Loading...
1585 Gemco Electric piggyback with City of Orl /g J r- A� LL I '' j 8. 0R4) 1 Thursday, June 13, 2013 i —1877 -4 I-1 PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM To: City Clerk/M461 RE: Gemco Electric Inc., Piggyback Contract with City of Orlando No. IFB10.0010A Electrical Services less than $50,000 The item(s) noted below is /are attached and forwarded to your office for the following action(s): n Development Order n Mayor's signature n Final Plat (original mylars) Recordin• n Letter of Credit R- - • - : n Maintenance Bond af- . eeping (Vault) 004 3 / _ Ordinance 1- .. • • .nager Performance Bond 1 I Payment Bond Resolution 1 I City Manager Signature n City Clerk Attest /Signature Once completed, please: Return originals to Purchasing (' ?fr- n Return copies (t, r � ,� , 0 1 n I C 'I a Y `�' 6 Special Instructions: 1, MarisolOrd II f n 3) \ From ; ' i ate J T: \Dept_forms \City Cleric Transmittal Memo - 2009.doc - /" N150] -187 77 DOCUMENT APPROVAL 6113120'13 9:49 AM Contract Agreement Name: Gemco Electric Inc., Piggyback Contract with City of Orlando No. IFB 10.0010A Electrical Services less than $50,000 CA9.9 pi Purchasing nager Date L)v Cd( 13 Finance Director Date f Olga 6- n-/3 y A ttorney Date Gemco Electric, Inc., Piggyback Contract The City of Sanford ( "City') enters this "Piggyback" Contract with Gemco Electric, Inc. (hereinafter referred to as the "Vendor"), under the terms and conditions hereinafter provided. The City and the Vendor agree that the prior agreement between the parties is revised and supplemented as follows: 1. The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with City of Orlando, said contract being identified as "Annual Agreement For Electrical Services" (Contract Number IFB10- 0010A), (said original contract being referred to as the "original government contract "). 2. The original government contract is incorporated herein by reference and is attached as Exhibit "A" to this contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein. 3. Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: a). Time Period ( "Term ") of this Contract: (state N/A if this is not applicable). N /A. II I 1 1 Pa , t b) Insurance Requirements of this Contract: (state N/A if this is not applicable). N /A. c) Any other provisions of the original government contract that will be modified (state N/A if this is not applicable): (i). The parties agree to comply, in all respects, with the Federal Davis -Bacon Act as described and depicted in the documents which constitute and is attached hereto as the composite Exhibit "B" to this Contract and said documents are incorporated herein by reference. (ii). The Vendor agrees to comply, in all respects, with the requirements of the Federal rules, requirements and law as described and depicted in Exhibit "C" to this Contract which document is attached hereto and is incorporated herein by reference. (iii). Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he /she /it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is Mr. Andrew Thomas, Senior Project Manager, City of Sanford, 300 North Park Avenue; Sanford, Florida 32771, telephone number (407) 688 -5000 (Extension 5132) and whose e-mail address is: andrew.thomas aV sanfordfl.gov d) Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute 2 P Ag e 1 between the parties arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. e) Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties arising out of this Contract. Dispute resolution shall be through voluntary and non - binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. f) All other provisions in the original government contract are fully binding on the parties and will represent the agreement between the City and the Vendor. Entered thisc: day of 9 , 2013. Attest: Gemco Electric, Inc. / P e e „, -z Printed Name: /l «, / af‘v5�� - - - 7 Scott E. Geen Witness # 1 Sole Corporate Officer Date: 6— / t gre / ♦y EDITH M. DAVIS � �.� ! � , �. � _ � fts : Printed Name: , �/ ;, Notary Public - Stale a Flot li = My Comm. Ephe Sp ll 2015 Witness # 2 svz,;�__/ cam •0 127!11 Attest: City Of Sanford glob d4 ( ; � ` By: Janet Dougherty, City Cleft( Norton N :onapa. -, Jr. Date: - o?O - ( ' City Maria. -r :y delegation) Approved as to form and legal sufficiency. Aff Art0,141) 4■0312fibir 40 i iam L. Colbert City Attorney hvrn'E n.>' i h 3 H e Exhibit A City of Orlando Solicitation No. IFB 10 -0010A (said original government contract) Electrical Services Contract IFB10-0010A Amendment No. Five AMENDMENT NUMBER FIVE TO AGREEMENT DATED JANUARY 4, 2010 BETWEEN CITY OF ORLANDO AND GEMCO ELECTRIC, INC. sr this da made and entered into th l y of August, 2012, ENT TO Agreement is ma THIS AMENDMENT g by and between the City of Orlando, a municipal corporation organized and existing under the laws of the State of Florida, hereinafter referred to as the "City" and Gemco Electric, Inc., hereinafter referred to as the "Contractor ". WHEREAS, the City and the Contractor entered into an Agreement ( "the Agreement ") under the date of January 4, 2010, whereby the latter would provide various electrical services to the City, including all materials, tools, labor, equipment, and consumables; and WHEREAS, the parties amended the Agreement by dates of December 9, 2010, January 10, 2011, September 16, 2011 and July 13, 2012; and WHEREAS, the City and the Contractor desire to amend the amount of said Agreement; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties agree to amend as follows: I. COMPENSATION: The Contractor agrees to provide electrical services, including all materials, tools, labor, equipment, and consumables, to the City of Orlando, FL, at the increased contract amount of $435,000.00. In all other respects, and except as specifically modified and amended herein and in Amendments dated December 9, 2010, January 10, 2011, September 16, 2011 and July 13, 2012, the Agreement dated January 4, 2010, shall continue in full force and effect as written and the parties hereto agree to be bound thereby. ****************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** Page 1 of 3 Electrical Services Contract IFB10 -0010A Amendment No. Five IN WITNESS WHEREOF, the parties hereto have hereunto set their hands and seals on the date first written above. OFFICE OF PURCHASING AND MATERIALS MANAGEMENT CITY OF ORLANDO, FLORIDA CONTRACTOR By:( YO 1� lALit By: y s Gs-- Director of Purchasing ignature • RHONDA SCOTT. C.P.M,. CPPO. FCCN S c,71 ,4, -� c� / Prrs. i e 1 Name, Typed or Printed Name & Title, Typed or Printed Date: +`''�� Ca ? .7- -- -Gemco Electric, Inc. Name of Company Cganco Octric, Inc. . Sr& #233 Mailing Address Oink, FL 32828 City, State and Zip yob af) 3 ahoy APPROVED AS TO FORM AND LEGALITY for the Area Code/Telephone Number use Mann of the City of Orlandlodde only. SEAL Assistant ry Attorney ATTEST: (Signature of second corporate official if applicable) Signature Name & Title, Typed or Printed Page 2 of 3 Electrical Services Contract IFB10 -0010A Amendment No. Five STATE OF /..1....-relil COUNTY OF s cZ?4,4td-7 , 5 7 L The foregoing instrument was acknowledged before me this 4/ day of Ai , 2012, by air.. # Kr-e E/) and as the / i G/I t and respectively, and on behalf of 6/� rb � C,i G, ��c . He /she/they (is) (are) personally known me or (has) (have) produced (Type of Identification *) as identification and (did) (did not) take an oath. WITNESS my hand and official seal this 7 /day of L'll p er a _ . le–,--■e_7(132:4?-.) ,,:/.. 1W:4 Notary HIM Signature of Person Taking Acknowledgment NY Cavan. EgNu log. f016 , t. :4 ;< ca • s It71111 . Typed, Printed or Stamped Name of Person Taking Acknowledgment My Commission Expires: Title/Rank of Person Taking Acknowledgment *Acceptable Form of ID pursuant to Florida Statute 117.05 (provided it is current or has been issued within the past 5 years and bears a serial or other identifying number): • a driver's license or non - driver's ID card issued by Florida or any other U.S. state or U.S. territory; • a U.S. passport or a foreign passport stamped by the U.S. Immigration and Naturalization Service; • a U.S. military ID card; • a for an inmate in custody, an ID card issued by the Florida Department of Corrections; • Canadian or Mexican driver's license issued by an official agency; • an ID card issued by the U.S. Immigration and Naturalization Service. Page 3 of 3 k . , C Mr OF O'ANDo July 11, 2012 Gemco Electric, Inc. 1969 S. Alafaya Trail, Ste 253 Orlando, Florida 32828 Attn: Mr. Scott Green SUBJECT: Renewal of Term Contract for Electrical Services, IFB10 - 0010 Dear Mr. Green: The subject Contract will expire on January 4, 2013. In accordance with the terms and conditions of subject Contract, the Contract may, by mutual assent of the parties, be renewed for an additional twelve (12) month period. The City would like to exercise the right for the renew of this Contract for an additional year effective, January 5, 2013, at the existing pricing, terms and conditions. Please indicate your approval of this offer by having an officer of your firm execute the acceptance portion below and return the original of this letter to Bernadette Hitchins at the address noted below by July 30, 2012. Upon execution below by your firm's authorized representative, this Contract will be your official notice that the Contract has been extended for one (1) year and no additional documentation will be required. Please be sure any required Insurance Certificates are up -to- date and attached to your response. Also, send us a copy of the most current W-9 form for your business. Thank you for your immediate attention to this matter. Sincerely, % tit 'RO ACCEPTANCE Tonj :0 ogles, A. 'I ., C.P.M. Purchasing Agent III Official Signature TV/bh Title Date PURCHASING AND MATERIALS MANAGEMENT DIVISION CITY HALL • 400 SOUTH ORANGE AVENUE • P.Q. Box 4990. ORLANDO, FLORIDA 32802 -4990 PHONE 407.246.2291 • FAX 407.246.2869 • CityofOrlando.net • esupplier.cityoforlando.net Rev: 02/16/11 `,l � ITY OF Q RLANDO September 14, 2011 Gemco Electric, Inc. 1969 S. Alafaya Trail #253 Orlando, Florida 32828 Attn: Mr. Scott Green SUBJECT: Extension of Term Contract for Electrical Services, IFB10-0010, Amendment # 3 Dear Mr. Green: The subject Contract will expire on January 4, 2012. In accordance with the terms and conditions of subject Contract, the Contract may, by mutual assent of the parties, be extended for an additional twelve (12) month period. • The City would like to exercise the right for the extension of this Contract for an additional year effective January 5, 2012 at the existing pricing, terms and conditions. Please indicate your approval of this offer by having an officer of your firm execute the acceptance portion below and return the original of this letter to Bernadette Hitchins at the address noted below by October 3, 2011. Upon execution below by your firm's authorized representative, this Contract will be your official wilco that thy Contract has boon Wended fur um (1) yaw and uu additiutml documentation will be required. Please be sure any required Insurance Certificates are up-to- date and attached to your response. Also, send us a copy of the most current W-9 form for your business. Thank you for your immediate attention to this matter. Sincerely, Diane Wetherington, CPPB, FCCM Purchasing Agent III ACCEPTANCE By:( DW/bh Official Simon ture P /e r ri/ e.. ' 7 Title Date {. �s•wv+wc.x s.wnun.wwt�.•. :r..:.x.iws mow. ..•yw.u+..waf.<. +4titivA'NwatN UC N..RT #4VRNaw _____ .. 1 PURCHASING AND MATERIALS MANAGEMENT DIVISION CITY HALL • 400 SOUTH ORANGE AVENUE • P.O. BOx 4990. ORLANDO, FLORIDA 32802 -4990 PHONE 407.246.2291 • FAX 407.246.2869 • CityofOrlando.net • esupplier.cityoforlando.net Rev: 02/16!11 N .. ct Electrical Services Contract IFBIO -OOIOA Amendment No. Two AMENDMENT NUMBER TWO TO AGREEMENT DATED JANUARY 4, 2010 BETWEEN CITY OF ORLANDO AND GEMCO ELECTRIC, INC. TIIIS AMENDMENT TO Agreement is made and entered into this 10 ° day of n u A r 2011, by and between the City of Orlando, a municipal corporation organized and existing under the laws of the State of Florida, hereinafter referred to as the "City" and Gemco Electric, Inc., hereinafter referred to as the "Contractor ". WHEREAS, the City and the Contractor entered into an Agreement ( "the Agreement ") under the date of January 4, 2010, whereby the latter would provide various electrical services to the City, including all materials, tools, labor, equipment, and consumables; and WHEREAS, the parties amended the Agreement by date of December 9, 2010; and WHEREAS, the City and the Contractor desire to amend the amount of said Agreement; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties agree to amend as follows: I. COMPENSATION: The Contractor agrees to provide electrical services, including all materials, tools, labor, equipment, and consumables, to the City of Orlando, FL, at the increased contract amount of $185,000.00. In all other respects, and except as specifically modified and amended herein and in Amendment One dated December 9, 2010, the Agreement dated January 4, 2010, shall continue in full force and effect as written and the parties hereto agree to be bound thereby. ****************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** Page 1 of 3 r Electrical Services Contract IFB10 -0010A Amendment No. Two IN WITNESS WHEREOF, the parties hereto have hereunto set their hands and seals on the date first written above. OFFICE OF PURCHASING AND MATERIALS MANAGEMENT CITY OF ORLANDO, FLORIDA CONTRACTOR By: OF C- Director of Purchasing Signature RHONDA SCOTT, C.P.M., CPPO, FCCN C a C. C.,1 C S e,,+ Name, Typed or Printed Name & Title, Typed or Printed Date: Gemco Electric, Inc. Name of Company lq(4q S, A (ACAyA f l * ‘ 3 Mailing Address r)r - JA /, L F F. 30? r' APPROVED M TO FORM AND LEGALITY for the City, State and use aril malnnn of the City of Orlando, Fknitin cnly. Assistant Attorney 1/p •7 - b a 73 - . 0 Area Code/Telephone Number SEAL ATTEST: (Signature of second corporate official if applicable) Signature Name & Title, Typed or Printed Page 2 of 3 s Electrical Services Contract IFB10 -0010A Amendment No. Two STATE OF / /(�/? /: COUNTY OF 9 The foregoing instrument was acknowledged before me this jelday of 7 , 4 1er2e,615_______ , 2011, by S c /^e'r,LJ and ,Velz , as the / . ter S'/ N, / and ' respectively, and on behalf of Q72"0ai= G . EP she/they (is) (are) per know o me or (has) (have) produced (Type of Identification *) as identification and (did) (did not) take an oath. WITNESS my hand and official seal this /GO day of �Qi9r'v, d //. (ST .d EDI lic • BIW THM.OA e VIS at Florida Signature of Person Taking Acknowledgment 1 �� �� � Notify Pub ' r IM Commissi Expires 8p 6.1011 ' : 4 . f `. Commbslon 1 DO 617618 6awnd1ha shNMIonM Paw Fn 3 //C - AI .. Typed, Printed or Stamped Name of Person Taking Acknowledgment My Commission Expires: O// Title/Rank of Person Taking Acknowledgment *Acceptable Form of ID pursuant to Florida Statute 117.05 (provided it is current or has been issued within the past 5 years and bears a serial or other identifying number): • a driver's license or non - driver's ID card issued by Florida or any other U.S. state or U.S. territory; • a U.S. passport or a foreign passport stamped by the U.S. Immigration and Naturalization Service; • a U.S. military ID card; • a for an inmate in custody, an ID card issued by the Florida Department of Corrections; • Canadian or Mexican driver's license issued by an official agency; • an ID card issued by the U.S. Immigration and Naturalization Service. Page 3 of 3 r C iT!1 of QRLANDo December 1, 2010 Mr. Scott Green Gemco Electric Inc. 1969 S. Alafaya Trail #253 Orlando FL 32828 SUBJECT: Extension of Annual Agreement for Electrical Services IFB 10- 0010A, Amendment Number One Dear Mr. Green: The subject Agreement will expire on January 3, 2011. In accordance with the terms and conditions of subject Agreement, the Agreement may, by mutual consent of the parties, be extended for an additional twelve (12) month period. The City has evaluated your performance during the past year and decided to extend the Agreement for an additional year effective January 4, 2011, at the existing pricing, terms and conditions. Please indicate your approval of this offer by having an officer of your firm execute the acceptance portion below and return the original of this letter by December 15, 2010 to Purchasing Agent Donna Villinis at the address noted below. Upon execution below by your firm's authorized representative, this Amendment will be your official notice that the contract has been extended for one (1) year and no additional documentation will be required. Thank you for your immediate attention to this matter. hon a .tt, C.P. PPO, FCCN, Dire or of Purchasing and Materials Management ACCEPTANCE Bye. . s C — Official Signature f) '45iiY " Title /Z /zoo c� • Date. PURCHASING AND MATERIALS MANAGEMENT DIVISION CITY HALL • 400 SOUTH ORANGE AVENUE • P.O. Box 4990. ORLANDO, FLORIDA 32802 - 4990 PHONE 407.246.2291 • FAX 407.246.2869 • CityofOrlando.net • esupplier.cityoforlando.net Annual Agreement for Electrical Services INVITATION FOR BID # IFB10 -0010A ANNUAL AGREEMENT FOR ELECTRICAL SERVICES THIS AGREEMENT ( "Agreement "), effective as of they day of , 200W, is made by and between the City of Orlando, a municipal eorporation ex ting un he laws of the State of Florida, hereinafter referred to as the "City" and Gemco Eleetrie, Ine., hereinafter referred to as the "Contractor ". For good and valuable consideration, the receipt and suffieiency of which are hereby aeknowledged by the parties, the parties agree as follows: I. SCOPE . The Contractor is to perform the Work as defined in the Invitation to Bid and amendments, if any, the Invitation to Bid and any amendments thereto being attached hereto as Exhibit "A ", incorporated by reference herein and made a part hereof as fully as if herein set forth. Unless otherwise specified herein, the Contractor is to furnish all materials, tools, equipment, manpower, and consumables to complete the Work. II. TERM OF AGREEMENT The period of this Agreement shall be for twelve (12) months, beginning on January 4, 2010 and ending on January 3, 2011. This Agreement may, by mutual written assent of the parties, be extended for four (4) additional twelve (12) month periods or portions thereof, up to a cumulative total of sixty (60) months. III. COMPENSATION The Contraetor agrees to provide the services, equipment and materials as specified in its bid to the City at the cost specified in said bid and -amendments, if any, the bid and any amendments thereto being attached hereto as Exhibit "B", incorporated by reference herein and made a part hereof as fully as if herein set forth. The amount as specified in Exhibit "B", may be increased or decreased by the City under the Extra Work provision of this Agreement, through the issuance of an Addendum, if applicable. Any prices specified in this Agreement or Addendum thereto, will remain firm for the term of this Agreement or Addendum. • Purchasing and Materials Management Division Page: 1 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10-0010A IV. PAYMENT All invoices received by the City are payable within thirty (30) days from receipt, provided they have first been approved by the using department, and such department has accepted the Work. The City reserves the right, with justification, to partially pay any invoice submitted by the Contractor when requested to do so by the using department. All invoices shall be directed to the Accounts Payable Section, City of Orlando, P.O. Box 4990, Orlando, Florida, 32802 -4990. NOTE: ALL INVOICES MUST CLEARLY INDICATE THE CITY AGREEMENT NUMBER AS STATED HEREIN. V. FISCAL YEAR FUNDING APPROPRIATION A. Specified Period Unless otherwise provided by law, a contract for supplies or services may be entered into for any period of time deemed to be in the best interest of the City, provided the term of the contract and conditions of renewal or extension, if any, are included in the solicitation and funds are available for the first fiscal period at the time of contract. Payment and performance obligations for succeeding fiscal periods shall be subject to appropriation by City Council of finds therefor. B. Cancellation Due to Unavailability of Funds in Succeeding Fiscal Periods When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the contract shall be canceled and the contractor shall be entitled to reimbursement for the reasonable value of any nonrecurring cost incurred but not advertised in the price of the supplies or services delivered under the contract or otherwise recoverable. VI. GENERAL CONDITIONS A. Patents and Conyriahts The Contractor shall pay all royalties and assume all costs arising from the use of any invention, design, process, materials, equipment, product or device in performance of the Work, which is the subject of patent rights or copyrights_ Contractor shall, at its own expense, hold harmless and defend the City against any claim, suit or proceeding brought against the City which is based upon a claim, whether rightful or otherwise, that the Work, or any part thereof, furnished under this Agreement, constitutes an infringement of any patent or copyright of the United States. The Contractor shall pay all damages and costs awarded against the City. Purchasing and Materials Management Division Page: 2 Annual Agreement for Electrical Servitors INVITATION FOR BID # IFB10-0010A B. Termination for Default 1. The performance of Work under this Agreement may be terminated by the Director of Purchasing, in whole or in part, in writing, whenever the Director of Purchasing shall determine that the Contractor has failed to meet the performance requirements of this Agreement. 2. The Director of Purchasing has a right to terminate for default if the Contractor fails to make delivery of the supplies or perform the Work, or if the Contractor fails to perform the Work within the time specified in the Agreement, or if the Contractor fails to perform any other provisions of the Agreerrient 3. Failure of a Contractor to deliver or perform the required Work within the time specified, or within a reasonable time as determined by the Director of Purchasing or failure to make replacements of rejected articles or Work when so requested, immediately or as directed by the Director of Purchasing, shall constitute authority for the Director of Purchasing to purchase in the open market articles or Work of comparable grade to replace the articles or Work rejected, not delivered, nor completed. On all such purchases, the Contractor or his surety, shall reimburse the City, within a reasonable time specified by the Director of Purchasing, for any expense incurred in excess of the Agreement prices. 4. Such purchases shall be deducted from Agreement quantities. Should public necessity demand it, the City reserves the right to utilize services or use and/or consume articles delivered which are substandard in quality, subject to an adjustment in price to be determined by the Director of Purchasing. The Contractor shall not be liable for any excess costs if acceptable evidence has been submitted to the Director of Purchasing that failure to perform the Work was due to causes beyond the control and without the fault or negligence of the Contractor. C. Termination for Convenience The Director of Purchasing may terminate the Agreement for convenience with advance written notice to the Contractor. In the event of such a termination by the City, the City shall be liable for the payment of all Work properly performed prior to the effective date of termination and for all portions of materials, supplies, services, and facility orders which cannot be cancelled and were placed prior to the effective date of termination and other reasonable costs associated with the termination. Purchasing and Materials Management Division Page: 3 Annual Agreement for Electrical Services INVITATION FOR BID H IFB10 -OO10A D. Warranty The Contractor warrants that the Work including equipment and materials provided shall conform to professional standards of care and practice in effect at the time the Work is performed, be of the highest quality, and be free from all faults, defects or errors. Whenever required by the specifications of the Invitation to Bid, the Contractor warrants that all equipment and materials provided shall be new. If the Contractor is notified in writing of a fault, defieieney or error in the Work provided within one (1) year from completion of the Work, the Contractor shall, at the City's option, either reperform such portions of the Work to correct sueh fault, defect or error, at no additional cost to the City, or refund to the City, the eharge paid by the City, which is attributable to such portions of the faulty, defective or erroneous Work, including the costs for reperformance of the work provided by other Contractors. E. Time of Completion The parties understand and agree that time is of the essence in the performance of this Agreement The Contractor or City, respectively, shall not be liable for any loss or damage, resulting from any delay or failure to perform its contractual obligations within the time specified, due to acts of God, actions or regulations by any governmental entity or representative, strikes or other labor trouble, fire, embargoes, or other transportation delays, damage to or destruction in whole or in part, of equipment or manufacturing plant, lack of or ability to obtain raw materials, labor, fuel or supplies for any reason including default of suppliers, or any other causes, contingencies or eircumstances not subject to the Contractor's or City's control, respectively, whether of a similar or dissimilar nature, which prevent or hinder the performance of the Contractor's or City's contractual obligations, respectively. Any such causes of delay, even though existing on the date of the Agreement or on the date of the start of Work, shall extend the time of the Contractor's or City's performance respectively, by the length of the delays occasioned thereby, including delays reasonably incident to the resumption of normal Work schedules However, under such circumstances as described herein, the City Director of Purchasing may at his discretion, cancel this Agreement for the convenience of the City. Purchasing and Materials Management Division Page: 4 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10-0010A F. Indemnification and Insurance: 1. Indemnity The Contractor hereby agrees to indemnify and hold harmless the City, its officers, agents, and employees, from and against any and all liability, claims, damages, demands, expenses, fees, fines, penalties, suits, proceedings, actions, and cost of actions, including attorneys' fees for trial and on appeal, and for the preparation of same arising out of the Contractor's, its officers', agents', and employees' acts, or omissions assoeiated with this Agreement 2. Insurance The Contractor, at its own expense, shall keep in force and at all times maintain during the term of this Agreement: (a.) Commercial General Liability Insnrance: Commereial General Liability Insurance, issued by responsible insurance companies and in a form acceptable to the City, protecting and insuring against all the foregoing with coverage limits of not less than Five - Hundred Thousand Dollars ($500,000) per occurrence for Bodily Injury and Property Damage. (b.) Automobile Liability Insurance: Automobile Liability coverage shall be in the minimum amount of Three- Hundred Thousand Dollars ($300,000) per occurrence combined single limits for Bodily Injury and Property Damage. (c.) Workers' Compensation Coverage; Full and complete Workers' Compensation Coverage, as required by State of Florida law, shall be provided. (d.) Insurance Certificates: The Contractor shall provide the City with Certificate(s) of Insurance on all the policies of insurance and renewals thereof in a form(s) acceptable to the City. Said Commercial General Liability policy shall provide that the City be an additional insured. The City shall be notified in writing of any reduction, cancellation or substantial change of policy or policies at Least thirty (30) days prior to the effective date of said action. All insurance policies shall be issued by responsible companies who are acceptable to the City and licensed and authorized to do business under the laws of the State of Florida. Purchasing and Materials Management Division Page: 5 Annual Agreement for Electrical Services INVITATION FOR BID # IFB1O-001OA G. Acceptance The City will be deemed to have accepted the Work after the Director of Purchasing is notified by the using Department of its satisfaction that the Work is completed. The Work under this Agreement shall remain the property of the Contractor until the City accepts it. In the event the Work furnished under this Agreement is found to be defective or does not conform to the specifications, the City reserves the right to cancel the Agreement upon written notice to the Contractor. K Correction or Work The Contractor shall promptly correct all Work rejected by the City as faulty, defective, or failing to conform to this Agreement whether observed before or after substantial completion of the Work, and whether or not fabricated, installed or completed_ The Contractor shall bear all costs of correcting such rejected Work. L Right to Audit Records The City shall be entitled to audit the books and records of the Contractor or any sub - contractor to the extent that such books and records relate to the performance of this Agreement or any sub - contract to this Agreement. Such books and records shall be maintained by the Contractor for a period of three (3) years from the date of final payment under this Agreement and by the sub- contractor for a period of three (3) years from the date of final payment under the sub - contract unless a shorter period is otherwise authorized in writing. J. Time is of the Essence The parties agree that time is of the essence in the completion of the Work called for under this Agreement The Contractor agrees that all Work shall be executed regularly, diligently, and uninterrupted at such a rate of progress as will ensure full completion thereof within the time specified. K Information All information, data, designs, plans, drawings, and specifications furnished to or developed for the City by the Contractor or its employees, pursuant to this Agreement, shall be the sole property of the City and all rights therein are reserved by the City, except that the Contractor may disclose any such information to its corporate affiliates and their agents. • ` Purchasing and Materials Management Di�nsion Page: 6 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10 -0010A L. Safety Measures The Contractor shall take all necessary precautions for the safety of the City's and Contractor's employees and the general public and shall erect and properly maintain at all times all necessary vehicular and facility safeguards for the protection of the Workmen and public. If necessary, the Contractor shall post signs warning against hazards in and around the Work site. M. Extra Work The City, without invalidating this Agreement, may order changes in the Work within the general scope of this Agreement consisting of additions, deletions, or other revisions, the Agreement price and time being adjusted accordingly. All such changes in the Work shall be authorized by a written Addendum to this Agreement, and shall be executed under the applicable conditions of the Agreement. If the Contractor plans to make a claim for an increase in the Agreement price or an extension in the Agreement SchedulerI'crrn, he shall first give the City written notice within ten (10) calendar days after the occurrence of thc event giving rise to such a claim. This written notice shall be given by the Contractor to the City, and a written approval secured from the using Department and the Director of Purchasing, before proceeding to execute the Work, except in an emergency endangering life or property, in which case the Contractor shall immediately proceed. No claim for extra work will be considered valid by the City unless first submitted in writing. N. Familiarity With The Work The Contractor by executing this Agreement, acknowledges full understanding of the extent and character of the Work required and the conditions surrounding the performance thereof The City will not be responsible for any alleged misunderstanding of the Work to be furnished or completed, or any misunderstanding of conditions surrounding thc performance thereof. It is understood that the execution of this Agreement by the Contractor serves as his stated commitment to fulfill all the conditions referred to in this Agreement. 0. Titl, and Risk of Loss The title and risk of loss to the Work shall pass from the Contractor to the City upon the City's final acceptance of the Work Purchasing and Materials Management Division Page: 7 Annual Agreement for Electrical Services INVITATION FOR BID 11 IFB10 -0010A VII. MISCELLANEOUS PROVLSIONS A. The Contractor shall not employ subcontractors without the advance written permission of the Director of Purchasing. B. Assignment of this Agreement shall not be made without the advance written consent of the Director of Purchasing C. The Contractor shall comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of Work under this Agreement. D. No waiver, alterations, consent or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by the Director of Purchasing or his designee. E. The Contractor is to procure all permits, licenses, and certificates, or any such approvals of plans or specifications as may be required by federal, state and local laws, ordinances, rules, and regulations, for the proper execution and completion of the Work under this Agreement F. The Contractor shall at all times, keep the Work area free from accumulation of waste materials or rubbish caused by his operations, and promptly remove any such materials to an approved disposal location. G All disputes between the parses shall be resolved in accordance with the City Purchasing Code, (Chapter 7 of the City Code). H. The Contractor is responsible for all damage or loss by fire, theft or otherwise, to materials, tools, equipment, and consumables, left on City property by the Contractor. I. This Agreement is considered a non - exclusive Agreement between the parties. J. This Agreement is deemed to be under and shall be governed by, and construed according to, the laws of the State of Florida K. Any Iitigation arising out of this Agreement shall be had in the Courts of Orange County, Florida. L. The undersigned hereby certifies that this Agreement is made without prior understanding, agreement or connection with any corporation, firm or person who submitted bids for the Work covered by this Agreement and is in all respects fair and without collusion or fraud. As to Contractor, the undersigned hereby warrants and certifies that they are is authorized to enter into this Agreement and to execute same on behalf of the Contractor as the act of the said Contractor. • • Purchasing and Materials Management Division Page: 8 Annual Agreement for Electrical Services INVITATION FOR INV 1T I OR BID 11 IFB10-0O1OA M. This Agreement, including any Exhibits hereto, contains all the terms and conditions agreed upon by the parties. No other agreements, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind either party hereto. N. The City's Director of Purchasing or his written designee shall have authority to act on behalf of the City in matters related to this Agreement, including but not limited to the sending and receiving of any notices required hereunder. ***************************************************** * * * * * * * * * * * * * *** * * * * * * * * ***** ** • Purchasing and Materials Management Division Page: 9 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10 -0010A IN WITNESS WHEREOF, the parties hereto have hereunto set their hands and seals on the date first written above. PURCHASING AND MATERIALS APPROVED AS TO FORM AND LEGALITY MANAGEMENT DIVISION for the use and reliance of the CITY OF ORLANDO, FLORIDA City of Orlando, Florida, only. By: l �9- N.�O 2010 Director of Purchasing Date: ATI k ey J 2009 RHONDA SCOTT_ C.P.M., CPPO., FCCN Name, Typed or Printed ao ► o CITY OF ORLANDO 1 Ct{ 1140ANtAt Date: ORLANDO, FLORIDA ** * ** *t* * * * * ** * ** * * ** ************************** t ** * * * * * * * * *** * * * * * * * * * * * * + * * * ** CONTRACTOR Signature , o7% PA- Seiewl CORPORATE SEAL Name & Title, Typed or Printed Gemco Electric, Inc. Name of Company, Corp., etc. 1969 S. Alafava Trail. #253 Mailing Address Orlando. FL 32828 City, State and Tip 407-273-2204 Area Code)Tclephone Number STATE OF �1� COUNTY OF d/1;(1417 COUNTY The foregoing instrument was acknowledgcd before me this? day of 719G, , 2009, by as the Ap SJ [(P.) * . on behalf of a .MC'9 5 7C C , di rshc (is) personally known to me or (has) produced (tvoe of identification) • WITNESS my hand and official seal this ? day of --- be c.-. . 2009. (S L� & 6.4 ,e-23 lf.ti Signature of Person Taking •ta.� ' owledgmcnt .,�,tr, , EDttiliMB Nebo Peek • BUM W MN* �• � �"• wcarnraion �,u spa,2ott � / Acii : —;; • CasruMslo a DO 857676 Typed, Printed or Stamped Name of Person B°°NalMObir Taking AclmowIcdgment My Commission Expires: 9.6 // • Purchasing and Materials Management Division Page: 10 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10 -0010A EXHIBIT "A" INVITATION TO BID Purchasing and Materials Management Division Page: 11 Mayor Division Manager Buddy Dyer �, _ , "' f f Rhonda Scott, C.P.M., CPPO, FCCN Procurement Manager Roger Cooper, C.P.M. CITY OF ORLANDO INVITATION FOR BID (IFB) DATE OF ISSUE: October 8, 2009 IFB DUE DATE: Wednesday, Octobcr 28, 2009 IFB DUE TIME: 4:00 p.m., Local Time, City of Orlando, FL BID DELIVERY LOCATION: Purchasing and Materials Management Division 400 South Orange Avenue, Fourth Floor Orlando, FL 32801 Bid opening held at saute location. IFS TITLE: ANNUAL AGREEMENT FOR ELECTRICAL SERVICES IFB NO: IFBIO -0010A (IFB NUMBER MUST BE SHOWN ON THE OUTSIDE OF ENVELOPE) THIS IS NOT AN ORDER DIRECT ALL INQUIRIES TO: Dianne Farrell, Senior Purchasing Agent Phone: (407) 246 -2363 Email: Dianne.Farrdl(i citvoforlando.net BUSINESS NAME & ADDRESS Business Name Address City, State, Zip ( ) Contact Person / Telephone Number It is the intent and purpose of the City of Orlando that this Invitation for Bid promotes competitive bidding. It shall be the bidder's responsibility to advise the Purchasing and Materials Management Division at the address noted herein, if any language, requirements, etc. or any combination thereof, inadvertently restricts or limits the requirements stated in this Invitation for Bid to a single source. Such notification must be submitted in writing and must be received by the Purchasing and Materials Management Division not later than ten (10) days prior to the bid closing date. Annual Agreement for Electrical Services INVITATION FOR BID # IFB1O -0010A ' � I " kar . " tG st • � C, a�. sf� - � l' G 'ice / y 4} i . 1 ' ` jam^ ..t- } ( __ - , , . ii: ,..t, hr :vice.. i si 1 1 j i i j i. I _l : ,-;!,- . _ .. % -- i .-..- - -- . roo t I., -. 'w -- - +-. .- -- - - . . .. ��-- - ..- -- z , . t' TABLE OF CONTENTS PAGE INSTRUCTIONS FOR SUBMITTING BID 3 INVITATION FOR BID AWARD INFORMATION 4 STANDARD FORMS BIDDER'S CERTIFICATION.... _ 6 ADDENDUM PAGE 7 REFERENCES 8 MINORITY/WOMEN -OWNED BUSINESS ENTERPRISE PARTICIPATION ._ 9 RECYCLED CONTENT QUESTIONNAIRE 10 BID PRICE FORMS 11 SPECIFICATIONS 13 SPECIAL CONDITION CLAUSES 18 NO-BID RESPONSE 22 GENERAL CONDITIONS 23 STANDARD TERMS AND CONDITIONS 24 AGREEMENT 37 Purchasing and Materials Management Division Page: 2 • Annual Agreement for Electrical Services INVITATION FOR BID 11 IFB10 -00I0A INSTRUCTIONS FOR SUBMITTING BID IN RESPONSE TO INVITATION FOR BID FOR THE ANNUAL AGREEMENT FOR ELECTRICAL SERVICES A_ Preparation of Bids: 1. Bidders are expected to examine this bid form, attached drawings, specifications, if any, and all instructions. Failure to do so will be at the Bidder's risk. 2. All prices and notations must be in ink or typewritten_ No erasure permitted. Mistakes may be crossed out and corrections typed adjacent and must be initialed and dated in ink by person signing bid. All bids must be signed with the firm name and by a responsible officer or employee. Obligations assumed by such signature must be fulfilled. 3. Each bidder shall furnish the information required on the bid form and each accompanying sheet thereof on which he/she makes an entry. 4. Unit price for each unit bid shall be shown. A total shalt be entered in the amount column for cacti item bid. In case of discrepancy between a unit priec and extended price, the unit priccs will be presumed to be correct. 5. Although the City generally awards bids based on a "lump sum" basis to the biddcr submitting the lowest responsive and responsible total bid, the City may choose to award on a "per group" or 'per item" basis. Therefore, bidders must submit with their bids, all pricing pages on the forms provided clearly indicating which itcros are bid and which are not. Failure to submit these pages will render such bid non - responsive. B. Bid Check List: Bidders are eautioned to please check their bid very carefully, using the following Check List: Bidder's Ccrtifieation Page Signed and Notarized. Addenda Receipt: It is the bidder's responsibility to contact the Purchasing and Materials Management Division prior to submitting a bid to ascertain if any addenda have been issued, to obtain all such addenda, and return executed addenda with the bid. References. . MBElWBE information provided as required on the form attached hereto. • Recycled Content Questionnaire. Invitation for Bid Price Form (Unit Price and Total Price Columns completed). Bid Envelope Prepared As Specified. C. Special Items (Applicable to this Bid Only): 1. 2_ 3. Purchasing and Materials Management Division Page: 3 Annual Agi INVITATION FOR BID AWARD INFORMATION The Purchasing and Materials Management Division is the offieial source to obtain information relating to City of Orlando solicitations. It is incumbent on the Bidder to obtain current bid and award information prior to and after the scheduled opening date of a solicitation. Information is updated daily as it becomes available. An award, or recommendation of award, may be made at any time after the scheduled opening date of a solicitation. You may obtain award and other information in a variety of ways: I. There are two Internet sites available to obtain solicitation award and other information: A. Onvia by DemandStar's website: http://www.demandstar.com/orlando/Bid_Info/BidInfo_Opening.htm If you are interested in obtaining award information, copy and paste the above link into your web browser. From the pull -down menu at the top of the page, click on "Awarded" and then click on "Search ". Choose the solicitation in which you are interested click on "Details" on the far right hand side of the sereen. Under the seetion titled "Bid Status Text ", you may view Bid information. B. City of Orlando Purchasing and Materials Management Division's Website: hftp://www.cityoforlando.net/admin/purchasing/index.htm You may also access the same Onvia by Demandstar information by visiting this Purchasing and Materials Management Division's website. Copy and paste the above link in your web browser. On the beige menu bar located on the left hand side of the page, under the "Other Links" section, click on the link "Vicw Current Bids ", and then click on "Current Bids ". From the pull -down menu at the top of the page, click on "Awarded" and then click on " Search ". Choose the solicitation in which you are interested and click on "Details" on the far right hand side of the screen. Under the section titled "Bid Status Text ", you may view Bid information. 2. You may visit the Purchasing and Materials Management Division and obtain award information, solicitation packages, addendums, etc. Our office is located at: City of Orlando Purchasing and Materials Management Division City Hall at One City Commons, Fourth Floor 400 South Orange Avenue Orlando, Florida 32801 3. You may also call the Purchasing and Materials Management Division at (407) 246 -2291, during normal business hours, to request the solicitation information. We appreciate your interest in doing business with the City Beautiful and wish you much suceess with your business ventures. Purchasing and Materials Management Division Page: 4 Annual Agreement for Eleetrical Services INVITATION FOR BID fJ IFBIO -0010A STANDARD FORMS IN ADDITION TO THE INVITATION FOR BID COVER PAGE, THE FORMS AS LISTED BELOW, LOCATED ON THE FOLLOWING PAGES, ARE TO BE COMPLETED AND SUBMITTED WITH YOUR BID. RETURN ONE (1) ORIGINAL AND ONE (1) COPY. I. BIDDER'S CERTIFICATION. 2. ADDENDUM RECEIPT VERIFICATION. 3. REFERENCES. 4. MINORITY/WOMEN OWNED BUSINESS ENTERPRISE PARTICIPATION. 5. RECYCLED CONTENT QUESTIONNAIRE (IF APPLICABLE). 6. BID PRICE FORMS. NOTE: Failure to complete and return required forms may result in your bid not being considered for award. It is the bidder's responsibility to contaet the purchasing and materials management division prior to submitting a bid to ascertain if any addenda have been issued, to obtain all sueh addenda, and return exeeuted addenda with the bid. If you have downloaded this bid from the into please ensure that you also download all such addenda. • • • I . Purchasing and Materials Management Division Page: 5 BIDDER'S CERTIFICATION I have carefully examined the Invitation for Bid, Instructions to Bidders, General, Standard and Special Conditions, Vendor's Notes, Specifications, proposed agreement and any other documents accompanying or made a part of this Invitation. I hereby propose to furnish the goods or services specified in the Invitation at the prices or rates quoted in my bid. I agree that my bid will remain firm for a period of up to ninety (90) days in order to allow the City adequate time to evaluate the bids. I agree to abide by all conditions of this bid and understand that a background investigation may be conducted by the Orlando Police Department prior to award. I certify that all information contained in this bid is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this bid on behalf of the vendor /contractor as its act and deed and that the vendor /contractor is ready, willing and able to perform if awarded the bid. I further certify, under oath, that this bid is made without prior understanding, agreement, eonnection, discussion, or collusion with any other person, firm or corporation submitting a bid for the product or service; no officer, employee or agent of the City of Orlando or of any other bidder is interested in said bid; and that the undersigned executed this Bidder's Certification with full knowledge and understanding of the matters therein contained and was duly authorized to do so_ NAME OF BUSINESS Sworn to and suhseribed hefore me BY: this day of SIGNATURE ,2009 NAME & TITLE, TYPED OR PRINTED Signature of Notary Notary Public, State of MAILING ADDRESS / OR IF DIFFERENT Personally Known YOUR PRINCIPLE PLACE OF BUSINESS -OR- CITY, STATE, ZIP CODE Produced Identification f 1 Type: TELEPHONE NUMBER L_) Company Tax ID # FAX NUMBER (The City only requires Company Tax ID numhers. The City is not requesting individual social seeurity numbers.) E-MAIL ADDRESS Purchasing and Materials Management Division Page: 6 Annual Agreement for Electrical Services INVITATION FOR BID # LFB10-0010A ADDENDUM PAGE The undersigned acknowledges receipt of the following addenda to the Documents (Give number and date of each): Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Failure to submit acknowledgment of any Addendum that affects the Bid prices is considered a major irregularity and will be cause for rejection of the bid_ Company Signature • Title Purchasing and Materials Management Division Page: 7 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10-0OIOA REFERENCES Bidder shall submit as a part of the Bid paekage, a minimum of three (3) references for similar products or services completed within the last three (3) years." Name: Name: Address: Address: Telephone No.: ( ) Telephone No.: ( ) Fax No.: ( ) Fax No.: ( ) Contact: Contact: E -mail : E -mail: Name: Name: Address: Address: Telephone No.: ( ) Telephone No.: ( ) Fax No.: ( ) Fax No.: ( ) Contact: Contact: E -mail : E -mail: Purchasing and Materials Management Division Page: 8 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10 -0010A MINORITY/WOMEN OWNED BUSINESS ENTERPRISE PARTICIPATION: Chapter 57, Article 11, Minority Business Enterprise (MBE), and Article III, Women -Owned Business Enterprise (WBE) of the Orlando City Code, establishes goals of 18% (MBE) and 6% (WBE), respectively, of the City's annual monetary value of contracts and subcontracts for supplies, services and construction to be awarded to Minority and Women -Owned Business Enterprises (MWBE). For further information regarding this program, please refer to Chapter 57 of the Code of the City of Orlando or contact: Minority Business Enterprise City Hall at One City Commons 400 South Orange Avenue - 5 ffi Floor P.O. Box 4990 Orlando, Florida 32802 -4990 (407) 246-2623 If your company is currently certified, please enter the certification number and the expiration date in spaces provided below or submit a copy of the certificate received from the City stating that your company is certified by the City as a Minority/Women -owned Business Enterprise: Business Name: Certification Number: Expiration Date: There shall be no third party beneficiaries of the Minority Business Enterprise or Women -Owned Busincss Enterprise provisions of this Contract. The City of Orlando shall have the exclusive means of enforcement of the MBE/WBE Ordinance and contract tcrms. No right of action for non - signatories of the Agreement is intcnded or implied. The City of Orlando is the sole judge of compliance. All solicitations and submittals awarded will be evaluated in accordance with Chapter 7 and Chaptcr 57, _. Articles II and I1I. In order for a biddcr to receive credit for MBE/WBE certification, the firm must be certified with the City of Orlando MBE/WBE Office on or before the date set for submittal of bids. Purchasing and Materials Management Division Page: 9 INVITATION FOR BID # IFB10 -0010A RECYCLED CONTENT QUESTIONNAIRE In support of the Florida Waste Management Law, bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled matcrial used (such as paper, plastic, glass, metal, ete.); the percentage of recycled material contained in the product and the cost and product performance impact of increasing the percentage of recycled contcnt. The City also requests information regarding any known or potential matcrial content in the product that may be extracted and recycled after the product has served its intended purpose. Product bid contains recycled content? Yes No. Is your product packaged and/or shipped in material containing recycled content? Yes No. Is your product recyclable after it has reached its intended end use? Yes No. Purchasing and Materials Management Division Page: 10 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10-0010A BID PRICE FORM You are invited to Bid on the following: Annual Agreement for Electrical Services Item No. Quantity Unit Description Unit Price Total We propose to furnish all labor, tools, equipment, transportation, etc., necessary to provide EIectrccal Services to the City of Orlando, the services will be performed in aceordanec with the attached Specification consisting of six (6) pages, for the hourly rates per man, per hour as follows: 1. 1,000 Hours Hourly rate per Journeyman Electrician, regular time $ $ 2. 1,000 Hours Hourly ratc per Maintenance Electrician, regular time $ $ State below hours during whieh regular time will prevail: From: a_rn. To: p.m. DAYS OF THE WEEK: In the event overtime is required, state below rate of overtime pay per man, per hour 3. 250 Hours Overtime hourly rate per Journeyman $ $ 4. 250 Hours Overtime hourly ratc per Maintenance Electrician $ $ State below hours during which overtime will prevail: FROM: a_rn. TO: p.m_ DAYS OF THE WEEK: 5. $30,000.00 Yearly Materials and Equipment (to be furnished by Contraetor if 1 00%* _% $ • and when requested by the City) shall be at Contractor's actual eost plus (percent)_ Evidenee of actual eosts may be required through submittal of actual invoices. The unit price in the next column is 100% plus the mark -up. For example: if mark- up is 10 %, the unit price would be 100% + 10% and the last column would be $30,000.00 x 110% = $33,000.00 • Total Bid $ • Vendor Initials Purchasing and Materials Management Division Page: 11 • Annual Agreement for Electrical Services INVITATION FOR BID # IFB10-0010A BID PRICE FORM You are invited to Bid on the following: Annual Agreement for Electrical Supplies Item Unit No. Quantity Unit Description Price Total Bidder's City Occupational License No.: Expiration Date: NOTE 1: THE ESTIMATED QUANTITIES PROVIDED IN THIS INVITATION TO BID ARE GIVEN ONLY AS A GUIDELINE FOR PREPARING THE BID AND SHOULD NOT BE CONSTRUED AS REPRESENTING ACTUAL QUANTITIES TO BE PURCHASED. • 1. Terms of Payment: % days, Net Days. 2. Is your company willing to accept the VISA ePayable solution for payment of all invoiees? Ycs No Recheck your quotations prior to submission. Bids may not be changed after being opened. Purchasing and Materials Management Division Page: 12 • Annual Agreement for Electrical Services INVITATION FOR BID # IFB10 -00I0A SPECIFICATION FOR ANNUAL AGREEMENT FOR ELECTRICAL SERVICES PART 1 GENERAL 1.1 SCOPE OF WORK It is the intent of this solicitation to establish a service contract whereby electrical work will be accomplished for the City of Orlando, by the Contractor in a reliable and timely manner. The Contractor shall have the capability to service multiple locations at any given time. In addition, the Contractor must have the capability to respond to Emergency Repair Work Orders. If the Contractor's workload dietates prioritizing work; the City of Orlando's work will be afforded favored status_ The City reserves the right to make multiple awards in the best interest of the City. 1.2 SUBMITTALS WITH BID The Contractor shall submit doeumentation that illustrates the company's ability to perform the work that will be required under the Agreement. The information shall inelude the following: A. Company information including: 1) Number of years in business. 2) Number of employees by category and years of experience. B. References: The Contraetor shall submit with the Bid, a list of names and phone numbers of at least five (5) references that may be eontacted by the City. (See attached Reference Form.) 13 SERVICE REQUIREMENTS The Contraetor shall provide all labor, material, and equipment to complete the following work: A. Existing Buildings: 1) General maintenance and repair of existing domestic and commercial wiring systems. 2) The work may involve location and repair of faulty wiring, repair and eheck -out of systems. 3) Provision and installation of conduit, wiring, junetion boxes, fixtures and electrical • equipment to repair or replace existing installations. 4) The work may involve replacement of electrical equipment, conduits and other equipment that has been vandalized or otherwise in need of repair. Purchasing and Materials Management Division Page: 13 B. New Work or Rehabilitation of Existing Buildings 1) Provision and installation of all conduit, wiring, electrical fixtures and electrical equipment to complete the new work or rehabilitation project. 2) The work may involve complete revision of the building electrical system in a building that is being rehabilitated for a new use. 3) The work may also involve installation of a complete electrical system for a "new" building whieh will include installation of all required equipment to complete the projeet for final inspection and issue of a certificate of occupancy. Note: Approximately 90% of the Work Orders issued are for rehabilitation work. 1.4 WORK ORDERS Ordering A. Any supplies and/or services to be furnished under the Agreement in excess of One Thousand Dollars ($1,000.00) shall be ordered by issuance of a written Work Order signed by the City's authorized representative(s). B. All Work Orders are subject to the teens and conditions of the Agreement. In the event of a conflict between a Work Order and the Agreement, the Agreement shall have precedence. C. Each Work Order will set forth the work to be accomplished, including but not limited to, time to complete, materials required and specifications and drawings to be followed. 13 CONTRACTOR'S RESPONSIBILITIES A. Upon reeeipt of a Work Order from the City's authorized representative(s), the Contraetor shall prepare an independent written estimate of the labor and materials required to complete the work. The Contractor will be provided a detailed scope of work, which identifies the specific job description. The Contractor shall complete the total estimate to accomplish the job and will identify any additional tasks necessary to satisfactorily accomplish the overall scope of work. B. If, during the course of work, the Contractor encounters unforeseen conditions which impact the work and which could not initially be evaluated, the Contractor shall not proceed without written authorization of the City's authorized representative(s). C. The Contractor must return an estimate to the City's authorized representative(s) within five business days, or as otherwise directed, from receipt of a Work Order. Purchasing and Materials Management Division Page: 14 Annual Agreement ror Electrical Services INVITATION FOR BID # IFB10 -0010A D. The Contractor's estimate will be evaluated to determine if the scope has been clearly and accurately understood, the hours have been accurately applied, the work has been properly estimated with supporting data presented and that material and equipment estimates are reasonable and properly documented. After the estimate has been reviewed, the City's authorized representative(s) will negotiate with the Contractor. The City's authorized representative(s) will approve a fixed price for the work described in the Work Order. E. The Contractor aeknowledges that work will be performed only after the above proeedure has been aceomplished. F. The basic work unit to be provided by the Contraetor shall be determined by the City's authorized representative(s) as to classifications and number of personnel needed for each project. The Contraetor shall have appropriate transportation and an adequate inventory of tools and equipment to perform work at the job site. G. Emergeney work may be ordered orally and followed up within twenty-four (24) hours by a written Work Order. The Contractor must provide and identify the means by which contact for authorized emergeney work may be made, i.e., pager or phone number. Response to ealls to pager or phone for emergency work must be received within one hour of initial call. H. No work shall be done on weekends or City holidays unless specifically authorized in writing on a Work Order issued by the City, or in the case of an authorized oral order for emergency work.. I_ Overtime work is not allowed unless approved in writing by a Work Order issued by the City. J. Normal work starting time is 730 a.m. The Contractor's time shall start on the job site. Any travel time expenses shall be borne by the Contractor and will not be reimbursed by the City. The hourly rate bid shall include full compensation for labor, equipment use, travel time and • any other Bost to the Contractor. The rate is straight time for all labor, except as otherwise noted herein. K. The Contractor shall, in addition to all other guarantees, be responsible for faulty labor or workmanship and shall promptly correct improper work within fifteen (15) days from notification, without cost to the City, within a reasonable period after receipt of notification of such faulty labor or workmanship. Payments in full or otherwise do not constitute a waiver of this guarantee. The guarantee period shall be effective for one (1) year after acceptance of the work by the City. L. Precautions will be exercised at all times for the protection of persons (including employees) and property. Barricades will be provided by the Contractor at the Contractor's expense, when work is performed in areas traversed by persons or vehicles, or when deemed necessary by the City's Representative. Purchasing and Materials Management Division Page: 15 M. The Contraetor shall conform to all Federal, State and City regulations during the performanee of the Agreement. Any fines levied due to inadequacies or failure to comply with any and all requirements shall be the sole responsibility of the Contractor. Any person found not in conformance with any laws, statutes, rules or regulations will not be allowed on the job site. Continued violations by a Contractor shall constitute cause for immediate termination of the Agreement. N. All existing structures, utilities, services, roads, trees, shrubbery, ete., shall be protected against damage or interrupted service at all times by the Contractor during the term of specific Work Orders, and the Contractor shall be held responsible for any damage to property caused by reason of his operations on the property. 1.6 TIME IS OF THE ESSENCE The Contractor acknowledges that time is of the essence to complete the work as specified in each and every Work Order. The Contractor agrees that all work shall be prosecuted regularly, diligently and uninterrupted at such a rate of progress as will ensure full completion thereof within the time specified in each and every Work Order. 1.7 COMPLETION After the work called for in a Work Order has been completed, the Contractor shall provide the following information in writing, in the form of an original invoice to the City of Orlando, Accounts Payable, P.O. Box 4990, Orlando, FL 32802 -4990: A. Actual hours used to perform thc work (by category of personnel); B. Date and time the work was initiated and completed; C. Contractor's certification that the work has bcen completed; D. A detailed breakdown of the materials used to complete thc work. E. All invoices must contain the contract number. F. Any drawings or documents associated with the project are to be sent or delivered to the City of Orlando Facilities Managemcnt Division, 1010 S. Westmoreland Dr., Orlando, FL 32805. Purchasing and Materials Management Division Page: 16 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10-0010A 1.8 SPECIAL REQUIREMENTS The following special requirements arc conditions of the Agreement A. The City will notify the Contractor when services are required by means of a Work Order. The Contractor shall commence the work on the date agreed to after receipt of an approved Work Order and will complete the work as specified in the Work Order_ B. The Contractor(s) shall have a permanent place of business loeated within a thirty (30) mile radius of Orlando City Hall, 400 S. Orange Avenue, Orlando, Florida. PART 2 QUALIFICATIONS 2.1 PERSONNEL Personnel shall be provided for each Work Order as required by Chapter 22, Electrical Code, of the City of Orlando Code. 2.2 EQUIPMENT A. The personnel shall have or be provided with a working set of hand and power tools for electrical work. B. The Contractor shall be capable of providing major equipment (either rental or contractor owned) to be capable of completing the Work Order in a timely manner. The equipment shall inelude, but not be limited to, the following: 1) Jaekhammers and air compressors. 2) Portable self powered lighting equipment. 3) 'Bucket truck" with high -reach capability. 4) Conduit threading and forming equipment. 5) Trencher 6) Crane or High Reaeh Equipment capable of reaching 100 ft. ball field lights. 23 INVENTORY The Contractor shall have and maintain an inventory of conduit piping, switch boxes and electrical equipment to provide for timely completion of Work Orders. 2.4 EXPERIENCE • Reference Section 1.02 "SUBMITTALS WITH BID" of this Specification. END OF SECTION Purchasing and Materials Management Division Page: 17 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10 -0010A SPECIAL CONDITION CLAUSES Acceptance of Materials/Services. The material and/or services provided under this contract shall remain the property of the seller until a physical inspection and aetual usage of this material and/or services is made and thereafter aeeepted to the satisfaction of the City. Materials/serviees must comply with all the terms herein. In the event the material and/or service supplied to the City is found to be defeetive or does not conform to the specifications, the City reserves the right to caned the order upon written notiee to the seller. Materials shall be returned to the seller at the seller's expense. Agreement Alterations. No alterations or variables in the terms of the Agreement attached hereto shall be valid or binding. AlterationslChanges to Bid Price Form(s). Do not change or otherwise alter the quantity or unit designations on these Bid Price Form(s). Your unit price bid and total extensions must correspond to these designations. Each line item will be extended as indicated (quantity x unit priee). Automated Order Entry System. Bidder should furnish with his bid package details of any automated order entry system available for use by the City. Bid Amounts. Prices bid are considered fixed price, which includes all prices for equipment, labor and material required to perform the work specified in this Invitation for Bid. Bid Prices. Bid prices shall remain firm for the entire contract period unless otherwise changed by an Amendment. Any Amendment must be in writing and signed by both parties. Such Amendments must be signed by an authorized representative of the City of Orlando's Purchasing and Materials Management Division to be valid, binding, and enforceable. However, should the awarded vendor of a contract resulting from this solicitation sell an item listed in this contract to another customer at a lower price than the price listed in this contract, said awarded vendor shall also extend that same discounted price to the City. Correction or Withdrawal of Bids. Correction or withdrawal of inadvertently erroneous bids shall be permitted up to the time of bid opening. After bid opening, no changcs in bid prices or other provisions shall be permitted; provided, however, the Office of the Purchasing and Materials Management Division Manager shall have the authority to waive minor irregularities. Licenses. The successful Bidder will be required within fifteen (15) calendar days of award date, to provide any and all local, state, and federal licenses, approvals, permits, authorizations and /or certifications whieh would be applieable for all services to be rendered during the term of the Agreement. Purchasing and Materials Management Division Page: 18 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10-0010A Liquidated Damages. Should the successful bidder, as subsequent contractor for the work, fail or refuse to complete the work within the specified time and provided the contractor has not previously obtained an extension of time from the City of Orlando, the contractor agrees that the sum of two - hundred and fifty dollars ($250.00) shall be deducted from the eontraet priee and/or the Perfonnanee Bond by the City of Orlando as liquidated damages for eaeh calendar day or portion thereof elapsing beyond the guaranteed completion date of the work to partially offset the City for the hardship and expense caused by the delay. Payment of Subcontractors. Final and eomplete payment will be made on the basis of completion and aeeeptanee by the City of the work performed under the Contract and reccipt of satisfaetory evidenee that all payrolls, bills for materials, have been paid in full. Payments of subcontractors shall be made within thirty (30) days after completion and acceptance of thc work, and submission of said evidence. The existencc of any unpaid bills or eharges for labor, materials or other supplies used direetiy by the contractor or any subcontractor under the Contraet, shall eonstitute eause for the City to withhold final payment until said bills or charges are paid. Periodic and Final Cleaning. The sueeessful bidder shall: A. Schedule periodic eleaning to keep the worksite, and adjaeent properties free from aecumulations of waste materials, rubbish and windblown debris resulting from construction operations. B. Provide on -site container for the collection of waste materials, debris, and rubbish. C. Dispose of waste materials, debris, and rubbish off the Owner's property. D. Upon completion of work in each area, provide final eleaning and return spaee to a condition • suitable for use by the City. E. Conduet cleaning and disposal operations to comply with City codes, ordinances, regulations, and environmental laws. Performance Bond and Payment Bond In accordance with Florida Section 255.05(1Xa), Florida Statutes, a Performance and Payment Bond is • required of anyone entering into a formal contract with the City for the construction or rcpair of a building or public works project. The City reserves the right to waive the requirement at any timc for any contract of $200,000.00 or less. Accordingly, if thc amount bid by the successful bidder exceeds $200,000.00, a Payment and Performance Bond will be required in thc amount of the successful bidder's bid or in such other amount as may be directed by the City in writing within fifteen (15) days of the award of any contract resulting from this solicitation. No work shall be done prior to the delivery of a bond mccting thc requirements of this Section to the City. Purchasing and Materials Management Division Page: 19 In the event that the successful bid amount is less than $200,000.00, a Payment and Performance Bond will be required thereafter in such amount as determined by the City if at any time, for any reason, not but of limited to increased quantities or usage or extension or renewal, the value of the contraet exceeds (or may reasonably be expected to exeeed) $200,000.00 as determined by the City. Such bond shall be acquired and delivered to the City within fifteen (15) days of notice from the City that a bond is required. Upon notice from the City that a bond is required no further work under the contract shall be undertaken until sueh time as a bond in conformance with this Seetion has been delivered to the City. The Contractor shall include the cost of any bonds required hereunder in their bid. If bonds are required hereunder and the term of the contract between the City and the Contraetor is extended or renewed, Contractor shall provide a new or amended bonds to reflect the new or extended period and increased value of the contract within fifteen (15) days of extension or renewal. The failure by Contractor to submit any conforming bond when required by this Seetion shall constitute grounds for termination of the contract by the City. All Payment and Performance Bonds shall be recorded by the City with the Clerk of the Circuit Court of the county wherc thc work is located. These bonds shall remain in effect at least until one (1) year after the date of substantial completion of the cntirc work assigned to Contractor under the contract, except as otherwise provided by applicable laws or regulations. All bonds shall be in accordance with statutory bond provisions in Florida Statutes and all othcr applicable laws. All bonds shall be executed by such sureties as are licensed to conduet business in the state of Florida and, except as otherwise provided by applicable laws and regulations, are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of its authority to act. If the surety on any bond famished by contraetor is declared bankrupt or becomes insolvent or its license to do business in the state of Florida is terminated or it ceases to meet the requirements of this Scction, Contractor shall within five (5) days thereafter substitute another bond and surety, both of which shall be in aecordance with these requirements and aceeptable to City. In addition to the other bonding requirements, the surety (ies) named on the Performance Bond and Payment Bond submitted by Contractor shall be subject to the approval of City. If City has a reasonable objection to the proposed Surety, City may require Contractor to submit an acceptable substitute. Quantities. The quantities for the items listed in this solicitation are estimated quantities for bid evaluation purposes only, and should not be construed as representing actual quantities to be purchased. It is understood by all Bidders that the City is not obligated to purchase any minimum or maximum amount during the life of a contract resulting from this solicitation. Any sueh resulting contract shall be non - exelusive, and the City may procure the goods listed in said contract from other sources. Purchasing and Materials Management Division Page: 20 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10-0010A Silence of Specifications. The apparent silence of these specifications or any supplemental specifications as to details or the omission from same of any detailed description eonceming any point, shall be regarded as meaning that only the best commercial praetiees are to prevail and that only materials of first quality and correct type, size, and design are to be used. All workmanship shall be first quality. All interpretations of specifications shall be made upon the basis of this statement. Purchasing and Materials Management Division Page: 21 INVITATION FOR BID # IFB10-0OIOA "NO BID" RESPONSE TO INVITATION FOR BID CITY OF ORLANDO, FLORIDA PURCHASING AND MATERIALS MANAGEMENT DIVISION City Hall at One City Commons 400 South Orange Avenue P.O. Box 4990 Orlando, Florida 32802 -4990 If your firm is unable to submit a bid at this time, would you please provide the information requested in the space provided below and return to: City of Orlando, Florida Purchasing and Materials Management Division City Hall at One City Commons 400 South Orange Avenue P.O. Box 4990 Orlando, Florida 32802 -4990 We have received Invitation for Bid No. IFB10-0010A, opening at 4:00 p.m., Local Timc, City of Orlando, FL, on Wednesday, October 28, 2009. Reason for not bidding: BY: Signature Name & Title, Typed or Printed Company Name Purchasing and Materials Management Division Page: 22 Annual Agreement for Electrical Services INVITATION FOR BID # IFBIO -0O10A GENERAL CONDITIONS BIDDER: To Insure acceptance of the bid, follow these iostruclons. I. EXECUTION OF BID: Bid mast contain a manual signature of an authorized representative in the space pmvided. 2. SEALED BIDS: All kids must be submitted in a sealed envelope. The face of the envelope shall contain the date and time of the bid opening and the bid number. Bids not submitted on the City's bid forms may be rejected. All bids are subject to the conditions specified herein and on any attached sheets, specifications, special conditions or vendor notes. 3. NO BID FORM: In the event you deco not to bid this require meal, resspatd by returning this form, marling it "NO BID" end the reason therefor. NOTE: To qualify as o respondent, bidder must submit a "BID" or "NO BID" and it must be rnteivcd no later than the stated bid opening date and lime. 4. BID OPENING: Shall be public, on the date and at the time specified on the bid fora It is the biddeas responsibility to assure that his bid is delivered at the proper time and place of the bid opening. Bids which for any reason are not so delivered, will not be returned but will be retained io the "BID FiLE" unopened. Telephone or telegraphic kids cannot be accepted. 5. PRICES, TERMS, and PAYMENT: All prices must be firm for the delivery schedule quoted herein. Bids stipulating "Price in effect at time of shipment" or other similar conditions will be considered not responsive to the bid invitation and will not be accepted. All prices shall be quoted F.O.B. delivered to any City of Orlando Department unless otherwise stipulated in the bid invitation. Bidder is requested to offer cash discount for prompt invoice payment It is the pokey of the City of Orlando to make payments of invoices in time to earn any offered ash discounts. Discount time will be computed from the date of satisfactory delivery at place of acceptance or from receipt darned invoice at the Finance Department office, whichever is rater. a) TAXES: The City of Orlando does not pay Federal excise and State sales taxes. Our tax exemption number is 58- 12-94438 -54C and is also stipulated on all our Purchase Orders. b) POLITICAL SUBDIVISIONS: Utdcr Florida Law, prices contained in State Contracts shall be available to the City of Orlando, who might wish to purchase order a Saute Purchase Contract The City of Orlando therefore reserves the right to purchase any commodities from a State Purchase Contract if in the best interest oldie City. c) MISTAKES: Bidders are aspersed to examine the specifications, delivery scheduts, hid prices, and all instructions pertaining to supplies and services. Failure to do so will be a bidder's risk d) CONDITION and PACKAGING: It is understood and agreed that any Iran offered or shipped as a nasult of this bid shall be new (current production model at the time of this bid). All containers shall be suitable for storage or shipment, and all prices shall include standaid commercial packaging. e) SAFETY STANDARDS: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall comply with applicable requirements of Occupational Safety and Health Act and soy standards thereunder, I) MARKING: Each individual container shall be marked with the brand name of the product, quantity and the name and address of the manufacturer. Each shipping container shall include the mamoof the vendor and must also clearly indicate the City of Orlando Purchase Order Number. g) INVOICING and PAYMENT: The supplier shall be paid upon submission of invoices to: The Accounts Payable Section. City of Orlando. 400 South Omnge Avenue, Orlando, Florida 32801. Invoices are to be billed at the prices stipulated on the purchase teller and as outlined in this bid, All invoices must show the City of Orlando Purchase Order Number. 6• CONFLICT OF INTEREST: The award hereunder is subject to Chapter 112, Florida Statutes. All bidders must disclose with their bid the name ofany officer, director, or agent who is also an employee of the City of Orlando_ Farther. all bidders oust disclose the name of any City of Orlando employee '" who owns, directly or indirectly, an interest of ten percent (10%) or more of the bidders firm or any of its branches, 7. AWARDS: As the bat interest of the City of Orlando may require, the rlglu is reserved to make awards) by individual leans, group of items, all or none, • ora combination thereof, with one or mom suppliers; to reject any nll bids or waive any infamalry or technicality in bids received. B. INSPECTION, ACCEPTANCE, and TITLE: inspection and acceptance will be at destination unless otherwise stipulated. Title and risk of loss or damage to all items shall be the responsibility of the shipper (vendor) until accepted by the using department tithe (sty of Orlando, unless bas of damage results from negligence by the City of Orlando or its Departments. 9. DISPUTES: la cue of any doubt or differences of opinion as to the items to be furnished hereunder, the decision of the City of Orlando Director of Purchasing shall be final and binding on both parka. • 10. LEGAL REQUIREMENTS: Federal, State, County and local Taws, ordinances, rules and regulations that in any manna affect the item(s) covered herein apply. Lack of knowledge by the bidder will in no way be cause for relief from tesponsibifity. • 11. LIABILITY; The vendor shall hold and save the City of Orlando, its officers, agents and anployees hanolas from liability of any kind in the performance ofor fulfilling the requirements of die Purchase Order which may resuk from this bid, NOTE: ANY AND ALL SPECIAL CONDITIONS ATTACl1ED IIERETO WHICH VARY FROM THESE GENERAL CONDITIONS Si)ALL HAVE PRECEDENCE. Director of Purchasing, City of Orlando Purchasing and Materials Management Division (SAACS) Page: 23 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10 STANDARD TERMS AND CONDITIONS 1. RECEIPT OF BIDS: a. Sealed bids, one (1) original and one (1) copy, shall be submitted to the Purchasing and Materials Management Division at date and time specified herein. Bids will not be aeeepted after the designated time and date. b. Each bid shall be submitted in a sealed envelope prior to the time established for opening of bids, and the envelope shall be marked with the bid number, title of the bid, and bid opening date. e. If submitted by mail, the envelope shall be enclosed in another envelope addressed to the Purchasing and Materials Management Division Manager. If submitted otherwise than by mail, it shall be delivered to the office of the Purchasing and Materials Management Division Manager. d. Sealed bids are to be addressed as follows for either mail or hand delivery: Rhonda Scott, C.P.M., CPPO, FCCN Purehasing and Materials Management Division Manager City of Orlando Purchasing and Materials Management Division City Hall at One City Commons 400 S. Orange Avenue - Fourth Floor P.O. Box 4990 Orlando, Florida 32802 -4990 e. Bids submitted by mail must be received in the office of the Purchasing and Materials Management Division time ge s Dl lion by the tim s cif'fed herein for the opening thereof. Pc P g 2_ OPENING OF BIDS: Sealed bids will be reeeived in the Purchasing and Materials Management Division until the due date and time as speeified in this Invitation to Bid. Bids will be opened and publicly read aloud immediately following the specific due date and time. No responsibility will attach to the Purchasing Office for the premature opening of a bid not properly addressed and identified. Bidders or their authorized agents are invited to be present at the bid opening. 3. IRREGULAR BIDS: Bids made on other than the documents furnished by the Purchasing Office may not be considered. Changes in phraseology, additions, or limiting provisions made on the Invitation To Bid may render the bid irregular and may cause rejection. Purchasing and Materials Management Division (SAACS) Page: 24 Annual Agreement for Electrical Services INVITATION FOR. BID # IFB10 -0OIOA 4. WITHDRAWAL OF BIDS: Bidders may withdraw a bid after it has been deposited with the Purchasing and Materials Management Division any time prior to the stipulated time for opening the bids. After bid opening, no ehanges in bid prices or other provisions shall be permitted. 5. EVALUATION OF BID AWARD: The City reserves the right to award the bid to the lowest responsive and responsible bidder who submits the bid meeting specifications. In determining responsibility, the City reserves the right to consider matters sueh as, but not limited to, quality offered, delivery terms, and service reputation of the bidder, in determining the most advantageous bid. 6. BIDDER'S CERTIFICATION FORM: Each Bidder shall complete the "Bidder's Certifieation" form included with this Invitation for Bid. The form must be aeknowledged before a Notary Public with notary seal affixed on the document. The failure of a Bidder to include this document with their bid submittal will be cause for rejeetion of the bid. 7. CONTINGENT FEES: The Bidder warrants that no one was paid a fee, eommission, gift, or other eonsideration contingent upon receipt of an award for the services and/or supplies specified herein. S. AMENDMENTS: It is the Bidder's responsibility to contact the Purchasing and Materials Management Division prior to submitting a Bid to ascertain if any Addenda have been issued, to obtain all such Addenda, and rctum cxecuted Addenda with the Bid. If you have downloaded this Bid from the Internet, please cnsure that you also download all such Addenda. The failure of a Bidder to submit acknowledgment of any Addenda that affects the bid price(s), is considered a major irregularity and will be cause for rejection of the Bid. 9. "NO BID" RESPONSE FORM: In the event you elect not to bid on this requirement, please fill out and return thc attached "NO BID" form. Purchasing and Materials Management Division (SAACS) Page: 25 Annual Agreement for Electrical Services INVITATION FOR BID # IFSIO-0010A 10. EXCEPTIONS TO TERMS AND CONDITIONS: When completing your bid, do not attach any forms which may contain terms and conditions that conflict with those listed in the City's bid document(s). Inclusion of additional terms and conditions, such as those which may be on your company's standard forms, may result in your bid being deelared non - responsive. 11. PERIOD OF OFFER VALIDITY: Priees quoted in the bid must remain open for a period of ninety (90) days from the date of bid opening. 12. FAMILIARITY WITH SITE WORK AND CONDITIONS: The responsibility for the determination of accurate measurements, the extent of work to be performed, and the conditions surrounding the performance thereof shall be the bidder's. Submission of a bid shall constitute acknowledgment by the bidder that he is familiar with all sueh conditions. The failure or neglect of a bidder to familiarize himself with the site of the proposed work, shall in no way relieve him from any obligations with respect to his bid. 13. RIGHT GH TO AUDIT RECORDS: The City shall be entitled to audit the books and records of the Contractor or any sub - contractor to the extent that such books and records relate to the performanee of the Agreement or any sub - eontract to the Agreement. Such books and records shall be maintained by the Contractor for a period of five (5) years from the date of final payment under the Agreement and by the sub- contractor for a period of five (5) years from the date of final payment under the sub - contract unless a shorter period is otherwise authorized in writing. 14. FISCAL YEAR FUNDING APPROPRIATION: a. Speeified Period Unless otherwise provided by law, a contract for supplies or serviees may be entered into for any period of time deemed to be in the best interest of the City, provided the term of the contract and conditions of renewal or extension, if any, are included in the solicitation and funds are available for the first fiscal period at the time of contract. Payment and performance obligations for succeeding fiscal periods shall be subject to appropriation by City Council of funds therefor. b. Cancellation Due to Unavailability of Funds in Succeeding Fiscal Periods When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the contract shall be cancelled and the contractor shall be entitled to reimbursement for the reasonable value of any nonrecurring cost incurred but not advertised in the price of the supplies or services delivered under the contract or otherwise recoverable. Purchasing and Materials Management Division (SAACS) Page: 26 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10-0010A 15. AWARD OR REJECTION OF BIDS: The contract will be awarded to the lowest responsive and responsible bidder complying with all the provisions of the Invitation for Bid, provided the bid price is reasonable and it is in the interest of the City to accept it. The right is hereby reserved to accept all or part of any or all bids, to waive irregularities, or to reject all or part of any or all bids, and to advertise for new bids, as the interest of the City may require. The Director of Purchasing also reserves the right to reject the bid of a bidder who has previously failed to perform properly or complete on time contracts of a similar nature, or a bid of a bidder who investigation shows is not in a position to perform the contract. In determining responsibility, the following other qualifications, in addition to price, will be considered by the Director of Purchasing: a. The ability, capaeity and skill of the bidder to perform the service required. b. Whether the bidder can perform the contraet or provide the service promptly, or within the time specified, without delay or interference. c_ The character, integrity, reputation, judgment, cxperienee and effieiency of the bidder. d. The quality of performance of previous contracts or services. e_ The previous and existing compliance by the bidder with laws and ordinances relating to the contract or service. f. The sufficiency of the financial resources and ability of the bidder to perform eontract or provide the service_ g. The quality, availability and adaptability of the supplies, or services, to the particular use required. h. The ability of the biddcr to provide future maintenance and service for the use of the subject of the eontract. i. Whether the bidder is in arrears to the City on a debt or contract or is a defaulter on surety to • the City, or whether the bidder's taxes or assessments are delinquent. j. Sueh other information as may be required or secured. 16. QUESTIONS REGARDING SPECIFICATIONS OR BIDDING PROCESS: a. To ensure fair consideration for all bidders, the City prohibits communication to or with any • department, bureau, or employee during the submission process, except as provided below. Additionally, the eity prohibits communications initiated by a bidder to any City Offieial or employee evaluating or considering the bidder (up to and including the Mayor and City Council), prior to the time an award decision has been made. Purchasing and Materials Management Division (SAACS) Page: 27 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10 -0010A Any communication between bidder and the City will be initiated by the appropriate City Official or employee in order to obtain information or clarification needed to develop a proper, accurate evaluation of the bid. Such communications initiated by a bidder shall be grounds for disqualifying the offending biddcr from consideration for award of the bid and/or any future proposal. b. Any questions relative to interpretation of specifications or the bid process, shall be addressed in writing as indicated below, in ample time before the period set for the receipt and opening of bids. No inquiries, if received within ten (10) days of the date set for the receipt of bids, will be given any consideration. See Attachment "A" — "Written Question Form ". Any interpretation made to prospeetive bidders will be expressed in the form of an addendum to the specifications which, if issued, will be conveyed to all prospective bidders no later than five (5) days before the date set for receipt of bids. Oral answers will not be authoritative. c. It will be the responsibility of the bidder to contact the Purchasing and Materials Management Division prior to submitting a bid to ascertain if any addenda have been issued, to obtain all such addenda, and return executed addenda with the bid. d. Direct inquiries to the Purchasing Agent referenced on the cover page of this Invitation for Bid: City of Orlando Purchasing and Materials Management Division City Hall at One City Commons 400 South Orange Avenue P.O. Box 4990 Orlando, Florida 32802 -4990 (407) 246 -2291 Fax (407) 246 -2869 Website: htto: / /www.citvoforlando.net 17. SELECTION/REJECTION OF OPTIONS: The City of Orlando reserves the right to select/reject options bid, based on price deemed to be in the best interests of the City. 18. SUBMITTAL OF BIDS: Bids shall be submitted utilizing the bid form(s) provided herein. All bids shall be properly executed with all blank spaces filled in. The signatures of all persons signing shall be in Ionghand. Erasures, interlineations, or other correetions shall be authenticated by affixing in the margin immediately opposite the connection the initials of a person signing the bid. If the unit price and the total amount provided by a bidder for any item are not in agreement, the unit price alone shall be considered as representing the bidder's intention, and the totals shall be corrected to conform thereto. Purchasing and Materials Management Division (SAACS) Page: 28 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10-0010A 19. INSPECTION OF PUBLIC RECORDS: Bidders may request copies of the solicitation records in person or by written request to the Purehasing Agent as listed in this solicitation. Pursuant to Florida State Statute Chapter 119.07, sealed bids are exempt from public inspection until such time as the City provides Notice of Intended Action or within ten (10) days after bid opening, whichever is earlier. 20. BID INFORMATION: It is ineumbent on the bidder to check the City of Orlando website at www.citvoforlando.com for current bid and award information, prior to and after the scheduled opening date of a solicitation. Bidders may also contact the Purchasing and Materials Management Division in accordance with the instructions provided herein. 21. APPLICABLE LAW This Invitation for Bid is issued in aceordanee with and shall be verned the provisions go by and procedures of Chapter 7 of the City of Orlando's Code which can be accessed online at: http:// www. eityoforlando. netladmin /ourchasine%hapter7.htm. Any appeal of matters relating to this solicitation must be filed in accordanee with the requirements of Chapter 7 of the City Code. 22. RESERVED 23. TRADE NAMES: In cases where an item is identified by a manufacturer's name, trade name, catalog number, or reference, it is understood that the bidder proposes to furnish the item so identified and does not propose to furnish an "EQUAL" unless the proposed "EQUAL" is definitely indieated therein by the bidder. The reference to a name brand is intended to be descriptive but not restrictive and only to indicate to the prospective bidder articles that will be satisfactory. Bids on other makes and catalogs will be considered provided each bidder clearly states in his bid or proposal exaetly what he proposes to furnish and forwards with his bid a eut illustration or other descriptive matter which will clearly indicate the eharacter of the article eovered by his bid. The City hereby reserves the right to approve as an equal, or to reject as not being equal, any article the bidder proposes to furnish whieh contains major or minor variations from the speeifieation requirements but may comply substantially therewith. If no particular brand, model, or make is specified and if no data is required to be submitted with the bid, the successful contractor after award and before manufaeturer or shipment may be required to submit working drawings or detailed deseriptive data sufficient to enable the City to judge if such requirement of the specification is being complied with. { Purchasing and Materials Management Division (SAACS) Page: 29 Annual Agreement for Electrical Services INVITATION FOR BID # IFBIO -O01OA 24. WARRANTY: • Bidder warrants that all equipment, materials and workmanship furnished whether furnished by bidder or its sub - suppliers, will comply with its and the City's specifications, drawings and other descriptions supplied or adopted, and will be new, fit and sufficient for the purpose for which they are intended, of good materials, design and workmanship and free from defects or failure. 25. DISCOUNTS: Bidders may offer a cash discount for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation purposes. Discounts will be computed from the date of satisfactory delivery at place of acceptance or from receipt of correct invoiee at the office specified, whichcver is later. Bidders are encouraged to reflect cash discounts in the unit prices bid. 26. EXECUTION OF AGREEMENT: The successful bidder shall, within fifteen (15) calendar days after Notice of Award is issued by the City of Orlando, Purchasing and Materials Management Division, enter into a contract with the City on forms as included within the bidding documents for the performance of work awarded him and shall simultaneously provide any required bonds, indemnities and insurance certificates. a. Unless otherwise agreed by the City, the agreement shall be signed by an authorized Corporate Official (i.e., President, Vice President, C.E.O.) with the corporate seal affixed. It is also required that such execution be acknowledged before a Notary Public with Notary Seal affixed. If neither the aforementioned corporate officer nor the corporate seal are readily available, a letter of authorization can be submitted in lieu of these requirements. Such letter of authorization must be on the corporate stationery, must clearly state that the person who signed the referenced agreement is duly authorized to enter into such agreement on behalf of the corporation and must be signed by the corporate officials designated above. Failure to submit letter of authorization within two (2) weeks after notification of award may result in award to thc next apparent low bidder. b. In the case of a Partnership, the agreement must be signed by a general or managing partner and notarized as outlined above. c- In the case of a sole proprietorship, the owner must sign the agreement and have such execution notarized. d. If you have any questions regarding thc execution of thc signature page, please feel free to contact the Purchasing Department at (407) 246 -2291 for further clarification. Strict adherence to criteria outlined above is of the utmost importance in finalization of agreements awarded to successful bidders. Purehasing and Materials Management Division (SAACS) Page: 30 Annual Agreement for Electrical Services INVITATION FORBID # IFBIO-0010A 27. FAILURE TO EXECUTE AGREEMENT: Failure of the successful bidder to aecept the Agreement as speeified may be cause for caneellation of the award. In the event that the award is eaneelled, the award may then be made to the second lowest responsive and responsible bidder, and such bidder shall fulfill every stipulation embraeed herein as if he were the original party to whom the award was made; or the Director of Purchasing may reject all of the bids. Contractors who default are subjeet to suspension and/or debarment. 28. BIDDER QUALIFICATION: Bids will be considered from firms who have adequate personnel and equipment and who are so situated as to perform prompt service. The City reserves the right to conduct an inspection of the bidder's facility and equipment prior to the award of the Agreement_ Bids will be considered only from firms which are regularly engaged in the business as described in this bid package; with a record of performance for a reasonable period of time, which have sufficient financial support, equipment, and organization to ensure that they can satisfactorily execute the service if awarded an Agreement under the terms and conditions herein stated. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established company in line with the best business practice in the industry and as determined by the City. Failure to comply with the established deadline for submittal of required documents may be grounds for cancellation of the award. 29. PUBLIC ENTITY CRIMES: A person or affiliate, as defined in §287.133 of the Florida Statutes, who has been placed on the convicted vendor list following a conviction for a publie entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract witb • • a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in §287.01 of the Florida Statues for CATEGORY TWO, for a period of 36 months from the date of being placed on the convieted vendor list. 30. FLORIDA PROMPT PAYMENT ACT: 1. Proper Invoice For purposes of billing submission and payment procedures, a "proper invoice" by a contractor, vendor or other invoicing party sball eonsist of at least all of the following: a. a description (including quantity) of the goods and/or services provided to the City (or a party on behalf of the City) reasonably sufficient to identify it (or them); Purchasing and Materials Management Division (SAACS) Page: 31 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10 -00I0A b. the amount due, applicable discount(s), and the terms thereof; c. the full name of the vendor, contractor or other party who is supplying the goods and/or services including a mailing address in case of a dispute and a mailing address for payment purposes (if they are different) and a telephone number; d. the Purchase Order or Contract number as supplied by the City; and e. an identification by Bureau, Office or Department of the party(ies) to whom the goods were delivered or services provided. All invoices, in order to be classified as a proper invoice, shall be delivered to Accounts Payable, Finance Department, City of Orlando, 400 South Orange Avenue, P.O. Box 4990, Orlando, Florida, 32802 -4990. Finally, in addition to all of the above, in order to be considered a ro er invoice, it must be P P based on a proper delivery, installation, or provision of the goods and /or services to and acceptance by the City (or party on behalf of the City); the vendor, contraetor or other party who is supplying the goods and/or services has otherwise complied with all of the contract's terms and eonditions and is not in default of any of them; and if the contract requires any subcontractors or other parties to be bound by similar other "flow -down" requirements that those requirements have been complied with. 2. Dispute Resolution In the event a dispute oeeurs between a contraetor, vendor or other invoicing party ( "invoicing party") and the City concerning payment of an invoice, the City Department, Office or Bureau which has the dispute along with a representative of the City's Purchasing and Materials Management Division and the invoicing party shall meet to consider the disputed issues. The invoicing party shall provide to the City such material and information as the City may reasonably require. Any such procedure shall be initiated by either party notifying the other in writing of a dispute and stating with specificity its nature. This procedure shall commenee not later than forty -five (45) days, and be resolved not later than sixty (60) days, after the date on whieh the proper invoice was received by the City. Any decision by the Director of Purchasing shall constitute the final decision of the City regarding these matters and shall be communicated in writing to the invoicing party within three business days after such decision. If no decision is rendered within the time period as set out above, then a deeision against the invoicing party shall be deemed to have been issued. 31. PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES: At the option of the awarded vendor, the submission of any bid in response to this Invitation for Bid constitutes a bid made under the same terms and conditions, for the same eontract price, to other governmental agencies including the State of Florida and its ageneies, politieal subdivisions, counties and cities. Purchasing and Materials Management Division (SAACS) Page: 32 Annual Agreement for Electrical Services INVITATION FORBID # IFB10 -0010A Each governmental agency desiring to accept these bids, and make an award thereof, shall do so independently of any other governmental agency. Each agency shall be responsible for its own purchases and each shall be liable only for materials ordered and received by it and no ageney assumes any liability by virtue of this bid. 32. INSURANCE: Insurance eoverage, when required, must be in force throughout the Contraet term. Should a Contraetor fail to provide acceptable evidence of current insurance within seven (7) days prior to the expiration date of an insurance policy, the City shall have the absolute right to terminate the Contract without any further obligation to the Contractor. The Contractor shall be liable for the entire additional cost of procuring performance plus the cost of performing the incomplete portion of the contract at the time of termination. 33. DRUG -FREE WORKPLACE CERTIFICATION: By submitting a bid in response to this Invitation for Bid, you are certifying that your company is a drug -free workplace in accordance with Florida Statute §287.087. 34. AMERICANS WITH DISABILITIES ACT: Persons with disabilities needing a special accommodation to participate in this proceeding should contact the Purchasing & Materials Management Division, City Hall at One City Commons, 400 South Orange Avenue, P.O. Box 4990, Orlando, Florida 32802 -4990, telephone (407) 246 -2291, not later than SEVEN (7) days prior to the date on which the accommodation is requested. 35. PURCHASING CARD PROGRAM: The City of Orlando uses the VISA Purchasing Card Program to streamline our procurement process. In order to expedite payments to suppliers, The Bank of America VISA Purchasing Card and cPayable solution has been implemented to more effectively control our procurement activities and to achieve a significant cost savings over the traditional paper, purchasing and =_ payment system. As one of the City of Orlando's valued suppliers, your business can also achieve cost savings results by accepting the ePayables solution. Identified supplier benefits of this Program arc: • Reduction of payment timc • Direct electronic deposit to your primary banking account • Increase in working capital • Elimination of invoicing • Reduced collection efforts • Enhanced corporate relationships • Reduced billing costs • Enhanced reporting • Increased salts as a "Preferred Supplier" Purchasing and Materials Management Division (SAACS) Page: 33 Annual Agreement for Electrical Services INVITATION FOR BID # IFBIO-0010A Additionally, you will be able to grow your customer base by accepting purchasing cards from other corporate customers as well as all major credit cards, therefore, The City encourages all vendors to accept the VISA ePayable solution. 36. LIVING WAGE POLICY: As set forth in City Policy and Procedure, 161.3, Covered Service Contractors, as well as their subcontractors (first tier only), shall pay to all of their employees providing Covered Serviees pursuant to an Agreement with the City, a living wage for the time spent providing services to the City. (This provision does not include general administrative personnel unless they are assigned to a City projeet.) "Living wage" means compensation for employment of not less than $8.50 per hour for straight time, exclusive of FICA, unemployment taxes, and workers compensation insurance and employee benefits. Necessary payroll documentation shall be provided to confirm compliance with this provision or the service Contractor shall allow the City to audit (at serviee Contractor's plaee of business) its payroll reeords to determine if compliance has been achieved. - Failure to comply with the provision may result in termination of the Agreement and/or preclusion from future City Agreements at the sole option of the City. This proyision shall apply to all bid and Proposal awards for services, which involve City expenditures that exceed $100,000.00 per year. Morc particularly, this provision shall apply to single and multiple award Agreements for services regardless of the initial value of the award whenever City expenditures exceed $100,000.00 in any one Agreement year. As for multiple award Agreements (Agreement award which will be divided among several Contractors), at the point when the City has expended $100,000.00 on that Agreement in any one - Agreement year, regardless of whether such expenditure was to one Contraetor or several Contractors, then the living wage provision shall apply to all Contractors who are a party to that award. For those Agreements whose initial value was less than $100,000.00 but exceeded $100 000.00 rior to the cnd of the Agreement term this provision P �' p s will be applicable to that Agreement in the next quarter. To further clarify, the Living Wage policy does not apply to part time employees, nor the part time employees of all subeontractors. Furthermore, the workers of temporary employment agencies are not eovered by the City's Living Wage Poliey. A copy of the Living Wage Policy is available for review in the Purchasing and Materials Management Division. Purchasing and Materials Managcment Division (SAACS) Page: 34 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10 -0010A 37. RECIPROCAL LOCAL PREFERENCE: In the event the most responsive and responsible response to any Invitation for Bid or Request for Proposal is by a vendor whose principal place of business is in a county which grants a preference for the procurement of such goods or services to a vendor whose principal place of business is in such county, then the City may award a preference to the (next) most responsive and responsible vendor having a principal place of business in the Metropolitan Statistical Area, (Le., Orange, Seminole, Lake and Osceola Counties). Such preference shall be equal to the preference granted by the county in which the most responsive and responsible vendor has its principal place of business. 38. EMERGENCY SUPPORT: It is hereby made a part of this Invitation for Bid that before, during and after a public emergency, disaster, hurricane, flood, or other acts of God, that the City of Orlando shall be provided goods and services on a first priority basis. It is vital and imperative that the majority of citizens are protected from any emergency situation which threatens public health and safety, as determined by the City. Vcndor / Contractor agrees to provide / rent / sell / lease all goods and serviees required by the City on a first priority basis. The City expeets to pay a fair and reasonable price for all goods and services in the event of a disaster, emergency or hurricane_ Vendor / Contractor shall furnish a twenty -four (24) hour phone number in the event of such an emergency. 39. MULTIPLE AWARDS: The City reserves the right in its sole discretion after evaluation of all responsive bids, proposals or qualification statements to award the work described herein to more than one responsive bidder, proposer or respondant. In such cases where an award is made to more than one responsive bidder, proposer or responder, the City shall apportion the work among the various primary, secondary and alternate providers in such manner and at such time as it deems appropriate under the circumstances in its sole diseretion :_ and no minimum amount or proportion of work is guaranteed to any single provider or class of providers irrespective of sueh provider's designation as primary, sccondary or alternate. • 40. SUBCONTRACTORS: The Contraetor shall perform all of its obligations and functions under the Contract by means of its own employees, or by a duly qualified subcontraetor, which is approved in advance by the City. In the event a subcontractor is employed, the Contractor shall eontinuously monitor the subeontraetor's performance, shall remain fully responsible to insure that the subcontractor performs as required and itself perform or remedy any obligations or functions, which the • subcontractor fails to perform properly. • Purchasing and Materials Management Division (SAACS) Page: 35 � Annual Agreement for Electrical Services INVITATION FOR BID # IFBIO -0010A 41. ORDER OF PRECEDENCE This solicitation shall be included and incorporated in the final agreement or purchase order. Unless otherwise expressly provided in the final agreement or purchase order, in the event of any conflict between the terms of the final agreement or purchase order, the City's solicitation, and the vendor's responsc, the order of precedencc shall be the final agreement or purchase order, followed by the solicitation, and then the response to the solicitation. ****************************************************** * * * * * * * * * * *** * * * * * * * * * ** * * * * * ** Purchasing and Materials Management Division (SAACS) Page: 36 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10-0010A ANNUAL AGREEMENT FOR ELECTRICAL SERVICES THIS AGREEMENT ("Agreement "), effective as of the day of 200 is made by and between the City of Orlando, a municipal corporation existing under the laws of the State of Florida, hereinafter referred to as the "City" and ., hereinafter referred to as the "Contractor". For good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged by the parties, the parties agree as follows: I. SCOPE The Contractor is to perform the Work as defined in the Invitation to Bid and amendments, if any, the Invitation to Bid and any amendments thereto being attached hereto as Exhibit "A ", incorporated by referenee herein and made a part hereof as fully as if herein set forth. Unless otherwise specified herein, the Contractor is to furnish all materials, tools, equipment, manpower, and consumables to complete the Work. H. TERM OF AGREEMENT The period of this Agreement shall be for twelve (12) months, beginning on and ending on . This Agreement may, by mutual written assent of the parties, be extended for four (4) additional twelve (12) month periods or portions thereof; up to a cumulative total of sixty (60) months. III. COMPENSATION The Contraetor agrees to provide the services, equipment and materials as specified in its bid to the City at the cost specified in said bid and amendments, if any, the bid and any amendments thereto being attached hereto as Exhibit "B ", incorporated by reference herein and made a part hereof as fully as if herein set forth. The amount as specified in Exhibit "B ", may be increased or decreased by the City under the Extra Work provision of this Agreement, through the issuance of an Addendum, if applicable. Any prices specified in this Agreement or Addendum thereto, will remain firm for the term of this Agreement or Addendum. Purchasing and Materials Management Division (SAACS) Page: 37 Annual Agreement for Electrical Services INVITATION FOR BID # IFBIO-0010A IV. PAYMENT All invoices received by the City are payable within thirty (30) days from receipt, provided they P Y have first been approved by the using department, and such department has accepted the Work. The City reserves the right, with justification, to partially pay any invoice submitted by the Contractor when requested to do so by the using department. All invoices shall be directed to the Accounts Payable Section, City of Orlando, P.O. Box 4990, Orlando, Florida, 32802 -4990. NOTE: ALL INVOICES MUST CLEARLY INDICATE THE CITY AGREEMENT NUMBER AS STATED HEREIN. V. FISCAL YEAR FUNDING APPROPRIATION A. Specified Period Unless otherwise provided by law, a contract for supplies or services may be entered into for any period of time deemed to be in the best interest of the City, provided the term of the eontract and conditions of renewal or extension, if any, are included in the solieitation and funds are available for the first fiscal period at the time of eontract. Payment and performance obligations for succeeding fiscal periods shall be subject to appropriation by City Council of funds therefor. B. Cancellation Duc to Unavailability of Funds in Succeeding Fiscal Periods When funds are not appropriated or otherwise made available to support continuation of performanee in a subscquent fiseaI period, the eontraet shall be caneeled and the contractor shall be entitled to reimbursement for the reasonable value of any nonrecurring cost incurred but not advertised in the priee of the supplies or services delivered under the contract or otherwise recoverable. VI. GENERAL CONDITIONS A. Patents and Copyrights The Contractor shall pay all royalties and assume all eosts arising from the use of any invention, design, process, materials, equipment, product or device in performance of the Work, whieh is the subject of patent rights or copyrights. Contractor shall, at its own expense, hold harmless and defend the City against any elaim, suit or proceeding brought against the City which is based upon a claim, whether rightful or otherwise, that the Work, or any part thereof, furnished under this Agreement, constitutes an infringement of any patent or eopyright of the United States. The Contractor shall pay all damages and costs awarded against the City. Purchasing and Materials Management Division (SAACS) Page: 38 Annual Agreement for Electrical Services INVITATION FORBID # IFB10-0010A B. Termination for Default 1. The performance of Work under this Agreement may be terminated by the Direetor of Purchasing, in whole or in part, in writing, whenever the Director of Purchasing shall determine that the Contraetor has failed to meet the performance requirements of this Agreement. 2. The Director of Purchasing has a right to terminate for default if the Contraetor fails to make delivery of the supplies or perform the Work, or if the Contraetor fails to perform the Work within the time speeified in the Agreement, or if the Contraetor fails to perform any other provisions of the Agreement. 3. Failure of a Contractor to deliver or perform the required Work within the time specified, or within a reasonable time as determined by the Director of Purchasing or failure to make replacements of rejected articles or Work when so requested, immediately or as directed by the Director of Purehasing, shall constitute authority for the Director of Purchasing to purchase in the open market artieles or Work of comparable grade to replace the articles or Work rejected, not delivered, nor completed. On all such purchases, the Contractor or his surety, shall reimburse the City, within a reasonable time specified by the Director of Purchasing, for any expense incurred in excess of the Agreement prices. 4. Such purchases shall be deducted from Agreement quantities. Should public necessity demand it, the City reserves the right to utilize services or use and/or consume articles delivered which are substandard in quality, subject to an adjustment in pricc to be determined by the Director of Purchasing. The Contractor shall not be liable for any excess costs if acceptable evidence has been submitted to the Director of Purchasing that . failure to perform the Work was due to causes beyond the control and without the fault or negligence of the Contractor. C. Termination for Convenience The Dircctor of Purchasing may terminate thc Agreemcnt for convenience with advance written notice to thc Contractor. • In the event of such a termination by the City, the City shall be liable for the payment of all Work properly performed prior to the effective date of termination and for all portions of materials, supplies, services, and facility orders which cannot be cancelled and were placed prior to the effective date of termination and other reasonable costs associated witb the termination. Purchasing and Materials Management Division (SAACS) Page_ 39 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10 -0010A D. Warranty The Contractor warrants that the Work including equipment and materials provided shall conform to professional standards of care and practice in effect at the time the Work is performed, be of the highest quality, and be free from all faults, defeets or errors. Whenever required by the specifications of the Invitation to Bid, the Contractor warrants that all equipment and materials provided shall be new. If the Contractor is notified in writing of a fault, deficiency or error in the Work provided within one (1) year from completion of the Work, the Contractor shall, at the City's option, either reperform such portions of the Work to correct such fault, defect or error, at no additional cost to the City, or refund to the City, thc charge paid by the City, which is attributable to such portions of the faulty, defective or erroneous Work, including thc costs for reperformance of the work provided by other Contractors. E. Time of Completion The parties understand and agree that time is of the essence in the performance of this Agreement. The Contractor or City, respectively, shall not be liable for any loss or damage, resulting from any delay or failure to perform its contractual obligations within the time specified, due to acts of God, actions or regulations by any governmental entity or representative, strikes or other labor trouble, fire, embargoes, or other transportation delays, damage to or destruetion in whole or in part, of equipment or manufacturing plant, lack of or ability to obtain raw materials, labor, fuel or supplies for any reason including default of suppliers, or any other causes, contingeneies or circumstances not subject to the Contractor's or City's control, respectively, whether of a similar or dissimilar nature, which prevent or hinder the performance of the Contractor's or City's contractual obligations, respectively. Any such eauses of delay, even though existing on the date of the Agreement or on the date of the start of Work, shall extend the time of the Contractor's or City's performance respectively, by the length of the delays occasioned thereby, including delays reasonably incident to the resumption of normal Work schedules. However, under such circumstances as described herein, the City Director of Purchasing may at his discretion, cancel this Agreement for the eonvenience of the City. Purchasing and Materials Management Division (SAACS) Page: 40 Annual Agreement for Electrical Services INVITATION FOR BID # IFBIO -O010A F. Indemnification and Insurance: 1. Indemnity The Contractor hereby agrees to indemnify and hold harmless the City, its officers, agents, and employees, from and against any and all liability, claims, damages, demands, expenses, fees, fines, penalties, suits, proceedings, actions, and cost of actions, including attorneys' fees for trial and on appeal, and for the preparation of same arising out of the Contractor's, its officers', agents', and employees' acts, or omissions associated with this Agreement. 2. Insurance The Contractor, at its own expense, shall keep in force and at all times maintain during the term of this Agreement: (a.) Commercial General Liability Insurance: Commercial General Liability Insurance, issued by responsible insurance companies and in a form acceptable to the City, protecting and insuring against all the foregoing with coverage limits of not less than Five - Hundred Thousand Dollars g g covers g ($500,000) per oecurrence for Bodily Injury and Property Damage_ (b.) Automobile Liability Insurance: Automobile Liability coverage shall be in the minimum amount of Three - Hundred Thousand Dollars ($300,000) per occurrenee combined single limits for Bodily Injury and Property Damage_ (c.) Workers' Compensation Coverage: Full and complete Workers' Compensation Coverage, as required by State of Florida law, shall be provided. (d.) Insurance Certificates: The Contractor shall provide the City with Certificate(s) of Insurance on all the policies of insurance and renewals thereof in a form(s) acceptable to the City. Said Commercial General Liability policy shall provide that the City be an additional insured. The City shall be notified in writing of any reduction, cancellation or substantial change of policy or policies at least thirty (30) days prior to the effective date of said action. - All insurance policies shall be issued by responsible companies who are acceptable to the City and licensed and authorized to do business under the laws of the State of Florida. Purchasing and Materials Management Division (SAACS) Page: 41 Annual Agreement for Electrical Services INVITATION FOR BID # IFB14 -0010A G. Acceptance The City will be deemed to have aceepted the Work after the Direetor of Purchasing is notified by the using Department of its satisfaction that the Work is completed. The Work under this Agreement shall remain the property of the Contractor until the City accepts it. In the event the Work furnished under this Agreement is found to be defective or does not conform to the specifications, the City reserves the right to cancel the Agreement upon written notice to thc Contractor. II. Correction of Work The Contraetor shall promptly correct all Work rejected by the City as faulty, defective, or failing to conform to this Agreement whethcr observed before or after substantial completion of the Work, and whcther or not fabricated, installed or completed. The Contractor shall bear all costs of correcting such rcjectcd Work. I. Right to Audit Records The City shall be entitled to audit thc books and records of the Contractor or any sub - contractor to the extent that such books and records relate to the performance of this Agreement or any sub - contract to this Agreement_ Such books and records shall be maintained by the Contractor for a period of three (3) years from the date of final payment under this Agreement and by the sub - contractor for a period of three (3) years from thc date of final payment undcr the sub - contract unless a shorter period is otherwisc authorized in writing. J. Time is of the Essence The parties agree that time is of the essence in the completion of the Work ealled for under this Agreement_ The Contractor agrees that all Work shall be executed regularly, diligently, and uninterrupted at such a rate of progress as will ensure full completion thereof within the time specified. K. Information All information, data, designs, plans, drawings, and specifications furnished to or developed for the City by the Contractor or its employees, pursuant to this Agreement, shall be the sole property of the City and all rights therein are reserved by thc City, exeept that the Contractor may disclose any such information to its corporate affiliates and their agents. Purchasing and Materials Management Division (SAACS) Page: 42 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10 -00IOA L. Safety Measures The Contractor shall take all necessary precautions for the safety of the City's and Contractor's employees and the general public and shall erect and properly maintain at all times all necessary vehicular and facility safeguards for the protection of the Workmen and public. If necessary, the Contractor shall post signs warning against hazards in and around the Work site. M. Extra Work The City, without invalidating this Agreement, may order changes in the Work within the general scope of this Agreement consisting of additions, deletions, or other revisions, the Agreement price and time being adjusted aeeordingly. All such changes in the Work shall be authorized by a written Addendum to this Agreement, and shall be exeeuted under the applicable eonditions of the Agreement. If the Contractor plans to make a claim for an increase in the Agreement price or an extension in the Agreement SehedulefTerm, he shall first give the City written notice within ten (10) ealendar days after the occurrence of the event giving rise to such a claim. This written notice shall be given by the Contractor to the City, and a written approval secured from the using Department and the Director of Purchasing, before proceeding to execute the Work, except in an emergency endangering life or property, in which case the Contractor shall immediately proceed. No claim for extra work will be considered valid by the City unless first submitted in writing. ft Familiarity With The Work The Contractor by executing this Agreement, acknowledges full understanding of the extent and character of the Work required and the eonditions surrounding the performance thereof The City will not be responsible for any alleged misunderstanding of the Work to be furnished or completed, or any misunderstanding of conditions surrounding the performance thereof. It is understood that the execution of this Agreement by the Contractor serves as his stated commitment to fulfill all the eonditions referred to in this Agreement. 0. Title and Risk of Loss The title and risk of loss to the Work shall pass from the Contractor to the City upon the City's final acceptance of the Work. Purchasing and Materials Management Division (SAACS) Page: 43 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10 -0010A VH. MISCELLANEOUS PROVISIONS A. The Contractor shall not employ subcontractors without the advance written permission of the Director of Purehasing. B. Assignment of this Agreement shall not be made without the advance written consent of the Director of Purchasing. C. The Contractor shall comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of Work under this Agreement. D. No waiver, alterations, consent or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by the Director of Purchasing or his designee. E. The Contractor is to procure all permits, licenses, and eertifieates, or any such approvals of plans or speeifieations as may be required by federal, state and local laws, ordinances, rules, and regulations, for the proper execution and completion of the Work under this Agreement. F. The Contractor shall at all times, keep the Work area free from accumulation of waste materials or rubbish caused by his operations, and promptly remove any such materials to an approved disposal location. G. All disputes between the parties shall be resolved in accordance with the City Purchasing Code, (Chapter 7 of the City Code). H. The Contractor is responsible for all damage or loss by fire, theft or otherwise, to materials, tools, equipment, and consumables, Zell on City property by the Contractor. I. This Agreement is considered a non - exclusive Agreement between the parties. J. This Agreement is deemed to be under and shall be governed by, and construed according to, the laws of the State of Florida. K. Any litigation arising out of this Agreement shall be had in the Courts of Orange County, Florida. L. The undersigned hereby certifies that this Agreement is made without prior understanding, agreement or connection with any corporation, firm or erson who submitt ed bids for the greem y person eovered by this Agreement and is in all respects fair and without eollusion or fraud. As to Contractor, the undersigned hereby warrants and certifies that they are is authorized to enter into this Agreement and to executc same on behalf of the Contractor as the aet of the said Contractor. Purchasing and Materials Management Division (SAACS) Page: 44 Annual Agreement for Electrical Services INVITATION FOR BID # IFBIO -O010A M. This Agreement, including any Exhibits hereto, eontains all the terms and conditions agreed upon by the parties. No other agreements, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind either party hereto. N. The City's Director of Purchasing or his written designee shall have authority to act on behalf of the City in matters related to this Agreement, including but not limited to the sending and receiving of any notices required hereunder. ***************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** Purchasing and Materials Management Division (SAACS) Page: 45 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10 -0010A IN WITNESS WHEREOF, the parties hereto have hereunto set their hands and seals on the date first written above. PURCHASING AND MATERIALS APPROVED AS TO FORM AND LEGALITY MANAGEMENT DIVISION for the use and reliance of the CITY OF ORLANDO, FLORIDA City of Orlando, Florida, only. By: Director of Purchasing Date: , 2009 RAY ELWELL Name, Typed or Printed CITY ATTORNEY Date: , 2009 ORLANDO, FLORIDA ****************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** CONTRACTOR By: Signature CORPORATE SEAL Name & Title, Typed or Printed Name of Company, Corp., etc. Mailing Address City, State and Zip Area Code/Telephone Number STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 2009, by , as the , on behalf of He/she (is) personally known to me or (has) produced (type of identification) WITNESS my hand and official seal this day of , 2009. (SEAL) Signature of Person Taking Acknowledgment Typed, Printed or Stamped Name of Person Taking AcknowIcdgnent • My Commission Expires: Purchasing and Materials Management Division (SAACS) Page: 46 Annual Agreement for Electrical Service& INVITATION FOR BID if IFBIO-0010A EXHIBIT "B" SUCCESSFUL CONTRACTOR'S BID AND ANY AMENDMENTS THERETO • Purchasing and Materials Management Division Page: 12 c r Manager �° ..; [f[vLtioo Maoa Buddy Dyer Rhonda Scott, CP.M, CPPO, FCCN Procurement Manager Roger Cooper, C.P.M. CITY OF ORLANDO INVITATION FOR BID (IFB) ORIGINAL DATE OF LSSUE: October 8, 2009 • IFB DUE DATE: Wednesday, October 28, 2009 IFB DUE TIME: 4:00 p.m., Local Time, City of Orlando, FL BID DELIVERY LOCATION: Purchasing and Materials Management Division 400 South Orange Avenue, Fourth Floor Orlando, FL 32801 Bid opening held at same location. IFB TITLE: ANNUAL AGREEMENT FOR ELECTRICAL SERVICES IFB NO: IFB10-0010A • (IFB NUMBER MUST BE SHOWN ON THE OUTSIDE OF ENVELOPE) 'THIS I O AN O RMI DIRECT ALL INQUIRIES TO: Dianne Farrell, Senior Purchasing Agent Phone: (407) 246 -2363 Email: Dianne.Farrel cityoforlando net B USINESS NAME & ADDRESS 6 e—grice) . Business Name • • rtrct; 2-V3 Address gar lk:•tio F( - 3 7- City, State, Zip 3cd7T 6 (ce..--• ( Yen Z73• 22401 Contact Person/ Telephone Number It is the intent and purpose of the City of Odando that this Invitation for Bid promotes competitive bidding. It shall be the bidder's responsibility to advise the Purchasing and Materials Management Division at the address noted herein, if any language, requirements, etc. or any combination thereof; inadvertently restricts or limits the requirements stated in this Invitation for Bid to a single source. Such notification must be submitted in writing and must be received by the Purchasing and Materials Management Division not later than ten (10) s t "or to the bid el..... date. 10/28/2009 gco ELECTRIC, Inc. • City of Orlando Purchasing and Materials Management Division 400 South Orange Avenue, Fourth Floor Orlando, FL. 32801 Gemco Electric, Inc. was started on January 12, 2006 by Scott E. Green, President • and sole owner. We are a family owned and operated business with over fifteen years experience. Gemco Electric, Inc. currently has four employees as follows: (1) Master Electrician: Fifteen years experience (2) Electrician: Full -time employees with seven years experience (1) Office Manager: Thirteen years experience I have included our service description as an introduction to our company. Thank you for the opportunity to bid with you and I look forward to establishing a positive business relationship. Scott Green - President Office: 407-273-2204 - Fax: 407-275-2360 Email: gemcoelectricinc{abellsouth.net • Mission Statement Gemco Electric, Inc. is an electrical service and maintenance company providing service to residential, commercial and industrial customers. We strive to establish long-term partnerships ensuring that our customers' needs are met in a timely manner. 1969 South Alafaya Trail Ste. 253 Orlando, FL. 32828 r ' gMCo ELECT WIC IWC. 1969 South Alafaya Trail #253 Orlando, FL. 32828 407- 273- 2204/Office 32I- 235- 1532/Fax GEMCO ELECTRIC, INC. offers comprehensive electrical services to the residential, commercial and industrial markets. Service Description GEMCO ELECTRIC, INC. includes: • Electrical installation • Equipment inspection • Electrical repair • Preventative maintenance Competitive Comparison The electrical contracting market is very competitive. The barriers to entry and exit in this market are very low making this an industry with a large number of rival firms with high turn over rates. Customers have a significant amount of power since they have a large number of companies to choose from. Moreover, service is undifferentiated, which means the customer loyalty is usually low. Electrical companies must compete on quality and timeliness of service, customer relationships, and price. GEMCO ELECTRIC, INC. believes that it can improve on the quality and timeliness of' service in this industry by instituting procedures that will avoid many of the mistakes that other firms make. This includes delayed schedules and high employee turnover which leads to lower service quality. The company will be equally competitive in price and will maintain close ties with its clients throughout the entire project since each project is a customized job. Through these steps, GEMCO ELECTRIC, INC. will be able to build up a reputation of better quality service at competitive pricing than its competitors. • } • Annual Agreement for EtectrIcal Services INVITATION FOR BID # IFB10-0OIOA BIDDER'S CERTIFICATION I have carcfully examined the invitation for Bid, Instructions to Bidders, General, Standard and Special Conditions, Vendor's Notes, Specifications, proposed agreement and any other documents accompanying or made a part of this Invitation. I hereby propose to furnish the goods or services specified in the Invitation at the prices or rates quoted in m y bid_ I agree that my bid will remain firm fora period of up to ninety (90) days in order to allow the City adequate time to evaluate the bids. I agree to abide by all conditions of this bid and understand that a background investigation may be conducted by the Orlando Police Department prior to award_ I certify that all information contained in this bid is truthful to the be of wy knowledge and belief. 1 further certify that I am duly authorised to submit this bid on behalf of the vendor /contractor as its act and deed and that the vendor/contractor is ready, willing and able to perform if awarded the bid_ I further certify, under oath, that this bid is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a bid for the same product or service; no officer, employee or agent of the City of Orlando or of any other bidder is interested in said bid; and that the undersigned executed this Bidder's Certification with full knowledge and understanding of the matters therein contained and was duly authorized to do so. C er+.• 61-0ri&iGIn NAME OF BUSINESS Sworn to and subscribed before me this oC 44 day of SIGNATURE `d het , 2009 TITLE, TYPED O S i� Care4n p PRINTED N gs e ( 2Q J NAME & lt PRINTED Signature of Notary `} ` S S 414-F Tray ( 0 2X 3 of .._ t�omtr. t�ttt .. MAILING ADDRESS I `OR IF DIFFERENT Personally Known \ � ' r aatlt YOURPRINCIPLE PLACE OF BUSINESS �_ wt Combelen ■rttr�t a NIPS OWN li/IaMttttA df(A Ado F ( 3 7-ca- -OR- CITY, STATE, ZIP CODE Produced Identification (Ytn) 2-7 3 - 22 Type: TELEPHONE NUMBER • (4V1) 2/7s - 7.3 6,0 Company Tax ID # 7.0 - Yd 25' FAX NUMBER (The City only requires Company Tax ID numbers. The City is not requesting individual social security numbers.) • "coma elsQIrici v7 r?t•!lcednia. MAIL ADDRESS I P Purchasing and Materials Management Division Page: 6 1TVITATION FOR BID # IFB1D -0010A ADDENDUM PAGE The undersigned acknowledges receipt of the following addenda to the Documents (Give number and date of each): Addendum No. _ Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Failure to submit acknowledgment of any Addendum that affects the Bid prices is considered a major irregularity and will be cause for rejection of the bid Company ignaturc 14.4,.,x% Title • I Purchasing and Materials Management Division Page: 7 • Annual Agreement far needed Services nMTATION FOR BID # IFBlO -0010A REFERENCES • Bidder shall submit as a part of the Bid pa rage, a minimum of three (3) references for similar products or services completed within the last three (3) years.:" Name: ad Cites�iairS ✓!G Name: Vkt1 + oc-rSi4-4 OT C04-1-r-xl F�wCa�, Address: o ?5 LJ . A - l: cr S� Address: '1 000 Ccrri ar litnak. , 34Fao5 [7ri An a o r FL. 32 81(.4 Telephone No.: ( ) 44) L Siz r 3 Telephone No.: ( ) 4 0 ? -S a 3- ,2'1 FaxNo.:( ) °1- (z FaxNo.:( ) . 1 / • $23 -i(Iac Contact: P A Apt .. n Q ! r r A y r Contact: ;S11 Alan [ ai u; A E - mail : ra rn as A a 62643 es 6 ".. . tw E-mail: God vin M A i 1. u c4? ectu Name: $ e.neteprn *, I C Name: Si 2 7 t c r C 1 o A ddress: o� Y'.. 5-E r," Address. S� �' ,G��r�� �?[`i o� � r�► 6 �¢ Arc n€.1?- CA , - 3.0 ) o a- 164,t4cet FL . 3290/ Telephone N o . : ( ) 4 / 1 -4, -33(.9 Telephone No.: ( ) 4 ° - 1 - sae - 3 .2 7 FaxNo.:( ) `i'to - Gc5 FaxNo.:( ) 1 -3ZI 9SI — z Contact i i Contact: 11 F.-mail : r 4Cakt 19 Go (diDVA64,.. E-mail: 1 kf) Jm., la r,, a.. C.- yt- • Purchasing and Materials Managrmeit Divi on page: 8 1 Annua! Agreement for Electrical Service INVITATION FOR BID # IFB1O -0010A MINORITY/WOMEN OWNED BUSI ESS ENTERPRISE PARTICIPATION: Chapter 57, Article II, Minority Business Enterprise (MBE), and Article III, Women -Owned Business Enterprise (WBE) of the Orlando City Code, establishes goals of 18% (MBE) and 6% (WBE), respectively, of the City's annual monetary value of contracts and subcontracts for supplies, services and construction to be awarded to Minority and Women -Owned Business Enterprises (MWBE). For further information regarding this program, please refer to Chapter 57 of the Code of the City of Orlando or contact Minority Business Enterprise City Hall at One City Commons 400 South Orange Avenue - 5 Floor P.O. Box 4990 Orlando, Florida 32802 -4990 (407) 246-2623 If your company is currently certified, please enter the certification number and the expiration date in spaces provided below or submit a copy of the certificate received from the City stating that your company is certified by the City as a Minority/Women -owned Business Enterprise: Business Name: G e-r co & ee:1;r• Certification Number 0210 66 / 7 Expiration Date: Min 3 0 2,0 r / There shall be no third party beneficiaries of the Minority Business Enterprise or Women -Owned Business Enterprise provisions of this Contract, The City of Orlando shall have the exclusive means of enforcement of the MBE/WBE Ordinance and contract terms. No right of action for nor signatories of the Agreement is intended or implied. The City of Orlando is the sole judge of compliance. All solicitations and submittals awarded will be evaluated in accordance with Chapter 7 and Chapter 57, Articles II and III. In order for a bidder to receive credit for MBE/WBE certification, the firm must be certified with the City of Orlando MBE/WBE Office on or before the date set for submittal of bids_ Purchasing and Materials Management Division Page: 9 • 1 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10-0010A • RECYCLED CONTENT QUESTIONNAIRE In support of the Florida Waste Management Law, bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); the percentage of recycled material contained in the product and the cost and product performance impact of increasing the percentage of recycled content. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. Product bid contains recycled content? Yes No. Is your product packaged and/or shipped in material containing recycled content? Yes No. D4- Is your product recyclable after it has reached its intended end use? Yes No. IA • Purchasing and Materials Management Division Page: 10 Annual Agreement for Electrical Services INVITATION FOR BID N IFB10 -0010A BID PRICE FORM You are invited to Bid on We following: Annual Agreement for Electrical Services Item Na. Quantity Unit Description Unit Price Total We propose to furnish all labor, tools, equipment, transportation, etc, necxssary to provide Electrical Services to the City of Orlando, the services will be performed in accordance with the attached Specification consisting of six (6) pages, for the hourly rates per man, per hour as follows: 1. 1,000 Hours Hourly rate per Journeyman Electrician, regular time $�L -? $a 3,000 2. 1,000 Hours Hourly rate per Maintenance Electrician, regular time $ 1 r $ j r} pact State below hours during which regular time will prevail: From: 7 :30 a.m. To: 3: 3o p.m. DAYS OF THE WEEK: pi Pei eia y In the event overtime is required, state below rate of overtime pay per man, per hour 3. 250 Hours Overtime hourly rate per Journeyman $3 $ $, L.25 250 Hours Overtime hourly rate per Maintenance Electrician 05.5° 5.5 ° $(',3 95 State below hours during vxhich overtime will prevail: FROM 3 30 ..., 'PO: 7; 3c gLQ DAYS OF THE WEEK: LC_ 5. 530,000.00 Yearly Materials and Equipment (to be furnished by Contractor if 100% +lp% $ 3.5,000- and when requested by the City) shall be at Contractor's actual cost plus l D (permit). Evidence of actual costs may be required through submittal of actual invoices. The unit price in the next column is 100'/o plus the mark-up. For example: if mark- up is 10%, the unit price would be 100% + 10% and the last column would be $30,000.00 x 110% = $33,000.00 - Total Bid S �$ Ono Vendor [minima Purchasing and Materials Management Division Pa 11 Annual Agreement for Electrical Services INVITATION FOR BID # IFB10-0010A BID PRICE FORM You are invited to Bid on the following: Annual Agreement for Electrical Supplies Item Unit No. Quanti y Unit Description Price Total Bidder's City Occupational License No.:, t go z- lozr54 Expiration Date: O q- o— 2.0 (Co NOTE 1: THE ESTIMATED QUANTITIES PROVIDED IN THIS INVITATION TO BID ARE GIVEN ONLY AS A GUIDELINE FOR PREPARING THE BID AND SHOULD NOT BE CONSTRUED AS REPRESENTING ACTUAL QUANTITIES TO BE PURCHASED. • 1. Terms of Payment a % I b days, Net 30 Days. 2. Is your company willing to accept the VISA ePayable solution for payment of all invoices? Yes No Recheck your quotations prior to submission. Bids may not be changed after being opened. • Purchasing and Materials Management Diivision Page: 12 i Exhibit 6 Federal Davis Beacon Act The Davis -Bacon Act, MIND as Amended U.S. Wage and Hour Division U.S. Department of Labor Wage and Hour Division WH Publication 1246 (Revised April 2009) Materials contained in this publication is in the public domain and may be reproduced, fully or partially, without permission of the federal Government. Source credit is requested but not required. Permission is required only to reproduce any copyrighted material contained herein. This material will be made available to Sensory impaired individuals upon request. Voice phone: 202 - 693 -0675 TDD* phone: 202 - 523 -9530 PUBLIC LAW 107 - 217 —AUG. 21, 2002 [as amended'] An Act To revise, codify, and enact without substantive change certain general and permanent laws, related to public buildings, property, and works, as title 40, United States Code, "Public Buildings, Property, and Works ". Be it enacted by the Senate and House of Representatives of the United States of America in Congress assembled, SECTION 1. TITLE 40, UNITED STATES CODE. Certain general and permanent laws of the United States, related to public buildings, property, and works, are revised, codified,and enacted as title 40, United States Code, "Public Buildings, Property, and Works ", as follows: TITLE 40— PUBLIC BUILDINGS, PROPERTY, AND WORKS * * * * SUBTITLE II— PUBLIC BUILDINGS AND WORKS * * * * PART A— GENERAL * * * * CHAPTER 31 – GENERAL * * * * SUBCHAPTER IV - WAGE RATE REQUIREMENTS Sec. 3141. Definition In this subchapter, the following definitions apply: (1) Federal government. — The term "Federal Government" has the same meaning that the term "United States" had in the Act of March 3, 1931 (ch. 411, 46 Stat. 1494) (known as the Davis -Bacon Act). Wages, scale of wages, wage rates, minimum wages, and prevailing wages. g g g � g P g es. — g The terms "wages ", "scale of wages ", "wage rates ", "minimum wages ", and "prevailing wages" include— (A) the basic hourly rate of pay; and ' Pub. L. 109 -284 Sec. 6(11), (12), and (13) made three minor technical corrections in Secs 3141(1), and 3142(d) and (e). (Sept. 27, 2006, 120 Stat.1213.) The Davis -Bacon Act, referred to in par. (1), is act of Mar. 3, 1931, ch. 411, 46 Stat. 1494, as amended, which was classified generally to sections 276a to 276a -5 of former Title 40. Public Buildings, Property, and Works. and was repealed and reenacted as sections 3141 -3144, 3146, and 3147 of this title by Pub. L. 107 -217, Secs. 1, 6(b), Aug. 21, 2002, 116 Stat. 1062, 1304. • (B) for medical or hospital care, pensions on retirement or death, compensation for injuries or illness resulting from occupational activity, or insurance to provide any of the forgoing, for unemployment benefits, life insurance, disability and sickness insurance, or accident insurance, for vacation and holiday pay, for defraying the costs of apprenticeship or other similar programs, or for other bona fide fringe benefits, but only where the con- tractor or subcontractor is not required by other federal, state, or local law to provide any of those benefits, the amount of— (i) the rate of contribution irrevocably made by a contractor or subcontractor to a trustee or to a third person under a fund, plan, or program; and (ii) the rate of costs to the contractor or subcontractor that may be reasonably an- ticipated in providing benefits to laborers and mechanics pursuant to an enforceable commitment to carry out a financially responsible plan or program which was com- municated in writing to the laborers and mechanics affected. Sec. 3142. Rate of wages for laborers and mechanics (a) Application.— The advertised specifications for every contract in excess of $2,000, to which the Federal Government or the District of Columbia is a party, for construction, alteration, or repair, including painting and decorating, of public buildings and public works of the Government or the District of Columbia that are located in a State or the District of Columbia and which requires or involves the employment of mechanics or laborers shall contain a provision stating the minimum wages to be paid various classes of laborers and mechanics. (b) Based on Prevailing Wage. — The minimum wages shall be based on the wages the Secretary of Labor determines to be prevailing for the corresponding classes of laborers and mechanics employed on projects of a character similar to the contract work in the civil subdivision of the State in which the work is to be performed, or in the District of Columbia if the work is to be performed there. (c) Stipulations Required in Contract.— Every contract based upon the specifications referred to in subsection (a) must contain stipulations that — (1) the contractor or subcontractor shall pay all mechanics and laborers employed directly on the site of the work, unconditionally and at least once a week, and without subsequent deduction or rebate on any account, the full amounts accrued at time of payment, computed at wage rates not less than those stated in the advertised specifications, regardless of any contractual relationship which may be alleged to exist between the contractor or subcontractor and the laborers and mechanics; (2) the contractor will post the scale of wages to be paid in a prominent and easily accessible place at the site of the work; and (3) there may be withheld from the contractor so much of accrued payments as the contracting officer considers necessary to pay to laborers and mechanics employed by the contractor or any subcontractor on the work the difference between the rates of wages required by the contract to be paid laborers and mechanics on the work and the rates of wages received by the laborers and mechanics and not refunded to the contractor or subcontractors or their agents. (d) Discharge of Obligation. — The obligation of a contractor or subcontractor to make payment in accordance with the prevailing wage determinations of the Secretary of Labor, under this subchapter and other laws incorporating this subchapter by reference, may be discharged by making payments in cash, by making contributions described in section 3141(2)(B)(i) of this title, by assuming an enforceable commitment to bear the costs of a plan or program referred to in section 3141(2)(B)(ii) of this title, or by any combination of payment, contribution, and assumption, where the aggregate of the payments, contributions, and costs is not less than the basic hourly rate of pay plus the amount referred to in section 3141(2)(B) of this title. (e) Overtime Pay.— In determining the overtime pay to which a laborer or mechanic is entitled under any federal law, the regular or basic hourly rate of pay (or other alternative rate on which premium rate of overtime compensation is computed) of the laborer or mechanic is deemed to be the rate computed under section 3141(2)(A) of this title, except that where the amount of payments, contributions, or costs incurred with respect to the laborer or mechanic exceeds the applicable prevailing wage, the regular or basic hourly rate of pay (or other alternative rate) is the amount of payments, contributions, or costs actually incurred with respect to the laborer or mechanic minus the greater of the amount of contributions or costs of the types described in section 3141(2)(B) of this title actually incurred with respect to the laborer or mechanic or the amount determined under section 3141(2)(B) of this title but not actually paid. 3141(2)(B) of this title but not actually paid. Sec.3143. Every contract within the scope of this subchapter shall contain a provision that if the contracting officer finds that any laborer or mechanic employed by the contractor or any subcontractor directly on the site of the work covered by the contract has been or is being paid a rate of wages less than the rate of wages required by the contract to be paid, the Federal Government by written notice to the contractor may terminate the contractor's right to proceed with the work or the part of the work as to which there has been a failure to pay the required wages. The Government may have the work completed, by contract or otherwise, and the contractor and the contractor's sureties shall be liable to the Government for any excess costs the Government incurs. Sec. 3144. Authority of Comptroller General to pay wages and list contractors violating contracts (a) Payment of Wages. — (1) In general. — The Comptroller General shall pay directly to laborers and mechanics from any accrued payments withheld under the terms of a contract any wages found to be due laborers and mechanics under this subchapter. (2) Right of action. — If the accrued payments withheld under the terms of the contract are insufficient to reimburse all the laborers and mechanics who have not been paid the wages required under this subchapter, the laborers and mechanics have the same right to bring a civil action and intervene against the contractor and the contractor's sureties as is conferred by law on persons furnishing labor or materials. In those proceedings it is not a defense that the laborers and mechanics accepted or agreed to accept less than the required rate of wages or voluntarily made refunds. (b) List of Contractors Violating Contracts.— (1) In general. — The Comptroller General shall distribute to all departments of the Federal Government a list of the names of persons whom the Comptroller General has found to have disregarded their obligations to employees and subcontractors. (2) Restriction on awarding contracts.— No contract shall be awarded to persons appearing on the list or to any firm, corporation, partnership, or association in which the persons have an interest until three years have elapsed from the date of publication of the list. * * * * Sec. 3146. Effect on other federal laws This subchapter does not supersede or impair any authority otherwise granted by federal law to provide for the establishment of specific wage rates. Sec. 3147. Suspension of this subchapter during a national emergency The President may suspend the provisions of this subchapter during a national emergency. Sec. 3148. Application of this subchapter to certain contracts This subchapter applies to a contract authorized by law that is made without regard to section 3709 of the Revised Statutes (41 U.S.C. 5), or on a cost - plus -a- fixed -fee basis or otherwise without advertising for proposals, if this subchapter otherwise would apply to the contract. SECTION 00881 DAVIS BACON DAVIS BACON PAY RATES Wage Determinations applicable to Davis -Bacon Act are to be obtained from the web -site: http: / /www.wdol.gov /dba.aspx Add: GENERAL DECISION Number: Date Applicable to General Decision Number: Superseded General Decision Number: State: Florida Construction Type: Heavy County: Seminole County in Florida. HEAVY CONSTRUCTION PROJECTS: Modification Number Publication Date Attach Copy of WD To this sheet with the appropriate additions completed. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests 00881 -1 SECTION 00881 DAVIS BACON DAVIS BACON PAY RATES for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 00881 -2 LABOR STANDARDS INTERVIEW CONTRACT NUMBER AND LOCATION EMPLOYEE INFORMATION LAST NAME FIRST NAME MI • NAME OF PRIME CONTRACTOR STREET ADDRESS NAME OF EMPLOYER CITY STATE LP CODE SUPERVISOR'S NAME WORK CLASSIFICATION WAGE RATE LAST NAME FIRST NAME MI ACTION • CHECK BELOW YES NO Do you work over 8 hours per day? Do you work over 40 hours per week? Are you paid at (east time and a half for overtime hours? Are you paid for all hours worked? Do you receive a 30- minute break for every 6 hours worked? Have you ever been threatened or coerced Into glving up any part of your pay? Are you receiving any cash payments for fringe benefits required by the posted wage determination decislon? Examples of 'bona fide' fringe benefits include (but are not limited to) life insurance, hearth insurance, pension, vacation, holidays, and sick leave WHAT DEDUCTIONS OTHER THAN TAXES AND SOCIAL SECURITY ARE MADE FROM YOUR PAY? HOW MANY HOURS DID YOU WORK ON YOUR LAST WORK DAY DUTIES PERFORMED TOOLS USED BEFORE THIS INTERVIEW? DATE OF LAST WORK DAY BEFORE INTERVIEW (YYMMDD) WHEN DID YOU BEGIN WORK ON THIS PROJECT? (YYMMDD) 1 HAVE READ THE ABOVE AND CERTIFY IT TO BE CORRECT TO THE BEST OF MY KNOWLEDGE EMPLOYEES SIGNATURE DATE (YYMMDD) INTERVIEWER'S SIGNATURE DATE (YYMMDD) INTERVIEWER'S COMMENTS WORK EMPLOYEE WAS DOING WHEN INTERVIEWED ACTION Ofexpramtlon is needed, use comments sin) YES NO 15 EMPLOYEE PROPERLY CLASSIFIED AND PAID? ARE WAGE RATES AND POSTERS DISPLAYED? FOR USE BY PAYROLL CHECKER IS ABOVE INFORMATION IN AGREEMENT WITH PAYROL DATA? OYES ONO COMMENTS CHECKER LAST NAME FIRST NAME MI JOB TITLE SIGNATURE I DATE (YYMMDD) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1445 (REV. 7-06) 00900 -2 Version 4/11 ,- di _ i I c„, mtig pry _ ,c. ---q g 'I, 41, l 1 . ° :l I I I: 0 H H s tilii 1 86 5 lilt ' 11 1 1 1 1 . fill 8 i § iiii IA 1 1 E 111\\\\\\N\ i il a a 1 6 NI FZ o 0 �� 1111 RE f1 0 1 0 e r j p at` i s O 4 ; a l; I � Y 0) I g g Pil o I i t 1 i I EV I i ig A � q ' i ! ill O a b 9q l 0 0 0 0 • 0 • 0 • 0 • 0 • 0 • 0 • O e IB �y y iStlO y « p � _ !ill ggg13 1 9_ G C i € {fi ( 2 1 w - li I 1@ i 6l • c(r) L - a , i Ii .0 0 / ! s g $ mo ON 8 a In o °n o L. AO a i t A S r D 1 „ J ° o `k it �! o E1 AC 1 l$ d � lid 'i o l = ° g_ '1� III �3 i ` igmA Ili Z o_ _ a� s a PO e o $/ g M fg it 1'1W d d 2 =a1 < U $ gal �u ill ga$ i a • 2 a o Wo w Bd w 1-o a ES 'iv o0 Ev z E . 6 21 § $ow Lt 9cu z oo° ( w22A O F s z in i 2 Q — w W • ❑ 0 W 2r W ego 2 u 1 SN P, V V > T P a§ V N A C g 5 5 a u $ - c ` $ C e A 25 ■c C.p m $`o c v Opp. I! a , a 2 �i E a 5 V a M�c G a ■ 5 hi p Q �j N g ] V Y 1 5 • '� . 0 u E 9 9 Yl8 a 9 R c p E12 9 �� ` o g E o a 2.- _ $ V ! g N v E a L f1 c $i 3 . a a U 0 �n < $ 5 2" $$ t yypa `k'Nfoa a F s a V 9� y� q L '"co— ✓ Y C— E aa ,='°. t a ��p C I .11 S p � N� 0".51 � 'F S'S 'S W L « A 0 S o a > OI 9 N n p C V C C O O h tl V `o Si aT . °o —5 5 mEli w 65id ve 4,4 W 8 6 E E : Ws i' a a o ❑ LP? ii3 r $ i¢U9 c�12 �Ca g ' evo * Agy Instructions For Completing Payroll Form, WH -347 htto://www.dol.gov/whd/forms/wh3 • WH -347 (PDF) OMB Control No. 1215 -0149, Expires 12/31/2011. Persons are not required to respond to the collection of information unless it displays a currently valid OMB control number. General: Form WH- 347has been made available for the convenience of contractors and subcontractors required by their Federal or Federally -aided construction -type contracts and subcontracts to submit weekly payrolls. Properly filled out, this form will satisfy the requirements of Regulations, Parts 3 and 5 (29 C.F.R., Subtitle A), as to payrolls submitted in connection with contracts subject to the Davis -Bacon and related Acts. While completion of Form WH -347 is optional, it is mandatory for covered contractors and subcontractors performing work on Federally financed or assisted construction contracts to respond to the information collection contained in 29 C.F.R. §§ 3.3, 5.5(a). The Copeland Act (40 U.S.C. § 3145) requires contractors and subcontractors performing work on Federally financed or assisted construction contracts to "furnish weekly a statement with respect to the wages paid each employee during the preceding week." U.S. Department of Labor (DOL) Regulations at 29 C.F.R. § 5.5(a)(3)(ii) require contractors to submit weekly a copy of all payrolls to the Federal agency contracting for or financing the construction project, accompanied by a signed "Statement of Compliance" indicating that the payrolls are correct and complete and that each laborer or mechanic has been paid not less than the proper Davis -Bacon prevailing wage rate for the work performed. DOL and federal contracting agencies receiving this information review the information to determine that employees have received legally required wages and fringe benefits. Under the Davis -Bacon and related Acts, the contractor is required to pay not less than prevailing wage, including fringe benefits, as predetermined by the Department of Labor. The contractor's obligation to pay fringe benefits may be met either by payment of the fringe benefits to bona fide benefit plans, funds or programs or by making payments to the covered workers (laborers and mechanics) as cash in lieu of fringe benefits. This payroll provides for the contractor to show on the face of the payroll all monies to each worker, whether as basic rates or as cash in lieu of fringe benefits, and provides for the contractor's representation in the statement of compliance on the payroll (as shown on page 2) that he /she is paying for fringe benefits required by the contract and not paid as cash in lieu of fringe benefits. Detailed instructions concerning the preparation of the payroll follow: Contractor or Subcontractor: Fill in your firm's name and check appropriate box. Address: Fill in your firm's address. Payroll No.: Beginning with the number "1 ", list the payroll number for the submission. For Week Ending: List the workweek ending date. Project and Location: Self- explanatory. Project or Contract No.: Self- explanatory. Column 1- Name and Individual Identifying Number of Worker: Enter each worker's full name and an individual identifying number (e.g., last four digits of worker's social security number) on each weekly payroll submitted. 00900 -5 Version 4/11 Column 2 - No. of Withholding Exemptions: This column is merely inserted for the employer's convenience and is not a requirement of Regulations, Part 3 and 5. Column 3 - Work Classifications: List classification descriptive of work actually performed by each laborer or mechanic. Consult classification and minimum wage schedule set forth in contract specifications. If additional classifications are deemed necessary, see Contracting Officer or Agency representative. An individual may be shown as having worked in more than one classification provided an accurate breakdown or hours worked in each classification is maintained and shown on the submitted payroll by use of separate entries. Column 4 - Hours worked: List the day and date and straight time and overtime hours worked in the applicable boxes. On all contracts subject to the Contract Work Hours Standard Act, enter hours worked in excess of 40 hours a week as "overtime ". Column 5 - Total: Self- explanatory Column 6 - Rate of Pay (Including Fringe Benefits): In the "straight time" box for each worker, list the actual hourly rate paid for straight time worked, plus cash paid in lieu of fringe benefits paid. When recording the straight time hourly rate, any cash paid in lieu of fringe benefits may be shown separately from the basic rate. For example, "$12.25/.40" would reflect a $12.25 base hourly rate plus $0.40 for fringe benefits. This is of assistance in correctly computing overtime. See "Fringe Benefits" below. When overtime is worked, show the overtime hourly rate paid plus any cash in lieu of fringe benefits paid in the "overtime" box for each worker; otherwise, you may skip this box. See "Fringe Benefits" below. Payment of not less than time and one -half the basic or regular rate paid is required for overtime under the Contract Work Hours Standard Act of 1962 if the prime contract exceeds $100,000. In addition to paying no less than the predetermined rate for the classification which an individual works, the contractor must pay amounts predetermined as fringe benefits in the wage decision made part of the contract to approved fringe benefit plans, funds or programs or shall pay as cash in lieu of fringe benefits. See "FRINGE BENEFITS" below. Column 7 - Gross Amount Earned: Enter gross amount earned on this project. If part of a worker's weekly wage was earned on projects other than the project described on this payroll, enter in column 7 first the amount earned on the Federal or Federally assisted project and then the gross amount earned during the week on all projects, thus "$163.00/$420.00" would reflect the earnings of a worker who earned $163.00 on a Federally assisted construction project during a week in which $420.00 was earned on all work. Column 8 - Deductions: Five columns are provided for showing deductions made. If more than five deduction are involved, use the first four columns and show the balance deductions under "Other" column; show actual total under "Total Deductions" column; and in the attachment to the payroll describe the deduction(s) contained in the "Other" column. All deductions must be in accordance with the provisions of the Copeland Act Regulations, 29 C.F.R., Part 3. If an individual worked on other jobs in addition to this project, show actual deductions from his /her weekly gross wage, and indicate that deductions are based on his gross wages. Column 9 - Net Wages Paid for Week: Self- explanatory. Totals - Space has been left at the bottom of the columns so that totals may be shown if the contractor so desires. Statement Required by Regulations, Parts 3 and 5: While the "statement of compliance" need not be notarized, the statement (on page 2 of the payroll form) is subject to the penalties provided by 18 U.S.C. § 1001, namely, a fine, possible imprisonment of not more than 5 years, or both. Accordingly, the party signing this statement should have knowledge of the facts represented as true. Items land 2: Space has been provided between items (1) and (2) of the statement for describing any deductions made. If all deductions made are adequately described in the "Deductions" column above, state "See Deductions column in this payroll." See "FRINGE BENEFITS" below for instructions concerning filling out paragraph 4 of the statement. 00900 -6 Version 4/11 Item 4 FRINGE BENEFITS - Contractors who pay all required fringe benefits: If paying all fringe benefits to approved plans, funds, or programs in amounts not less than were determined in the applicable wage decision of the Secretary of Labor, show the basic cash hourly rate and overtime rate paid to each worker on the face of the payroll and check paragraph 4(a) of the statement on page 2 of the WH -347 payroll form to indicate the payment. Note any exceptions in section 4(c). Contractors who pay no fringe benefits: If not paying all fringe benefits to approved plans, funds, or programs in amounts of at least those that were determined in the applicable wage decision of the Secretary of Labor, pay any remaining fringe benefit amount to each laborer and mechanic and insert in the "straight time" of the "Rate of Pay" column of the payroll an amount not less than the predetermined rate for each classification plus the amount of fringe benefits determined for each classification in the application wage decision. Inasmuch as it is not necessary to pay time and a half on cash paid in lieu of fringe benefits, the overtime rate shall be not less than the sum of the basic predetermined rate, plus the half time premium on basic or regular rate, plus the required cash in lieu of fringe benefits at the straight time rate. In addition, check paragraph 4(b) of the statement on page 2 the payroll form to indicate the payment of fringe benefits in cash directly to the workers. Note any exceptions in section 4(c). Use of Section 4(c), Exceptions Any contractor who is making payment to approved plans, funds, or programs in amounts less than the wage determination requires is obliged to pay the deficiency directly to the covered worker as cash in lieu of fringe benefits. Enter any exceptions to section 4(a) or 4(b) in section 4(c). Enter in the Exception column the craft, and enter in the Explanation column the hourly amount paid each worker as cash in lieu of fringe benefits and the hourly amount paid to plans, funds, or programs as fringe benefits. The contractor must pay an amount not less than the predetermined rate plus cash in lieu of fringe benefits as shown in section 4(c) to each such individual for all hours worked (unless otherwise provided by applicable wage determination) on the Federal or Federally assisted project. Enter the rate paid and amount of cash paid in lieu of fringe benefits per hour in column 6 on the payroll. See paragraph on "Contractors who pay no fringe benefits" for computation of overtime rate. Public Burden Statement: We estimate that it will take an average of 55 minutes to complete this collection of information, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. If you have any comments regarding these estimates or any other aspect of this collection of information, including suggestions for reducing this burden, send them to the Administrator, Wage and Hour Division, ESA, U.S. Department of Labor, Room S3502, 200 Constitution Avenue, N.W.,Washington, D.C. 20210. Note: In order to view, fill out, and print PDF forms, you need Adobe® Acrobat® Reader® version 5 or later, which you may download for free at www. adobe. com / products /acrobat/readstep2.html. To save the completed forms on your workstation, you need to use the "Save As" method to save the file. For example, move your mouse curser over the PDF link and click on your "RIGHT" mouse button. This will cause a menu to be displayed, from which you will select the proper save option -- depending upon which browser you are using: For Microsoft IE users, select "Save Target As" For Netscape Navigator users, select "Save Link As" Once you've selected the proper save option for your browser, and have saved the file to a location you specified, go to your program menu and start the Adobe Acrobat® Reader. Once open, locate the PDF file you saved and open it directly in Acrobat®. END OF SECTION 00900 -7 Version 4/11 "All obligations set forth in this document shall be applicable to the Vendor." (A). Compliance. Compliance with the provisions of Section 3 of the HUD Act of 1968, as amended, and as implemented by the regulations set forth in 24 CFR 135, and all applicable rules and orders issued hereunder prior to the execution of this Agreement, shall be a condition of the Federal financial assistance provided under this Agreement and binding upon the City, the Subrecipient and any of the Subrecipient's subrecipients and subcontractors. Failure to fulfill these requirements shall subject the City, the Subrecipient and any of the Subrecipient's subrecipients and subcontractors, their successors and assigns, to those sanctions specified by this Agreement through which Federal assistance is provided. The Subrecipient certifies and agrees that no contractual or other disability exists that would prevent compliance with these requirements. (B). The Subrecipient further agrees to comply with these "Section 3" requirements and to include the following language in all subcontracts executed under this Agreement: "The work to be performed under this Agreement is a project assisted under a program providing direct Federal financial assistance from HUD and is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended (12 U.S.C. 1701). Section 3 requires that to the greatest extent feasible opportunities for training and employment be given to low- and very low- income residents of the project area, and that contracts for work in connection with the project be awarded to business concerns that provide economic opportunities for low- and very low - income persons residing in the metropolitan area in which the project is located." (C). The Subrecipient further agrees to ensure that opportunities for training and employment arising in connection with a housing rehabilitation (including reduction and abatement of lead - based paint hazards), housing construction, or other public construction project are given to low- and very low- income persons residing within the metropolitan area in which the CDBG- funded project is located; where feasible, priority should be given to low- and very low- income persons within the service area of the project or the neighborhood in which the project is located, and to low- and very low- income participants in other HUD programs; and award contracts for work undertaken in connection with a housing rehabilitation (including reduction and abatement of lead -based paint hazards), housing construction, or other public construction project to business concerns that provide economic opportunities for low- and very low- income persons residing within the metropolitan area in which the CDBG- funded project is located; where feasible, priority should be given to business concerns that provide economic opportunities to low- and very low- income residents within the service area or the neighborhood in which the project is located, and to low- and very low- income participants in other HUD programs. (D).The Subrecipient certifies and agrees that no contractual or other legal incapacity exists that would prevent compliance with these requirements. Resolution No. 2403 A Resolution of the City of Sanford, Florida relating to the delegation of authority to the City Manager relative to management and implementation of the requirements of the City's Community Development Block Grant Program including, but not limited to, powers relative to the approval and execution of contracts; providing for implementing administrative actions; providing for a savings provision; providing for conflicts; providing for severability and providing for an effective date. WHEREAS, the City Commission of the City of Sanford is involved in many diverse activities as part of the City's operating as complex municipal government including, but not limited, to the City's Community Development Block Grant Program; and WHEREAS, the City Commission of the City of Sanford is vested with certain responsibilities and powers under the provisions of the City Charter of the City of Sanford and the City Manager has other responsibilities and powers under the provisions of the City Charter, and WHEREAS, the City Commission of the City of Sanford desires to empower and direct the City Manager to implement and manage the requirements of the City's Community Development Block Grant Program and to take other appropriate actions to ensure the smooth and efficient operation and functioning of City government; and 11Page Whereas, Section 2.04 of the City Charter of the City of Sanford relates to the general powers and duties of the City Commission and provides that "[a]II powers of the City shall be vested in the Commission, except as otherwise provided by law or this charter, and the Commission shall provide for the exercise thereof and for the performance of all duties and obligations imposed on the City by law" and Section 3.04 of the City Charter of the City of Sanford relates to the powers and duties of the City Manager and provides, in pertinent part that "[t]he City Manager shall be the chief administrative officer of the City. The City Manager shall be responsible to the Commission for the administration of all City affairs placed in his or her charge by or under this Charter "; and Whereas, the City of Sanford has complied with all requirements and procedures of Florida law in processing and adopting this Resolution; and Whereas, the foregoing whereas clauses are hereby adopted as the legislative and administrative findings of the City Commission. Now, therefore, be it adopted and resolved by the City Commission of the City of Sanford, Florida as follows: Section 1. Legislative findings and intent. (a). The City Commission of the City of Sanford hereby adopts and incorporates into this Resolution the recitals (whereas clauses) to this Resolution. (b). Although not a land development regulation, this Resolution is consistent with the goals, objectives and policies of the Comprehensive Plan of the City of Sanford. 2IPage Section 2. Delegation to City Manager relating to City's Community Development Block Grant Program. (a). The City Manager is hereby authorized to administer all aspects of the City's Community Development Block Grant Program within City of Sanford municipal government including, but not limited to, the approval and execution of diverse and various types of contracts relating to the implementation of the Program. (b). Notwithstanding the provisions of this Section, the City Manager may determine that it is desirable or appropriate to submit any matter enumerated herein to the City Commission for action as deemed necessary. (c). The City Manager shall report all actions taken under the provisions of this Resolution to the City Commission as soon as practicable after taking such actions. (d). The City Manager shall ensure that all ethics laws are adhered to during the course of procurement actions and activities taken in furtherance of the implementation of this Resolution and the City's CDBG Program. The City Attorney shall assist the City Manager in such adherence to high ethical standards and actions. Section 3. Future Implementing Actions. (a). The City Manager is assigned the responsibility to take any and all necessary administrative actions that may be desirable or necessary to implement the provisions of this Resolution. 31Page (b). The City Clerk is hereby authorized to attest to the signature of and to otherwise fully assist the City Manager in the implementation of this Resolution and the execution of diverse contract documents approved under the provisions of this Resolution. (c). The City Attorney is instructed to assist the City Manager in the implementation of this Resolution. Section 4. Conflict s. All resolutions or parts of resolutions in conflict with the provisions of this Resolution are hereby repealed and rescinded. Section 5. Savings. The prior actions of the City of Sanford relating to the implementation of the City's Community Development Block Grant Program, as well as all related subject matters and processes, are hereby ratified and affirmed. Section 6. Severability. If any section, sentence, phrase, word, or portion of this Resolution is determined to be invalid, unlawful or unconstitutional, said determination shall not be held to invalidate or impair the validity, force or effect of any other section, sentence, phrase, word, or portion of this Resolution not otherwise determined to be invalid, unlawful, or unconstitutional. Section 7. Effective Date. This Resolution shall take immediate effect upon enactment. 4I Page Passed and adopted this 1 day of May, 2013. Attest: City Commission of the City of Sanford, Florida 11 / ./(06 _ ►_•• anet Dougherty, city Clerkl Jeff Tripp- R: • r Approved as to form and legal sufficiency. William L. Colbert, City Attorney 5'Page