified within for truckloads or greater shall be delivered palletized at no additional cost to the Miami-Dade County Public Schools. 19. JESSICA LUNSFORD ACT: BACKGROUND SCREENING REQUIREMENTS

In accordance with the requirements of sections 1012.32, 1012.465, and 435.04, Florida Statutes (2004) as well as with the requirements of HB 1877, The Jessica Lunsford Act (2005), effective September 1, 2005, Contractor agrees to certify under oath and penalty of perjury, see ATTACHMENT _A__ (Sworn Statement Pursuant to Sections 1012.32, 1012.465, and 435.04, Florida Statutes (2004) and HB 1877, The Jessica Lunsford Act (2005)) which is incorporated fully herein by reference, that Contractor and all of its employees who provide or may provide services under this Agreement have completed all background screening requirements as outlined in the above-referenced statutes.

Additionally, Contractor agrees that each of its employees, representatives, agents, subcontractors or suppliers who are permitted access on school grounds when students are present, who have direct contact with students or who have access to or control of school funds must meet level 2 screening requirements as described in sections 1012.32 and 435.04, Florida Statutes, and further upon obtaining level 2 clearance, must obtain a required Board issued photo identification badge which shall be worn by the individual at all times while on Board property when students are present. Contractor agrees to bear any and all costs associated with acquiring the required background screening – including any costs associated with fingerprinting and obtaining the required photo identification badge. Contractor agrees to require all its affected employees to sign a statement, as a condition of employment with Contractor in relation to performance under this Agreement, agreeing that the employee will abide by the heretofore described background screening requirements, and also agreeing that the employee will notify the Contractor/Employer of any arrest(s) or conviction(s) of any offense enumerated in s. 435.04, Florida Statutes within 48 hours of its occurrence. Contractor agrees to provide the Board with a list of all of its employees who have completed background screening as required by the above-referenced statutes and who meet the statutory requirements contained therein. Contractor agrees that it has an ongoing duty to maintain and update these lists as new employees are hired and in the event that any previously screened employee fails to meet the statutory standards. Contractor further agrees to notify the Board immediately upon becoming aware that one of its employees who was previously certified as completing the background check and meeting the statutory standards is subsequently arrested or convicted of any disqualifying offense. Failure by Contractor to notify the Board of such arrest or conviction within 48 hours of being put on notice and within 5 business days of the occurrence of a qualifying arrest or conviction shall constitute grounds for immediate

Page 15: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER

MIAMI-DADE COUNTY PUBLIC SCHOOLS BID PROPOSAL FORM (FORMAT A) TO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDA BID

105-EE01 BUYER

James Williams PAGE

SC 5 TITLE FURNITURE: OUTDOOR

FM-2336 Rev. (06-98)

termination of this Agreement by the Board. The parties further agree that failure by Contractor to perform any of the duties described in this section shall constitute a material breach of the Agreement entitling the Board to terminate this Agreement immediately with no further responsibility to make payment or perform any other duties under this Agreement.

COMPLIANCE WITH SCHOOL CODE

Contractor agrees to comply with all sections of the Florida K-20 Education Code, Title XLVIII, Florida Statutes, as it presently exists, and further as it may be amended from time to time. Further Contractor agrees that failure to comply with the Florida K-20 Education Code shall constitute a material breach of this Agreement and may result in the termination of this Agreement by the Board.

Page 16: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER

The School Board of Dade County, Florida076-BB01

Furniture, Outdoor

BID PROPOSAL FORM (FORMAT B)Type or print in this box the PLEASE COMPLETEcomplete name of the bidder: ALL SHADED AREASBid NO. 105-EE01 NAME OF BIDDER:Title: Furniture, OutdoorBuyer: J. Williams

ITEM DESCRIPTION OF ITEMESTIMATED QUANTITY UNIT

PRICE PER UNIT

MANUFACTURER & MODEL NUMBER

VENDOR SHALL INDICATE MANUFACTURER'S WARRANTY, IF GREATER THAN ONE YEAR _________ ITEMS 1 THROUGH 7 WILL BE AWARDED ON A TOTAL LOW BASIS. VENDOR MUST BID ALL ITEMS. PRICING SHOULD BE QUOTED AS DELIVERED.

18 ft(approximately) Rectangular Portable Picnic Table, top and benches; 3/4" No. 9 expanded steel mesh. Steel coated with plastisol finish with UV protection added or topcoat applied to protect color finish from fading. Frames approximately 2 3/8" O. D. steel tubing. Frames should be finished with a protective powder coat over zinc undercoat.

600 Each

Wabash Valley S511, Webcoat T8 std or equal 2

8 ft( approximately) ADA Accessible Rectangular Portable Picnic Table, tops and benches; 3/4" No. 9 expanded steel mesh. Steel coated with plastisol finish with UV protection added or topcoat applied to protect color finish from fading. Top should be approximately 8 feet with 6 foot benches on each side to allow for wheelchair access on both ends. Frames aproximately 2 3/8 O. D. steel tubing. Frames should be finished with a protective powder coating application over zinc undercoat.

45 Each

Wabash Valley S535, Webcoat T8ST DHDCPALT or equal

346 inch square(approximately) table top, 3/4" No. 9 expanded steel mesh,coated with plastisol finish with UV protection added or topcoat applied to protect color finish from fading. Portable with 4 benches. Seating should accommodate 8 adults. Frames approximately 1 5/8" O. D. steel tubing. Frames should be finished with a protective powder coating application over zinc undercoat.

30 Each

Wabash Valley S525, Webcoat T46 or equal4 46 inch round (approximately) table top, 3/4" No. 9 steel

mesh. Steel coated with plastisol finish with UV protection added or topcoat applied to protect color finish from fading. Portable, with 4 benches. Seating should accommodate 8 adults. Frames approximately 1 5/8" O. D. steel tubing. Frames should be finished with a protective powder coat over zinc undercoat.

30 Each

Wabash Valley F6040, Webcoat T46RACS or equal5 6 foot bench(approximately),portable, with back, 3/4" No. 9

steel mesh metal, coated with plastisol finish with UV protection added or topcoat applied to protect color from fading. Frames constructed of approximately 2 3/8" O.D. steel tubing. Frames should be finished with a protective powder coat over zinc undercoat.

60 Each

Wabash Valley S565, Webcoat B6WBP or equal

Page 2 FM-3738 Rev. (06-98)

Page 17: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER

The School Board of Dade County, Florida076-BB01

Furniture, Outdoor

BID PROPOSAL FORM (FORMAT B)Type or print in this box the PLEASE COMPLETEcomplete name of the bidder: ALL SHADED AREASBid NO. 105-EE01 NAME OF BIDDER:Title: Furniture, OutdoorBuyer: J. Williams

ITEM DESCRIPTION OF ITEMESTIMATED QUANTITY UNIT

PRICE PER UNIT

MANUFACTURER & MODEL NUMBER

632 gallon Trash Receptacle constructed of steel mesh, coated with a PVC finish with UV protection added or topcoat applied to protect color from fading.

150 Each

Wabash LRD32, Webcoat TR32 or equal7 32 gallon flat top lid, minimum 14" opening. Should be

constructed of 18 guage galvanized steel with a protective powder coating.

150 Each

Wabash FTL32W, Webcoat FLATTOP 32-16 or equal

ITEMS 8 THROUGH 14 WILL BE AWARDED ON A TOTAL LOW BASIS. VENDOR MUST BID ALL ITEMS. PRICING SHOULD INCLUDE DELIVERY, ASSEMBLY, AND PLACEMENT ACCORDING TO ARCHITECTUAL DRAWING OR SITE ADMINISTRATION DIRECTIVE ACCORDING TO APPLICABLE CODES.

88 ft(approximately) Rectangular Portable Picnic Table, top and benches; 3/4" No. 9 expanded steel mesh. Steel coated with plastisol finish with UV protection added or topcoat applied to protect color finish from fading. Frames approximately 2 3/8" O. D. steel tubing. Frames should be finished with a protective powder coat over zinc undercoat.

600 Each

Wabash Valley S511, Webcoat T8 std or equal 9

8 ft( approximately) ADA Accessible Rectangular Portable Picnic Table, tops and benches; 3/4" No. 9 expanded steel mesh. Steel coated with plastisol finish with UV protection added or topcoat applied to protect color finish from fading. Top should be approximately 8 feet with 6 foot benches on each side to allow for wheelchair access on both ends. Frames aproximately 2 3/8 O. D. steel tubing. Frames should be finished with a protective powder coating application over zinc undercoat.

45 Each

Wabash Valley S535, Webcoat T8ST DHDCPALT or equal

10

46" inch square(approximately) table top, 3/4" No. 9 expanded steel mesh,coated with plastisol finish with UV protection added or topcoat applied to protect color finish from fading. Portable with 4 benches. Seating should accommodate 8 adults. Frames approximately 1 5/8" O. D. steel tubing. Frames should be finished with a protective powder coating application over zinc undercoat.

30 Each

Wabash Valley S525, Webcoat T46PEDSM or equal11

46" inch round (approximately) table top, 3/4" No. 9 steel mesh. Steel coated with plastisol finish with UV protection added or topcoat applied to protect color finish from fading. Portable, with 4 benches. Seating should accommodate 8 adults. Frames approximately 1 5/8" O. D. steel tubing. Frames should be finished with a protective powder coat over zinc undercoat.

30 Each

Wabash Valley F6040, Webcoat T46RACS or equal

Page 3 FM-3738 Rev. (06-98)

Page 18: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER

The School Board of Dade County, Florida076-BB01

Furniture, Outdoor

BID PROPOSAL FORM (FORMAT B)Type or print in this box the PLEASE COMPLETEcomplete name of the bidder: ALL SHADED AREASBid NO. 105-EE01 NAME OF BIDDER:Title: Furniture, OutdoorBuyer: J. Williams

ITEM DESCRIPTION OF ITEMESTIMATED QUANTITY UNIT

PRICE PER UNIT

MANUFACTURER & MODEL NUMBER

12 6 foot bench(approximately),portable, with back, 3/4" No. 9 steel mesh metal, coated with plastisol finish with UV protection added or topcoat applied to protect color from fading. Frames constructed of approximately 2 3/8" O.D. steel tubing. Frames should be finished with a protective powder coat over zinc undercoat.

60 Each

Wabash Valley S565, Webcoat B6WBPor equal13

32 gallon Trash Receptacle constructed of steel mesh, coated with a PVC finish with UV protection added or topcoat applied to protect color from fading.

150 Each

Wabash LRD32, Webcoat TR32 or equal14 32 gallon flat top lid, minimum 14" opening. Should be

constructed of 18 guage galvanized steel with a protective powder coating.

150 Each

Wabash FTL32W, Webcoat FLATTOP 32-16 or equal

Page 4 FM-3738 Rev. (06-98)

Page 19: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER

_____ Page 1 of 3 Initials

FM-6910 (08-05)

Miami-Dade County Public Schools

SWORN STATEMENT - NEW CONTRACTS

ATTACHMENT ____SWORN STATEMENT PURSUANT TO SECTION 1012.465,

FLORIDA STATUTES AS AMENDED BY HB 1877, THE JESSICA LUNSFORD ACT

THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARYPUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS.

1. This sworn statement is submitted to The School Board of Miami-Dade County, Fl

(Hereinafter “Board” or “School Board”) by_________________________________

_________________________________________________________________(Print individual’s name and title)

for _______________________________________________________________(Print Name of entity submitting sworn statement)

whose business address is ______________________________________________

___________________________________________________________________

__________________________________________________________________

and its Federal Employer Identification Number (FEIN) is_____________________. If the entity has no FEIN, include the Social SecurityNumber (SSN) of the individual signing this sworn statement and so indicate.

2. I, ______________________________________________, am duly authorized to make this

(Print individual’s name and title)sworn statement on behalf of __________________________________________________.

(Print Name of entity submitting sworn statement)

3. I understand that during the 2005 Legislative Session, House Bill 1877, The Jessica LunsfordAct (hereinafter “The Act” or “Act”) was passed and approved by Governor Bush on May2, 2005, with an effective date of September 1, 2005.

Page 20: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER

_____ Page 2 of 3 Initials

FM-6910 (08-05)

4. I understand that the Act amends the background screening requirements of section1012.465, Florida Statutes (2004) for all non-instructional school district employees or“contractual personnel” by requiring all non-instructional school district employees orcontractual personnel who are permitted access on school grounds when students are presentto undergo and pass “level 2 background screening,” and further I understand the Act defines“contractual personnel” to include any vendor, individual, or entity under contract with theBoard.

5. I understand that pursuant to section 1012.465, Florida Statutes as amended by the Act, non-instructional school district employees or contractual personnel who are permitted access onschool grounds when students are present, who have direct contact with students or whohave access to or control of school funds must meet level 2 screening requirements asdescribed in sections 1012.32 and 435.04, Florida Statutes.

6. I understand that as a ______________________________________(eg. a private bus Type of entity

service contractor) all contractual personnel, as defined in section 1012.465, FloridaStatutes, must meet level 2 screening requirements as outlined in sections 1012.32and 435.04, Florida Statutes in order to do business with The School Board ofMiami-Dade County, Florida.

7. I understand that “level 2 screening requirements,” as defined in sections 1012.32 and435.04, Florida Statutes means that fingerprints of all contractual personnel must be obtainedand submitted to the Florida Department of Law Enforcement for state processing and to theFederal Bureau of Investigation for federal processing.

8. I understand that the School Board will implement local procedures to comply with level 2screening requirements, as defined in sections 1012.32 and 435.04. I understand that mycompany must comply with these local procedures as they are developed.

9. I understand that any costs and fees associated with the required background screening willbe borne by my company.

10. I understand that any personnel of the contractor found through fingerprint processing andsubsequent level 2 background screening to have been found guilty of, regardless ofadjudication, or entered a plea of nolo contendere or guilty to any offense outlined in Section435.04, Florida Statutes (or any similar statute of another jurisdiction), shall not be permittedto come onto school grounds or any leased premises where school-sponsored activities aretaking place when students are present, shall not be permitted direct contact with students,and shall not be permitted to have access to school district funds.

Page 21: BID NO. - Procurement Management Servicesprocurement.dadeschools.net/bidsol/pdf/bids/105- EE01 Bid...Services: BID NO. BID TITLE BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER

_____ Page 3 of 3 Initials

FM-6910 (08-05)

11. I understand that the failure of any of the company’s or my affected personnel to meet level2 screening standards as required by section 1012.465, Florida Statutes, may disqualify mycompany from doing business with The School Board of Miami-Dade County, Florida.

12. I hereby certify that the foregoing statement is true and correct in relation to the companyfor which I am submitting this sworn statement. I further certify that this statement is beinggiven knowingly and voluntarily by me on behalf of my company.

The company submitting this sworn statement agrees to be bound by the provisions of SECTIONS1012.32, 1012.465, AND 435.04 OF THE FLORIDA STATUTES AS AMENDED BY HB 1877,THE JESSICA LUNSFORD ACT 2005.

I CERTIFY THAT THE SUBMISSION OF THIS FORM TO THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA ON BEHALF OF THE COMPANY IDENTIFIED IN PARAGRAPHONE (1) ABOVE BINDS THE COMPANY TO FULLY COMPLY WITH THE BACKGROUNDSCREENING REQUIREMENTS OF SECTIONS 1012.32, 1012.465, AND 435.04, FLORIDASTATUTES.

______________________________(Signature)

Sworn to and subscribed before me this _____________ day or _______________, 20___.

Personally known _________________________________ ___________________________

OR Produced Identification _____________________________________________________

Notary Public -State of ___________________________ ___________________________________________________________________________

(Type of Identification)My commission expires ________________________________________________________

__________________________________(Printed typed or stamped commissioned name of notary public)