+ All Categories
Home > Documents > RENEWAL BIDS - lake.k12.fl.us · Public Content Administrative Content Motion & Voting Meeting Feb...

RENEWAL BIDS - lake.k12.fl.us · Public Content Administrative Content Motion & Voting Meeting Feb...

Date post: 28-Jul-2018
Category:
Upload: doanphuc
View: 213 times
Download: 0 times
Share this document with a friend
32
2/28/2018 BoardDocs® Pro https://www.boarddocs.com/fla/vcsfl/Board.nsf/Private?open&login 1/1 The School Board of Volusia County, Florida 200 N. Clara Avenue, DeLand, FL 32720 Agenda Item Details Public Content Administrative Content Motion & Voting Meeting Feb 27, 2018 - Agenda - The School Board of Volusia County, Florida Category 12. Consent-Operations Services-Purchasing Subject 12.07 Bid Renewal: No. TR-624JS, Recapped and New Tires Access Public Type Action (Consent) Recommended Action The superintendent recommends approval of Bid Renewal No. TR-624JS, Recapped and New Tires. Goals Focus Area 6-Operations/Infrastructure BACKGROUND: The District is requesting approval for the contract renewal of recapped and new tires for the Transportation and Maintenance Automotive Department to support the school buses and other district vehicles. SUBMITTED BY: Maria Kraft, Coordinator, Purchasing and Warehouse Services 2-27-18 BOARD - Bid Renewal No. TR-624JS - Recapped and New Tires.pdf (1,473 KB) The superintendent recommends approval of all items in the consent agenda. Motion by Melody M Johnson, second by John M Hill. Final Resolution: Motion Carries Yea: Ida D Wright, Linda L Cuthbert, John M Hill, Melody M Johnson, Carl Persis
Transcript

2/28/2018 BoardDocs® Pro

https://www.boarddocs.com/fla/vcsfl/Board.nsf/Private?open&login 1/1

The School Board of Volusia County, Florida 200 N. Clara Avenue, DeLand, FL 32720

Agenda Item Details

Public Content

Administrative Content

Motion & Voting

Meeting Feb 27, 2018 - Agenda - The School Board of Volusia County, Florida

Category 12. Consent-Operations Services-Purchasing

Subject 12.07 Bid Renewal: No. TR-624JS, Recapped and New Tires

Access Public

Type Action (Consent)

Recommended Action The superintendent recommends approval of Bid Renewal No. TR-624JS, Recapped and NewTires.

Goals Focus Area 6-Operations/Infrastructure

BACKGROUND: The District is requesting approval for the contract renewal of recapped and new tires for the Transportation and MaintenanceAutomotive Department to support the school buses and other district vehicles. SUBMITTED BY: Maria Kraft, Coordinator, Purchasing and Warehouse Services

2-27-18 BOARD - Bid Renewal No. TR-624JS - Recapped and New Tires.pdf (1,473 KB)

The superintendent recommends approval of all items in the consent agenda.

Motion by Melody M Johnson, second by John M Hill.Final Resolution: Motion CarriesYea: Ida D Wright, Linda L Cuthbert, John M Hill, Melody M Johnson, Carl Persis

RENEWAL BIDSBOARD DATE: 02/27/2018

SCHOOL DISTRICT OF VOLUSIA COUNTY

BID / RFP EST. ANNUAL CONTRACT AWARDEDNAME OF BID NUMBER EXPENDITURE PERIOD VENDOR(S) COMMENTS

Recapped & New Tires TR-624JS $190,000.00 04/13/2018 - 04/12/2019 Earl W. Colvard, Inc. dba Boulevard Tire Center, DeLand, FL

The proposed bid renewal relates to recapped and new

tires for the transportation department and maintenance

automotive department's use on Volusia County School Board

buses and other district vehicles.

BID RENEWAL FOR BOARD APPROVAL

Page 1 of 1

P.O. Box 2118 • 200 North Clara Avenue • Deland, Florida 32721-2118

Osteen (386) 860-3322

Mr. James T. Russell Superintendent of Schools

January 22, 2018

Deland (386) 734-7190

Eart W. Colvard, Inc. dba Boulevard Tire Center. Attn.: Earl W. Colvard, President 816 S. Woodland Blvd Deland, FL 32720

RE: BID NO.: TR-624JS . BID NAME: RECAPPED & NEW TIRES

Daytona Beach (386) 255'6475

New Smyrna Beach (386) 427-5223

school Board of Volusia County

Mrs. Linda Cuthbert, Chairman, Dr. John Hill, Vlce Chairman,

Mrs. Melody Johnson, Mr. Carl Persis,

Mrs. Ida o. Wright

Renewal Effective: 4/1312018 -4/12/2019

Dear Mr. Colvard:

Please be advised that the above-mentioned bid request for RECAPPED & NEW TIRES due to expire April 12, 2018. We have been more than happy with yciur pertormance and would like to renew for another contract period with your consent to the same terms and conditions as submitted on the original bid response. The renewed contract period will begin on April 13, 2018 and end on April 12, 2019. Please respond no later thanFebruary 5, 2018.

Please sign below indicating renewal/non-renewal and mail to the attention of Michelle Black, Procurement Specialist; Purchasing Department, 3750 Olson Drive, Daytona Beach, FL 32124, or for your convenience, you can also e-mail it to me at [email protected]

Thank you for your cooperation and conlinued inlerest in the Volusia County School System.

Sinceie� �

Michelle Black Procurement Specialist Purchasing Department

I AGREE TO THE RENEW TR-624JS RECAPPED & NEW TIRES FOR ONE) (1) ADDITIONAL YEAR

FROM APRIL 13, 7T UGH , 2018:

/ Signatu e

; J._� ;, I'-' · Oat�

&a.L uJ t...'b/v'A�d Type/Printed Name of Above

I DO NOT AGREE TO THE RENEW TR-624JS RECAPPED & NEW TIRES:

Signature

Date

Type/Printed Name of Above

An Equal Opportunity Employ.er

Vendor: Cut along the border and affix this label to your sealed bid envelope to identify it as a SEALED BID. Be sure to include the name and location of the company submitting the bid where requested on the label.

Please note

From time to time, an addendum may be issued to a bid. Any such addenda will be posted on the same web site from which you obtained this bid. If you are a registered vendor with the district, you will automatically receive notification of all addenda. If you are not, you should periodically check our web site to download any addenda which may have been issued since the release date of the bid.

To become a registered vendor, you must complete a Vendor Application, available from our web site at http://myvolusiaschools.org/purchasing. Click on “Vendor Application” from the menu on the left hand side of the page. Complete the application in VendorLink, choose the commodities for which you wish to receive bid notifications, and submit. Once you receive notice you have been approved, you will begin to receive automatic notifications of both bids and addenda from VendorLink.

SEALED BID – DO NOT OPEN

Sealed Bid No.: TR-624JS

Bid Name: RECAPPED & NEW TIRES

Due Date/Time: MARCH 1, 2016 @ 2:00 PM

Submitted By: __________________________________ (Company Name)

___________________________________ (City/State)

DELIVER TO: Purchasing Department School Board of Volusia County 3750 Olson Drive Facilities - Maintenance Bld. Daytona Beach, FL 32124

Distributed by Purchasing: Revised 9/2001 98180 MIS

School Board of Volusia County Purchasing Department 3750 Olson Drive Daytona Beach, Florida 32124

BID TITLE: RECAPPED & NEW TIRES

F.O.B. DESTINATION: REFER TO BID DETAILS FOR LOCATIONS

The public is invited to attend the bid opening on: BID DUE DATE and TIME: MARCH 1, 2016 @ 2:00 P.M.

SUBMIT BID TO: Purchasing Department BID OPENING LOCATION: Purchasing Conference Room Facilities - Maintenance Building Facilities - Maintenance Building 3750 Olson Drive 3750 Olson Drive Daytona Beach, Florida 32124 Daytona Beach, Florida 32124

Bids must be delivered to Purchasing Department prior to BID DUE DATE and TIME.

REQUIRED SUBMITTALS CHECKLIST - Note: Submittal is required for each box checked for bid to be considered.

Literature Specifications Catalogs Product Samples: See bid for specific details

X Debarment Form

X List of References

Drug-Free Workplace Certification

Manufacturer’s Certificate of Warranty

X Response Forms: Pages 12-16_

X Statement of Principal Place of Business Form

X Certificate of Insurance: See enclosed guidelines for detailed specifications

X Additional submittals specific to this bid may also be required - See bid for details

THE BID SHALL BE EFFECTIVE FROM APRIL 13, 2016 TO APRIL 12, 2017. THE ANTICIPATED DATE OF BOARD APPROVAL IS APRIL 12, 2016.

BIDDER MUST FILL IN THE INFORMATION LISTED BELOW AND SIGN WHERE INDICATED FOR BID TO BE CONSIDERED Company Name: ____________________________________________________________________________________________________________

Address: ___________________________________________________________________________________________________________________

City, State: _____________________________________ Zip: ____________________ E-MAIL: __________________________________________

Signature of Owner or Authorized Officer/Agent ___________________________________________________ Telephone: _______________________________________

Typed Name of Above: ______________________________________________________ FAX: ____________________________________________

By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, business entity, or person submitting an offer for the same materials, supplies, equipment, or service(s), and is in all respects fair and without collusion or fraud. I further agree to abide by all conditions of this invitation and certify that I am authorized by the offer or to sign this response. In submitting an offer to the School Board of Volusia County, I, as the respondent, offer and agree that if the offer is accepted, the offer or will convey, sell, assign, or transfer to the School Board of Volusia County all right, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodity(s) or services(s) purchased or acquired by the School Board of Volusia County. At the School Board’s discretion, such assignment shall be made and become effective at the time the School Board of Volusia County tenders final payment to the vendor. Upon approval by Board the information contained herein shall constitute the contract between the Board and vendor. Per Purchasing Policy 702, bidders must initiate any protest of recommendation of award within 72 hours after posting of the bid tabulation in the Purchasing Department.

NO BID I HEREBY SUBMIT THIS AS A “NO BID” FOR THE REASONS CHECKED BELOW: 1. Insufficient time to respond 7. Addendum received too late to respond

2. Specifications were unclear or restrictive 8. Could not meet Insurance requirements

3. Could not meet bonding requirements 9. We do not offer the product or service requested

4. Our schedule will not permit us to respond 10. Remove our company name from this commodity listing only.5. Terms & Conditions were unclear or restrictive

6. Could not meet specifications 11. Keep our company on the bid list for future bids12. Other__________________________________________________________________________________________________________

INVITATION TO BIDPAGE 1 OF 16

BID NO.: TR-624JS RELEASE DATE: FEBRUARY 10, 2016

BUYER: JACQUETA SCOTT, BUYER 386-734-7190 EXT. 50853FAX 386-506-5056

Page 2

GENERAL CONDITIONS Bidder: To ensure acceptance of the bid follow these instructions

1. SEALED BID REQUIREMENTS: The “INVITATION TO BID”sheet must be completed, signed, and returned with the bid. The BidResponse Form on which the bidder actually submits a bid and anypages upon which information is required to be inserted must becompleted and submitted with the bid. Bids received that fail tocomply with these submittal requirements may not beconsidered for award.a) BIDDER’S RESPONSIBILITY: It is the responsibility of the

bidder to be certain that all numbered pages of the bid andall attachments thereto are received; and all addendareleased are received prior to submitting a bid. All bids aresubject to the conditions specified herein on the attachedbid documents, and on any addendum issued thereto.

b) BID SUBMITTED: Completed bid must be submitted sealed inan envelope. Bids must be time stamped in the PurchasingDepartment prior to the bid opening time on date due. No bid willbe considered if not time stamped in the Purchasing Departmentprior to the stated bid opening time. Bids submitted bytelegraphic or facsimile transmission will not be accepted unlessstated in the special conditions of this bid.

c) Each bid must be submitted on “Bid Response Form” in asealed envelope with the item bid, date, time and bid number onthe outside. Please use the enclosed envelope, if provided, whensubmitting your bid.

d) Florida Statutes, Section 287.133 (2) (a) states: “A person oraffiliate who has been placed on the convicted vendor listfollowing a conviction for a public entity crime may not submit abid on a contract to provide any goods or services to a publicentity, may not submit a bid on a contract with a public entity forthe construction or repair of a public building or public work, maynot submit bids on leases of real property to a public entity, maynot be awarded or perform work as a contractor, supplier,subcontractor, or consultant under a contract with any publicentity, and may not transact business with any public entity inexcess of the threshold amount provided in section 287.017, forCATEGORY TWO for a period of 36 months from the date ofbeing placed on the convicted vendor list.”

e) EXECUTION OF BID: All bids must be completed in ink ortypewritten. If a correction is necessary, draw a single linethrough the entered figure and enter the corrected figure or usean opaque correction fluid. All corrections should be initialed bythe person signing the bid even when using opaque correctionfluid. Any illegible entries will not be considered for award. Theoriginal bid conditions and specifications cannot be changed oraltered in any way by bidder.

2. SPECIFICATIONS used are intended to be open and nonrestrictive.Any reference to brand name or number shall not be construed asrestricting to that manufacturer, but is used as a minimum standard ofquality. It shall be the sole responsibility of the bidder to state, inwriting when requested, brand bid, model and other pertinentinformation even if bidding as specified. Bidder shall submitcomplete technical information, specifications, manufacturer's nameand descriptive catalog cuts with bid proposal. The Board, through itsPurchasing Department, shall be the sole judge in makingdetermination as to the quality of product/item bid.

3. PRICES QUOTED: Deduct trade discounts and quote firm netprices. Give both unit price and extended total. Prices must bestated in units to quantity specified in the bid. In case of discrepancyin computing the amount of the bid, the Unit Price quoted will govern.All prices quoted shall be F.O.B. destination, freight prepaid. Bidderpays and bears freight charges. Bidder owns goods in transit andfiles any claims, unless otherwise stated in Special Conditions.Award, if made, will be in accordance with terms and conditionsstated herein. Each item must be bid separately and no attempt is tobe made to tie any item or items in with any other item or items.Cash or quantity discounts offered will not be a consideration indetermination of award of bid(s). If a bidder offers a discount oroffers terms less than Net 30, it is understood that a minimum of 30days will be required for payment. If a payment discount is offered,the discount time will be computed from the date of satisfactorydelivery at place of acceptance and receipt of correct invoice at theoffice specified.

a) TAXES: The School Board of Volusia County, Florida does notpay federal Excise and State taxes on direct purchase of tangible personal property. The applicable tax exemption number is shown on the purchase order. This exemption does not apply to purchases of tangible personal property made by contractors who use the tangible personal property in the performance of contracts for the improvement of School Board owned real property as defined in Chapter 192 of the Florida Statutes.

b) MISTAKES: Bidders are expected to examine the specifications,delivery schedules, bid prices and extensions, and all instructionspertaining to supplies and services. Failure to do so will be atbidder’s risk.

c) CONDITION AND PACKAGING: It is understood and agreedthat any item offered or shipped as a result of this bid shall benew (current production model at the time of this bid) unlessotherwise stated. All containers shall be suitable for storage orshipment, and all prices shall include standard commercialpackaging.

d) UNDERWRITERS’ LABORATORIES: Unless otherwisestipulated in the bid, all manufactured items and fabricatedassemblies shall be U.L. listed where such has been establishedby U.L. for the item(s) offered and furnished. In lieu of the U.L.listing, bidder may substitute a listing by an independent testinglaboratory recognized by OSHA under the Nationally RecognizedTesting Laboratories (NRTL) Recognition Program.

e) BIDDER’S CONDITIONS: The Board specifically reserves theright to reject any conditional bid submitted by bidders.

f) PREFERENCE FOR VOLUSIA COUNTY BIDDERS: For allpurchases made by The School Board of Volusia County, pricesand quality being equal, preference may be given to VolusiaCounty Bidders, subject to certification as a drug-free workplace(Florida Statute 287.087; Fiscal Management Policy 702)

4. NONCONFORMANCE TO CONTRACT CONDITIONS: Itemsoffered may be tested for compliance with bid conditions andspecifications. Items delivered, not conforming to bid conditions orspecifications, may be rejected and returned at vendor’s expense.Goods or services not delivered as per delivery date in bid and/orpurchase order may be purchased on the open market. Any increasein cost may be charged against the bidder. Any violation of thesestipulations may also result in:a) Vendor’s name being removed from the Department of

Purchasing vendor mailing list for one (1) year and vendor notbeing recommended for any award during this period.

b) All departments being advised not to do business with vendor.5. SAMPLES: Samples of items, when required, must be furnished free

of expense by bid due date unless otherwise stated and, if notdestroyed, will upon request, be returned at the bidder’s expense.Bidders will be responsible for the removal of all samples furnishedwithin 30 days after bid opening. All samples will be disposed of after30 days. Each individual sample must be labeled with bidder’s name,bid number, and item number. Failure of bidder to either deliverrequired samples or to clearly identify samples as indicated may bereason for rejection of the bid. Unless otherwise indicated, samplesshould be delivered to the office of the Purchasing Department of TheVolusia County School Board, 3750 Olson Drive, Facilities-Maintenance Building, Daytona Beach, Florida 32124.

6. DELIVERY: Delivery shall be within the normal working hours of theuser, Monday through Friday, excluding holidays. Back orders will bemade only when specifically authorized to do so.

7. NOTE TO VENDORS DELIVERING TO OUR CENTRALWAREHOUSE: Receiving hours are Monday through Friday(excluding holidays) 7:00 A.M. to 1:00 P.M. Appointments arerequired.

8. NO CORRECTION of any apparent ambiguity, inconsistency or errortherein, will be made to any bidder orally. Every request for suchinterpretation or correction should be in writing, prior to bid date,addressed to the Purchasing Representative. All such interpretationsand supplemental instructions will be in the form of written Addendato the Bidding Documents. Only the interpretation or correction sogiven by the Purchasing Representative, in writing, shall be bindingand prospective bidders are advised that no other source isauthorized to give information concerning, or to explain or interpretthe Bid Documents.

Page 3

9. AWARDS: In the best interest of the School Board, the Boardreserves the right to reject any and all bids and to waive anyirregularity or informality in bids received; to accept any item or groupof items; to acquire additional quantities at prices quoted on thisinvitation unless additional quantities are not acceptable, in whichcase the bid sheets must be noted “BID IS FOR SPECIFIEDQUANTITY ONLY.” All awards made as a result of this bid shallconform to applicable Florida Statutes.

10. PROTEST PROCEDURE: Failure to file a protest as outlined inSection 120.57(3) F.S. and Volusia County Schools Fiscal Policy 702shall constitute a waiver of proceedings under Chapter 120, F.S.

11. OTHER GOVERNMENTAL AGENCIES: It is the intent of thissolicitation to obtain bids to furnish the products(s)/service(s) hereinspecified to the School Board of Volusia County, Florida. Otherschool boards and governmental agencies/entities including, but notlimited to, fellow member districts in the Bay Area SchoolsPurchasing Consortium and the Central Florida School BoardPurchasing Consortium, may purchase from this solicitation ifpermitted by the contractor or supplier. Said product(s)/service(s) areto be furnished in accordance with the contract resulting from thissolicitation.

12. INSPECTION, ACCEPTANCE & TITLE: Inspection and acceptancewill be at destination shown on purchase order unless otherwiseprovided. Title to/or risk of loss or damage to all items shall be theresponsibility of the successful bidder until acceptance by the buyerunless loss or damage result from negligence by the buyer. If thematerials or services supplied to the Board are found to be defectiveor do not conform to specifications, the Board reserves the right tocancel the order upon written notice to the seller and return product atbidder’s expense.

13. MARKING: Packing list must be included in each shipment and shallshow The School Board of Volusia County Purchase Order Number,Bid Number, School Name or Department Name, Contents andShipper's Name and Address; mark packing list and invoice coveringfinal shipment "Order Completed". If no packing list accompanies theshipment, the buyers count will be accepted. Mark each packageclearly with (A) Shipper's Name and Address, (B) Contents, (C) TheSchool Board of Volusia County Purchase Order Number. and (D) BidNumber.

14. PAYMENT: Payment will be made by the buyer after the itemsawarded to a vendor have been received, inspected, and found tocomply with award specifications, free of damage or defect andproperly invoiced.

15. CONFLICT OF INTEREST: The award hereunder is subject to theprovisions of Chapter 112, Florida Statutes. All bidders must disclosewith their bid the name of any officer, director, or agent who is also anemployee of the School Board of Volusia County, Florida. Further, allbidders must disclose the name of any Board Employee who ownsdirectly or indirectly, an interest of five per cent (5%) or more of thetotal assets of capital stock in the bidder’s firm.

16. LEGAL REQUIREMENTS: Federal, State, County, and local laws,ordinances, rules, and regulations that in any manner affect the itemscovered herein apply. Lack of knowledge by the bidder will in no waybe a cause for relief from responsibility.

17. PATENTS & ROYALTIES: The bidder, without exception, shallindemnify and hold harmless The School Board of Volusia County,Florida and its employees from liability of any nature or kind, includingcost and expenses for or on account of any copyrighted, patented, orunpatented invention, process, or article manufactured or used in theperformance of the contract, including its use by The School Board ofVolusia County, Florida. If the bidder uses any design, device, ormaterials covered by letters, patent, or copyright, it is mutuallyunderstood and agreed without exception that the bid prices shallinclude all royalties or cost arising from the use of such design,device or materials in any way involved in the work.

18. OSHA: The bidder warrants that the product supplied to The SchoolBoard of Volusia County, Florida shall conform in all respects to thestandards set forth in the Occupational Safety and Health Act of1970, as amended, and the failure to comply with this condition willbe considered as a breach of contract.

19. SPECIAL CONDITIONS: The Superintendent or Designee has theauthority to issue Special Conditions and Specifications as requiredfor individual bids. Any and all Special Conditions that may vary fromthese General Conditions shall have precedence.

20. ANTI-DISCRIMINATION: The bidder certifies that he or she is incompliance with the non-discrimination clause contained in Section

202, Executive Order 11246, as amended by Executive Order 11246, as amended by Executive Order 111375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. Further, an entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid or contract to profide goods/services to or may not transact business with a public entity. 287.012(11)(15)FS

21. LIABILITY, INSURANCE, LICENSES AND PERMITS: Wherebidders are required to enter or go onto School Board property todeliver materials or perform work or services as a result of a bidaward, the bidder agrees to The Hold Harmless Agreement statedherein and will assume the full duty obligation and expense ofobtaining all necessary licenses, permits and insurances. The biddershall be liable for any damages or loss to the Board occasioned bynegligence of the bidder (or agent) or any person the bidder hasdesignated in the completion of the contract as a result of their bid.

22. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OFINSURANCE: Bid bonds, when required, shall be submitted with thebid in the amount specified in Special Conditions. Bid bonds will bereturned to unsuccessful bidders. After acceptance of bid, the Boardwill notify the successful bidder to submit a performance bond andcertificate of insurance in the amount specified in Special Conditions.Upon receipt of the performance bond, the bid bond will be returnedto the successful bidder.

23. DEFAULT AND VENUE: In the event of default on a contract, thesuccessful bidder shall pay The School Board of Volusia County,Florida, as liquidated damages an amount equal to 25% of the unitprice bid, times the quantity or $50.00, whichever amount is larger.Any action by The School Board for liquidated damages shall beinstituted and prosecuted in the Courts of the County of Volusia,State of Florida. In the event of a default on a contract, thesuccessful bidder shall pay all attorney’s fees and court costsincurred in collecting any liquidated damages.

24. CANCELLATION: In the event any of the provisions of this bid areviolated by the contractor, the Superintendent or Designee shall givewritten notice to the contractor stating the deficiencies and unlessdeficiencies are corrected within five (5) days, recommendation maybe made to the School Board for immediate cancellation (perPurchasing Policy 702). The School Board of Volusia County, Floridareserves the right to terminate any contract resulting from thisinvitation at any time and for any reason, upon giving thirty (30) daysprior written notice to the other party.

25. BILLING INSTRUCTIONS: Invoices, unless otherwise indicated,must show purchase order numbers and shall be submitted intriplicate to The School Board of Volusia County, Florida, AccountsPayable Department. P.O. Box 2118, DeLand, Florida 32721-2118.Payment will be made a minimum of 30 days after delivery,authorized inspection and acceptance.

26. FACILITIES: The Board reserves the right to inspect the bidder’sfacilities at any time with prior notice.

27. BID TABULATIONS: Bidders desiring a copy of bid tabulation mayrequest same by enclosing a self-addressed, stamped envelope withsufficient amount of postage on the envelope, when submitting bid.

28. ASBESTOS STATEMENT: All material supplied to the School Boardof Volusia County, Florida must be 100% asbestos free. Bidder byvirtue of bidding, certifies by signing bid, that if awarded any portion ofthis bid, will supply only material or equipment that is 100% asbestosfree. No bid will be considered unless this is agreed to by the vendor.

29. HOLD HARMLESS AGREEMENT: During the term of this bid thebidder shall indemnify, hold harmless, and defend the School Boardof Volusia County, Florida its agents, servants and employees fromany and all costs and expenses, including but not limited to,attorney’s fees, reasonable investigative and recovery costs, courtcosts and all other sums which the Board, its agents, servants andemployees, may pay or become obligated to pay on account of any,all and every claim or demand, or assertion of liability, or any claim oractions founded, thereon, arising or alleged to have arisen out of theproducts, goods or services furnished by the bidder, his agents,servants or employees, or any of his equipment when such personsor equipment are on premises owned or controlled by the Board forthe purpose of performing services, delivering products or goods,installing equipment, or otherwise transacting business, whether suchclaim or claims be for damages, injury to person or property, includingthe Board’s property, or death of any person, group or organization,whether employed by the bidder or the Board or otherwise.

THE SCHOOL BOARD OF VOLUSIA COUNTY BID NO. TR-624JS 3750 OLSON DRIVE DATE: FEBRUARY 10, 2016 DAYTONA BEACH, FLORIDA 32124 Page 4 of 16

RECAPPED & NEW TIRES SPECIAL CONDITIONS:

1. NOTICE TO VENDORS: Vendors are advised of the following changes to the laws of Florida asfollows:

1.1 PUBLIC RECORDS ACT – All vendors are hereby advised that the Volusia County School Board, Purchasing Department will open all competitive processes in accordance with Florida Statute Chapter 119.071(1)(b), effective June 2, 2011. Sealed bids, proposals or replies received pursuant to a competitive solicitation are exempt from the Public Records Act (Chapter 119) and Section 24(1), Article 1 of the Florida Constitution until such time as the Board provides notice of an intended decision or until thirty (30) days after the bid opening, whichever is earlier. If the Board rejects all bids or proposals and the Board concurrently provides notice of its intent to reissue the solicitation, the rejected bids or proposals remain exempt until such time as the Board provides notice of an intended decision concerning the competitive procurement process or until it withdraws the reissued solicitation. A bid or proposal is not exempt for longer than twelve (12) months after the initial agency notice rejecting all bids or proposals. Only the name of responding vendors is required to be read at a bid opening date and time. No pricing will be read.

1.2 FLORIDA PREFERENCE – Pursuant to Section 287.084, Florida Statutes, effective July, 2012, the Board shall make appropriate adjustments to pricing of responses, as required, when proposals have been submitted by bidders having a principal place of business outside the State of Florida. Responding bidders must complete and submit with their bid response the attached Bidder’s Statement of Principal Place of Business form, attached at the end of this document. Failure to comply shall be considered non-responsive to the terms and conditions of this solicitation. For additional information regarding this statute, bidders may referto: http://www.leg.state.fl.us/Statutes/index.cfm.

1.3 FLORIDA SUNSHINE LAW – In order for the District to be in compliance with Florida Statute Chapter 286.0113, any questions pertaining to a competitive solicitation must be submitted in writing (i.e., U.S. mail services or a third party mail services company, fax, email).

1.4 DEBARMENT – All bids shall be accompanied by a completed Certificate regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion form.

1.5 LICENSES - The successful vendor shall hold appropriate license(s) according to Florida State Statutes with regard to the product and/or services being requested. The license must be valid throughout the contract period. A copy of vendor's license must accompany the bid.

THE SCHOOL BOARD OF VOLUSIA COUNTY BID NO. TR-624JS 3750 OLSON DRIVE DATE: FEBRUARY 10, 2016 DAYTONA BEACH, FLORIDA 32124 Page 5 of 16

RECAPPED & NEW TIRES

2. INTENT: The purpose of soliciting this bid is to secure fixed pricing for new tires, tire recappingand related tire services for district vehicles.

3. CONTRACT PERIOD: Board approval date is tentatively scheduled for April 12, 2016. Prices shallhold for approximately one (1) year from Board approval date. Based upon the acceptance ofaward, the contract period shall be from April 13, 2016 to April 12, 2017. One (1) base year withtwo (2), one (1) year renewal options.

4. AWARD: This bid may be awarded to a single vendor, a primary/secondary vendor or multiplevendors by section or by any other basis that will be in the best interest of the Board. Awardeeshall be able to perform all bid requirements in their area of expertise.

5. USE OF OTHER CONTRACTS: The District reserves the right to utilize other District contracts, Stateof Florida Contracts, contracts awarded by other city or county governmental agencies, otherschool boards, other community college/state university system cooperative bid agreements, or todirectly negotiate/purchase per School Board policy and/or State Board Rule in lieu of any offerreceived or award made as a result of this bid, if it is in the District’s best interest to do so. TheDistrict also reserves the right to separately bid any single order to purchase any item on this bid ifit is in the district’s best interest to do so.

6. INVOICING: Invoice copy and/or packing slip must be presented at time of delivery. The district’spurchase order number must appear on all invoices, delivery receipts and correspondence referring to all orders. Orders received without the purchase order displayed shall be subject to refusal andreturn at the vendor’s expense. State required tire fees shall be listed separately on each invoice.

7. WORK EXPERIENCE: The bidder shall have maintained continual work experience in thecommercial tire business for a period not less than five (5) years prior to the bid date. Biddermust submit written documentation with the bid, substantiating experience requirement.Responding bidders are to provide three (3) references with their bid (forms attached).

8. DELIVERY ACCEPTANCE: Any materials delivered under this bid shall remain the property of theawardees until a physical inspection of the material is made and thereafter accepted to thesatisfaction of the district and must comply with the terms herein and be fully in accord with thespecifications. In the event the material supplied to the district is found to be defective or doesnot conform to specifications, the district reserves the right to cancel the order upon writtenrequest and return the product to the awardee at awardee’s expense.

THE SCHOOL BOARD OF VOLUSIA COUNTY BID NO. TR-624JS 3750 OLSON DRIVE DATE: FEBRUARY 10, 2016 DAYTONA BEACH, FLORIDA 32124 Page 6 of 16

RECAPPED & NEW TIRES

SPECIAL CONDITIONS (continued):

9. PRICE: The prices shall be fixed for the term of the contract. Awardee shall bear any and all costs associated with freight, pick up, delivery, fuel surcharges or miscellaneous fees associated with district site visits.

10. CANCELLATION: Any contract awarded as a result of this bid will be subject to cancellation at any time by Volusia County School Board for one or more of the following reasons:

a. Awardee’s failure to respond and deliver tires within the time frames set forth by the bid.b. Unsatisfactory and/or substandard product workmanship or performance or poor

communication of awardee’s personnel during order placement and delivery times.c. If the failure rate of recapped tires purchased during the first year of this contract or any

subsequent year is determined by the district to be excessive, the district reserves the right to cancel this award, consider rebidding the commodity or make an open-market purchase, where appropriate.

d. Substantial changes to the vehicle mechanics, new or recapped tire design standards or industry manufacturing standards that would dramatically alter the cost effectiveness of this contract to either VCS and/or the awardee.

11. BID TIMELINE:February 11, 2016 – Electronic Release (Vendorlink)February 24, 2016 – Deadline for questions and/or addendumsMarch 1, 2016 @ 2:00PM– Opening date and timeMarch 15, 2016 – Tabulation posted on Purchasing Department websiteApril 12, 2016 – Anticipated Board Approval dateApril 13, 2016 – Performance period begins

12. BID SUBMITTAL/QUESTIONS: Solely with regard to a released solicitation, no bidder or their representative shall contact or lobby District personnel or School Board members, prior to a posted award recommendation. All questions are to be submitted in writing and directed to the identified Purchasing Department Buyer, unless otherwise stated in the special conditions of the solicitation. Violation of this policy may result in the rejection/disqualification of bidder’s response per School Board Fiscal Management Policy 702. Refer bid specification questions and submit completed bid to:

The School Board of Volusia County Phone: Attn: Jacqueta Scott, Buyer 386-947-8786, Daytona BeachPurchasing Department Extension: 508533750 Olson Dr. Email: [email protected] Beach, FL 32124

THE SCHOOL BOARD OF VOLUSIA COUNTY BID NO. TR-624JS 3750 OLSON DRIVE DATE: FEBRUARY 10, 2016 DAYTONA BEACH, FLORIDA 32124 Page 7 of 16

RECAPPED & NEW TIRES

13. CONTRACT ADMINISTRATION : The contract resulting from this bid will be administered by:School Board of Volusia County Bill French, Assistant Director Student Transportation Services 1648 Hancock Blvd. Daytona Beach, Fl. 32114 (386) 258-4677 ext. [email protected]

14. DELIVERY SITES: The delivery location will be clearly marked on each purchase order.

1. Daytona Transportation – 1648 Hancock Boulevard, Daytona Beach, FL 32114Telephone number: (386) 258-4677

2. DeLand Transportation - 1301 Shapiro Drive, Deland, FL 32724Telephone number: (386) 736-6753

3. Deltona Transportation - 2101 Eustace Avenue, Deltona, FL 32725Telephone number: (386) 575-4200

4. New Smyrna Beach Transportation - 1294 Turnbull Bay Road, New Smyrna Beach, FL 32168Telephone Number: (386) 426-7347

5. Facilities Maintenance – 3750 Olson Drive, Daytona Beach, FL 32124Telephone Number: (386) 947-8786

15. MANUFACTURER’S CERTIFICATION: Each bidder shall submit a letter from each tire manufacturerthat lists the bidder as an authorized dealer.

16. INSURANCE: Awardee shall name the School Board of Volusia County, Florida as an additionalinsured on vendor’s policy. The awardee shall purchase and maintain the following insurance forthe life of the bid contract as follows:

16.1 Commercial General Liability: Maintain insurance at a minimum of One Million Dollars ($1,000,000.00) single limit per occurrence; Two Million Dollars ($2,000,000.00) annual aggregate.

16.2 Submitting Proof of Insurance: The awardee shall furnish The School Board of Volusia County, Purchasing Department, Attn: Jacqueta Scott, Buyer, certificates evidencing that required insurance is in effect prior to commencement of services as required by this bid. Certificates shall be received by the Purchasing Department within seven (7) working days after notification of award of the contract.

THE SCHOOL BOARD OF VOLUSIA COUNTY BID NO. TR-624JS 3750 OLSON DRIVE DATE: FEBRUARY 10, 2016 DAYTONA BEACH, FLORIDA 32124 Page 8 of 16

RECAPPED & NEW TIRES DETAILED SPECIFICATIONS:

1. RETREAD FACILITY AND CLASSIFICATION:

1.1 The school district reserves the right to inspect or have their representatives inspect the vendor’s facilities at any time during normal business hours.

1.2 It is a requirement of this bid that vendors have adequate local stock to supply the requirements of the district

1.3 Retread plant must meet or exceed ISO 9001 certification and the latest ISO Certification. Must maintain this certification and notify participating districts in the event this certification has expired or cancelled within 30 days of notice.

1.4 All casings must be inspected by an ultrasonic or an electromagnetic casing analyzer with the ability to detect belt edge separation and other defects that can cause in-service failure. This unit must incorporate using Sherography technology process at vendors retread facility.

1.5 All tire or casing inspections shall take place from bead to bead. 1.6 District casings shall be tracked electronically and only district owned casing shall be

provided unless prior approval for substitutes is provided by Contract Administrator 1.7 Casing repairs must be conducted by awardee’s technicians certified by the Tire Industry

Association (TIA). Casing repairs must be conducted using industry standard repair procedures.

2. RETREAD DESIGN AND SPECIFICATIONS:

2.1 Radial highway tread design, identified by manufacturer identification marking and date of manufacture on edge or top of procure attachment.

2.2 All tire recapping material must be manufactured in the United States. 2.3 Alternative tread designs may be considered at the discretion of the Contract

Administrator. 2.4 The required recap shall be the Bandag process latest technology 2.5 Tread depth range shall be 20/32” to 24/32”. 2.6 All retread tires must be built on an inflated, semi-automatic builder to insure precision

in tread application. 2.7 Casings accepted for retreading shall not contain any of the following:

Ply separation Exposed bead wire Impact breaks Sidewall separation Weather cracking which will not pass inspection Circumferential bead cracking

THE SCHOOL BOARD OF VOLUSIA COUNTY BID NO. TR-624JS 3750 OLSON DRIVE DATE: FEBRUARY 10, 2016 DAYTONA BEACH, FLORIDA 32124 Page 9 of 16 RECAPPED & NEW TIRES RETREAD DESIGN AND SPECIFICATIONS (continued):

Nail hole or injuries which cannot be repaired using normal and common commercial practice

Casings exceeding any district fleet specifications shall not be recapped with disposition to be determined by the Contract Administrator

Casings: no more than five times retread 2.8 Standard tread design for district school buses is standard highway tread using the

Bandag process.

3. NEW TIRE SPECIFICATIONS:

3.1 The school district currently uses Bridgestone, Firestone and Goodyear brand tires for the school bus fleet. In an effort to standardize brand of tire, no equivalent brand will be accepted for this bid unless authorized by the Contract Administrator.

3.2 All new tire manufacturers’ standard warranty must apply and awardee must be an authorized distributor of tire brands provided. The awardee must notify the district within 30 days of any changes occurring regarding authorization.

3.3 Bidders shall indicate for each item bid, the name and model of the brand being bid 3.4 All new tires delivered shall have a manufacturer’s date code not to exceed six months

in age. Tires with date codes greater than six months will not be accepted and returned at the awardees expense.

3.5 Upon request, awardee will provide specification/ data sheets for any awarded tire brands.

4. SERVICES: Bidder must provide emergency road service 24 hours a day 7 days a week and a

telephone number for tire related road assistance and must be able to cover the state of Florida. Maximum 2-hour response time within school district

5. INSPECTIONS AND REPORTING:

5.1 Awarded vendor will conduct quarterly inspections of school buses and report tread wear conditions to include monitoring performance and forecasting tread life where requested.

5.2 All rims will be inspected for cracks, warpage, excessive wear and any other damage with any irregularities reported to the fleet maintenance supervisor. Rims must be bead blasted and black or school bus yellow powder coating must be performed as requested.

5.3 Provide quarterly report of out of service tire analysis including any cause of failure.

THE SCHOOL BOARD OF VOLUSIA COUNTY BID NO. TR-624JS 3750 OLSON DRIVE DATE: FEBRUARY 10, 2016 DAYTONA BEACH, FLORIDA 32124 Page 10 of 16 RECAPPED & NEW TIRES

INSPECTIONS AND REPORTING (continued):

5.4 Provide a detailed report of all tire recap failures to include pictures as requested by the contract administrator.

5.5 Provide quarterly report by tire size and type to include at a minimum, detailed purchase profile by size/type of tire, tire related fees, non-repairable items and items removed from service.

5.6 Conduct on-site competitive tire performance analysis as requested.

6. PICK-UP/DELIVERY: Supplier will pick up all worn casings within 48 hours of notification and

return recapped tires as supplied within 7 business days to the original location. Tires sent out on rims shall be returned as sent to sending location. New tires must be delivered to originating location within 5 days of receipt of order.

7. DISPOSAL: Supplier will dispose of all scrap tires in an appropriate manner as regulated by state, local and federal laws. Supplier will be responsible for any and all costs associated with scrap tire disposal.

8. CASING VALUE: Casing(s) having value but not meeting district specifications shall be purchased by awardee if determined to have value and/or any remaining manufacturer’s casing warranty based on tire production date.

9. TRAINING: Awarded vendor shall conduct tire or wheel related training at least annually at one district location. At a minimum, training shall include basic commercial tires service meeting OSHA requirements and include industry standard procedures for tire mounting, dismounting and balancing.

10. WARRANTY: 10.1 Awardee MUST guarantee a minimum normal operating mileage for each recapped tire

on the Bid Response Sheet. Vendors are encouraged to offer various tire compounds similar to a “Good, Better, Best” line-up meeting the minimum tread mileage requirements. Normal operation mileage is defined as the operational tread life to 4/32” of remaining tread depth on the tire across the full width of the tread when measured at three places around the circumference of the tire excluding at tread wear indicators. It shall be the awardee’s responsibility to provide Volusia County Schools with verifiable documentation of the minimum average normal operational mileage performance of recapped tires being supplied under this bid.

THE SCHOOL BOARD OF VOLUSIA COUNTY BID NO. TR-624JS 3750 OLSON DRIVE DATE: FEBRUARY 10, 2016 DAYTONA BEACH, FLORIDA 32124 Page 11 of 16 RECAPPED & NEW TIRES

WARRANTY (continued):

10.2 The awardee will replace any recapped tire not achieving the mileage guarantee as specified using a pro-rated replacement calculation. The replacement cost shall be calculated by dividing the achieved mileage into the guaranteed mileage to determine percent of use of guaranteed life. A replacement tire will be invoiced using that percentage of the bid price. For example, a tire achieving 15,000 miles of a 20,000 mile guarantee will be replaced at 75% of original purchased price. Tires removed prior to reaching the standard minimum tread depth would be evaluated on mileage achieved per 32” to the point of removal. The remaining tread life projected mileage to 4/32” would be added to the achieved mileage at the time of tire removal, for calculation of the required replacement price.

10.3 In lieu of a replacement tire, the vendor may choose to offer a credit amount equal to the adjusted credit due determined by the pro-rated calculation described above.

10.4 Any retread tire that fails due a defect in workmanship or materials shall be replaced using the above pro-rated calculation.

10.5 Any retread that fails due to a repair performed by the awardee shall be replaced using the pro-rated calculation above.

THE SCHOOL BOARD OF VOLUSIA COUNTY BID NO. TR-624JS 3750 OLSON DRIVE DATE: FEBRUARY 10, 2016 DAYTONA BEACH, FLORIDA 32124 Page 12 of 16 RECAPPED & NEW TIRES BID RESPONSE SHEET

Section 1: RECAP RADIAL TIRES:

Section 2: NEW RADIAL TIRES:

Item Description Price1. RECAP RADIAL TIRES Per Bid Specifications with 20,000 Mile Pro-Rated Tread Warranty

255/70R22.5 $11R22.5 $

2. RECAP RADIAL TIRES Per Bid Specifications with 25,000 Mile Pro-Rated Tread Warranty255/70R22.5 $

11R22.5 $

3. RECAP RADIAL TIRES Per Bid Specifications with 30,000 Mile Pro-Rated Tread Warranty 255/70R22.5 $

11R22.5 $

255/70R22.5 10011R22.5 800

Total Estimated Quantity Recap Radial Tires

Manufacturer Description Item Description/Style Price

Goodyear G668 255/70R22.5 LR "H" $Goodyear G668 11R22.5 LR "G" $Goodyear G668 11R22.5 LR "H" $Bridgestone R250 255/70R22.5 LR "H" $Bridgestone R268 11R22.5 LR "G" $Bridgestone R268 11R22.5 LR "H" $Firestone FS561 255/70R22.5 LR "H" $Firestone FS561 11R22.5 LR "G" $Firestone FS561 11R22.5 LR "H" $

255/70R22.5 7511R22.5 200

NEW RADIAL TIRES Per Bid Specifications

Total Estimated Quantity New Radial Tires

THE SCHOOL BOARD OF VOLUSIA COUNTY BID NO. TR-624JS 3750 OLSON DRIVE DATE: FEBRUARY 10, 2016 DAYTONA BEACH, FLORIDA 32124 Page 13 of 16 RECAPPED & NEW TIRES BID RESPONSE SHEET

Section 3: MISCELLANEOUS SERVICES – MEDIUM COMMERCIAL TIRES:

Item Description Each PriceA. Tire Mounting $B. Tire Dismounting $C. Wheel Balancing $D. Powder Coat (Black or School Bus Yellow) $E. Metal Wheel Valve $F Service Call (Flat Fee) $G. Service Call Mileage per Mile $H. Tire Repair (Nail puncture) $I. Tire Section Repair $J. Scrap Tire Disposal Fee $K. Powdercoat Wheel - Black $L. Powdercoat Wheel - School Bus Yellow $

SECTION 3: TOTAL $

A. * PERCENTAGE COST-PLUS MARK-UP %

B. Casing Buyback 11R22.5 $C. Casing Buyback 255/70R22.5 $

ADDITIONAL SERVICES:

*Additional types, sizes and alternative tread designs of recapped tires, including virgin casings, MAY be purchased under this contract at the discretion of the Vehicle Maintenance Supervisor assigned on a cost-plus basis. Additional materials purchased under this contract must be verified by the submission of an itemized list of materials proposed for purchase from the identified source, each unit price by cost, the total price and the awardee’s cost-plus mark-up. The Vehicle Maintenance Supervisor is under no obligation to purchase additional materials under this contract.

THE SCHOOL BOARD OF VOLUSIA COUNTY BID NO. TR-624JS 3750 OLSON DRIVE DATE: FEBRUARY 10, 2016 DAYTONA BEACH, FLORIDA 32124 Page 14 of 16 RECAPPED & NEW TIRES

REFERENCE NO. 1 FOR: ______________________________________ (Vendor’s Name)

Name of Reference: _________________________________________________________________________ Address: __________________________________________________________________________________ City: ____________________________ State: ________________ Zip Code: ____________________________ Contact Person: ________________________________________ Phone: ______________________________ Private Sector: _____ Yes _____ No Public Sector: _____ Yes _____ No School/University: _____ Yes _____ No Annual Dollar Volume: _______________________ If school/university, please identify: ____________________________________________________________ Please state if services rendered by vendor were obtained by RFP, bid, contract, agreement or other: (specify) _________________________________________________________________________________________ Length of Account: _______ Months _______ Years _______/________ Years/Months State if bid, contract, agreement has been renewed. _______ Yes _______ No. If bid, contract, agreement has been renewed, state length of time: ______ Months ______ Years. If bid, contract, agreement has not been renewed, state the reason for non-renewal: _________________________________________________________________________________________ _______________________________________________________________________________

THIS SPACE FOR VOLUSIA COUNTY SCHOOL BOARD USE ONLY Additional information provided by reference: ___________________________________________ _________________________________________________________________________________________ _______________________________________________________________________________

THE SCHOOL BOARD OF VOLUSIA COUNTY BID NO. TR-624JS 3750 OLSON DRIVE DATE: FEBRUARY 10, 2016 DAYTONA BEACH, FLORIDA 32124 Page 15 of 16 RECAPPED & NEW TIRES REFERENCE NO. 2 FOR: ______________________________________ (Vendor’s Name)

Name of Reference: _________________________________________________________________________ Address: __________________________________________________________________________________ City: ____________________________ State: ________________ Zip Code: ____________________________ Contact Person: ________________________________________ Phone: ______________________________ Private Sector: _____ Yes _____ No Public Sector: _____ Yes _____ No School/University: _____ Yes _____ No Annual Dollar Volume: _______________________ If school/university, please identify: ____________________________________________________________ Please state if services rendered by vendor were obtained by RFP, bid, contract, agreement or other: (specify) _________________________________________________________________________________________ Length of Account: _______ Months _______ Years _______/________ Years/Months State if bid, contract, agreement has been renewed. _______ Yes _______ No. If bid, contract, agreement has been renewed, state length of time: ______ Months ______ Years. If bid, contract, agreement has not been renewed, state the reason for non-renewal: _________________________________________________________________________________________ _______________________________________________________________________________

THIS SPACE FOR VOLUSIA COUNTY SCHOOL BOARD USE ONLY Additional information provided by reference: ___________________________________________ _________________________________________________________________________________________ _________________________________________________________________________________________

THE SCHOOL BOARD OF VOLUSIA COUNTY BID NO. TR-624JS 3750 OLSON DRIVE DATE: FEBRUARY 10, 2016 DAYTONA BEACH, FLORIDA 32124 Page 16 of 16 RECAPPED & NEW TIRES

REFERENCE NO. 3 FOR: ______________________________________ (Vendor’s Name)

Name of Reference: _________________________________________________________________________ Address: __________________________________________________________________________________ City: ____________________________ State: ________________ Zip Code: ____________________________ Contact Person: ________________________________________ Phone: ______________________________ Private Sector: _____ Yes _____ No Public Sector: _____ Yes _____ No School/University: _____ Yes _____ No Annual Dollar Volume: _______________________ If school/university, please identify: ____________________________________________________________ Please state if services rendered by vendor were obtained by RFP, bid, contract, agreement or other: (specify) _________________________________________________________________________________________ Length of Account: _______ Months _______ Years _______/________ Years/Months State if bid, contract, agreement has been renewed. _______ Yes _______ No. If bid, contract, agreement has been renewed, state length of time: ______ Months ______ Years. If bid, contract, agreement has not been renewed, state the reason for non-renewal: _________________________________________________________________________________________ _______________________________________________________________________________

THIS SPACE FOR VOLUSIA COUNTY SCHOOL BOARD USE ONLY Additional information provided by reference: ___________________________________________ _________________________________________________________________________________________ _________________________________________________________________________________________

Distributed by Purchasing: Revised 6/4/96 96175 MIS

___________________________________________________________ Certification Regarding Debarment, Suspension, Ineligibility and

Voluntary Exclusion - Lower Tier Covered Transactions ___________________________________________________________ This certification is required by the Department of Education regulations implementing Executive Order 12549, Debarment and Suspension, 34 CFR Part 85, for all lower tier transactions meeting the threshold and tier requirements stated at Section 85.110. Instructions for Certification: 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms “covered transaction,” ”debarred,” “suspended,” “ineligible,” “lower tier covered transaction,” “participant,” “person,” “primary covered transaction,” “principal,” “proposal,” and “voluntarily excluded,” as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.

6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled “Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion - Lower Tier Covered Transactions,” without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

________________________________________________________________________________________________________ Certification (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.

(2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

Name of Applicant PR/Award Number and/or Project Name

Printed Name Title of Authorized Representative

Signature Date

ED 80-0014 9/90 (Replaces CCS-009 REV. 12/88), which is obsolete

BIDDER’S STATEMENT OF PRINCIPAL PLACE OF BUSINESS

(To be completed by each Bidder)

Name of bidder

Identify the state in which the bidder has its principal place of business

Bidder’s signature

INSTRUCTIONS: IF your principal place of business above is located within the State of Florida, provide the information as

indicated above and return this form with your bid response. No further action is required. IF your principal place of

business is outside of the State of Florida, the following must be completed by an attorney and returned with your bid

response. Failure to comply shall be considered to be non-responsive to the terms of this solicitation.

OPINION OF OUT-OF-STATE BIDDER’S ATTORNEY ON BIDDING PREFERENCES

(To be completed by the Attorney for an Out-of-State Bidder)

NOTICE: Section 287.084(2), Florida Statutes, provides that “a vendor whose principal place of business is outside this state

must accompany any written bid, proposal, or reply documents with a written opinion of an attorney at law licensed to

practice law in that foreign state, as to the preferences, if any or none, granted by the law of that state [or political subdivision

thereof] to its own business entities whose principal places of business are in that foreign state in the letting of any or all public

contracts.” See also: Section 287.084(1), Florida Statutes.

LEGAL OPINION ABOUT STATE BIDDING PREFERENCES

(Please Select One)

______ The bidder’s principal place of business is in the State of ________________ and it is my legal opinion that the laws of that

state do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are

in that state.

______ The bidder’s principal place of business is in the State of ________________ and it is my legal opinion that the laws of that

state grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of

business are in that state: [Please describe applicable preference(s) and identify applicable state law(s)]:

LEGAL OPINION ABOUT POLITICAL SUBDIVISION BIDDING PREFERENCES

(Please Select One)

______ The bidder’s principal place of business is in the political subdivision of ________________ and it is my legal opinion that

the laws of that political subdivision do not grant a preference in the letting of any or all public contracts to business entities whose

principal places of business are in that political subdivision.

______ The bidder’s principal place of business is in the political subdivision of ________________ and it is my legal opinion that

the laws of that political subdivision grant the following preference(s) in the letting of any or all public contracts to business entities

whose principal places of business are in that political subdivision: [Please describe applicable preference(s) and identify applicable

authority granting the preference(s)]:

Signature of out-of-state bidder’s attorney

Printed name of out-of-state bidder’s attorney

Address of out-of-state bidder’s attorney

Telephone number of out-of-state bidder’s attorney (_____) _____ - _________

Email address of out-of-state bidder’s attorney

Attorney’s states of bar admission

(16-295-10)

‘EXPRESS’ DELIVERIES

FOR OVERNIGHT / EXPRESS DELIVERIES THE ADDRESS TO USE IS:

VOLUSIA COUNTY SCHOOLS PURCHASING DEPARTMENT

FACILITIES – MAINTENANCE BUILDING 3750 OLSON DRIVE

DAYTONA BEACH, FLORIDA 32124

NOTE: OVERNIGHT DELIVERIES

ARE NOT ALWAYS RECEIVED PRIOR TO 2:00 PM

Your bid will not be considered if received after stated bid-opening time.


Recommended