Invitation to Bid s1

Total Page:16

File Type:pdf, Size:1020Kb

Invitation to Bid s1

INVITATION TO BID

SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT 29529 COUNTY ROAD 561 TAVARES, FLORIDA 32778-2496

The School Board of Lake County, located in Tavares, Florida, solicits your company to submit a bid on our Bid # 4161DB - Electrical, Fire Alarm and Low Voltage/Communication Systems – Contract Labor

All terms and conditions below are a part of this Invitation to Bid (ITB) and no bids will be accepted unless the vendor complies with all conditions required herein. Rights are reserved by the School Board of Lake County to accept or reject any and all bids and to waive all technicalities and award in the best interest of the Board. The Board does not sign contract forms provided by vendors. The bid, request for proposal, or invitation to negotiate with the vendor’s signature will constitute an offer to sell to the Board under the stated terms and conditions.

All prospective vendors are hereby cautioned not to contact any Board member of the School Board of Lake County or any other employee, officer, staff or agent, nor to attempt to persuade or promote through other channels. All contacts must be channeled through the Procurement Department. Failure to comply with these procedures shall be cause for disqualification of firm’s Submittal.

From the notice of publication until 72 hours after the posting of the recommendation of award only the Purchasing Department should be contacted concerning any questions concerning this bid. No other employee, officer, staff or agent of the School Board should be contacted during this period. All questions/concerns pertaining to any technical aspects of this bid should be posed through Public Purchase.

Purchasing Contact: Diane Bennett, CPPO, Certified Purchasing Agent E-mail: [email protected] Fax: 352-253-6766 Address: 29529 CR 561 Tavares, Florida 32778

Formal bid openings will no longer be held for bids other than construction. Only the names of the bidders will be read.

1. BIDDERS RESPONSIBILITY: Before submitting their bid proposal, each bidder is required to carefully examine the invitation to bid specifications and to completely familiarize themselves with all of the terms and conditions that are contained within this bid. Ignorance on the part of the bidder will in no way relieve them of any of the obligations and responsibilities, which are a part of this bid.

IMPORTANT NOTICE TO BIDDERS: The Procurement Services Department of Lake County Schools has partnered with Public Purchase for the posting, notification, and processing of their bid opportunities. There is NO COST to Vendors to use this service for Lake County Schools bid opportunities.

Please follow the link www.publicpurchase.com to register with Public Purchase for Lake County Schools. This will place the Bidder on the notification list for any forthcoming addendum or other official communications. Failure to register as a prospective Bidder and/or accept receipt of each document may cause your Submittal Package to be rejected as non- Page 1 of 11 Bid #4161DG –Electrical, Fire Alarm and Low Voltage/Communications Systems - Contract Labor responsive. If you have submitted a package without Lake County School Board issued forms and/or acknowledgment of issued addenda as provided by the Lake County School Board your submittal may be considered non-responsive.

2. Submittals shall be accepted only on line through w ww.publi cpurchase. com .

ON LINE RESPONSES shall be accepted until 2:00 pm EST on September 28, 2015.

IT IS STRONGLY RECOMMENDED THAT RESPONDENTS SUBMIT BIDS AS EARLY AS POSSIBLE. TIME SHOULD BE ALLOWED TO RECEIVE ANY REQUESTED ASSISTANCE FROM PUBLIC PURCHASE. WAITING UNTIL THE LAST HOURS OF THE SOLICITATION COULD IMPACT THE BID SUBMITTAL.

3. SCOPE OF WORK AND SPECIFICATIONS: The intent of this Invitation to is to create a pool of qualified Contractors to provide electrical, fire alarm and/or low voltage/communications contract labor services, as described herein on an as needed basis. Permits and inspections shall be obtained through the LCSB Facilities Department for all jobs. Contractor shall not be charged for permits and first inspection.

A. S p e c i fi c a ti o n s L o t 1 - E l e c t r i c a l : Contractor shall provide a sufficient number of qualified people to perform the Work as required by the Maintenance Department under this Specification, which shall include, but not be limited to, the following:

1. Electrical Contractor shall be fully competent in all areas of Commercial Electrical Work (Piping, Wiring, and Service Installation). The Contractor must have a current State of Florida Certificate of Electrical Contractors - Electrical Contractor (EC) or Registered Electrical Contractor (ER) License.

2. Electrical Contractor shall be willing and capable of running raceways and pulling w i r e f o r installations of fire alarms, intercoms, security systems, computer systems, fiber optic pulling, projectors, audio and AV systems and any other system wiring deemed necessary by the Lake County School Board.

3. Contractor shall be capable of handling any electrical control wiring as for installation and trouble shooting.

B. S p e c i fi c a ti o n s L ot 2 - A l a rm C o n t ra c t o r : Contractor shall provide a sufficient number of qualified people to perform the Work as required by the Maintenance Department under this Specification, which shall include, but not be limited to, the following:

1. The Contractor must have a current State of Florida Certificate of Electrical Contractors - Certified Alarm system Contractor I (EF) or State of Florida Certificate of Electrical Contractors – Certified Electrical Contractor (EC)

Page 2 of 11 Bid #4161DG –Electrical, Fire Alarm and Low Voltage/Communications Systems - Contract Labor license or State of Florida Certificate of Electrical Contractors - Registered Alarm System Contractor 1 (EY or EH) license. 2. The installation and termination of fire alarm, data lines, intercom, CCTV, telephone, security systems, CAT6 and fiber optics based on the premised wiring distribution system backbone network.

3. Contractor shall be willing and capable of running raceways and pulling wire for installations of fire alarms, data lines, intercoms, CCTV, telephone, security systems, computer systems, projectors, audio systems, CAT6 and fiber optics pulling, and any other system wiring deemed necessary by the Lake County School Board.

4. Development at selected locations of distribution cabinets, including equipment racks, patch panels, wire management panels and associated termination.

5. Routing of all low voltage wiring from distribution cabinets to work station outlets in offices, classrooms, and ancillary spaces.

6. Testing, start-up and commissioning of the network.

7. A l l l ow v o l t a g e w o r k s h a l l be p e r f o rm ed by p e rm a n e n t e m p l o y e e s or o w n e r a p pr o v ed s ub - C o n tr a c t o r o f t he a l a r m C o nt r a c t or. The Contractor shall properly man the project to assure timely completion of the project in accordance with the specific project schedule.

C. S p e c i fi c a ti o n s L o t 3 - S p e cia l t y C o n t ract o r / L o w V o lt a g e/Communication S y s t e m S p e cia l i st s : Contractor shall provide a sufficient number of qualified people to perform the Work as required by the Maintenance Department or Instructional Technology under this Specification, which shall include, but not be limited to, the following:

1. The Contractor must have a current State of Florida Certificate of Electrical Contractors - Certified Alarm System Contractor I (EF) or State of Florida Certificate of Electrical Contractors – Certified Electrical Contractor (EC) license or State of Florida Certificate of Electrical Contractors - Registered Alarm System Contractor 1 (EY or EH) or a State of Florida Certificate of Electrical Contractors – Certified Limited Energy System Specialist (ES069) or State of Florida Certificate of Electrical Contractors – Registered Limited Energy System Specialty (ET069).

2. The installation and termination of data lines, intercom, CCTV, telephone, security systems, projectors, audio systems and CAT6 and fiber optics based on the premised wiring distribution system backbone network.

3. Contractor shall be willing and capable of running raceways and pulling wire for installations of data lines, intercoms, CCTV, telephone, security systems, computer systems, projectors, audio systems and CAT6 and fiber optics pulling, and any other system wiring deemed necessary by the Lake County School Board.

Page 3 of 11 Bid #4161DG –Electrical, Fire Alarm and Low Voltage/Communications Systems - Contract Labor 4. Development at selected locations of distribution cabinets, including equipment racks, patch panels, wire management panels and associated termination.

5. Routing of all low voltage wiring from distribution cabinets to work station outlets in offices, classrooms, and ancillary spaces.

6. Testing, start-up and commissioning of the network.

7. A l l l ow v o l t a g e w o r k s h a l l be p e r f o r m ed by p e rm a n e n t e m p l o y e e s or o w n e r a p pr o v ed s u b- C o nt r a c t or o f t he s p e c i a l t y C o n tr a c t o r / l ow v o l t a g e s y s t em s p e c i a li s t . The Contractor shall properly man the project to assure timely completion of the project in accordance with the specific project schedule.

D. A d d iti o n a l S p e c i f i c a t i o ns C o m m on f o r A l l L o t s

1. The crew or crews will be under the direct supervision of Maintenance or Instructional Technology Department or personnel for work assignments. Bidder shall be responsible for quality of work and assuring that work meets all existing codes. Work done improperly shall be redone at successful bidder’s expense. If re-inspection is required by the LCSB Facilities Inspection department, a fee may be charged. The School Board has the right to provide all necessary materials to complete the various projects, if requested. Materials shall remain the property of the School Board. Contractors shall transport materials when requested.

2. Crews shall report, as directed, to work site or the Maintenance or Instructional Technology Department North or South office at the beginning of each day. Pay shall start at this time and shall end upon crew leaving the work site or the Maintenance or Instructional Technology Department. Contractor must sign in & out at the school/work site.

3. The Contractor shall leave work site in a neat and orderly fashion at the end of each work day. Scrap wire shall be deposited in an LCSB provided container. All other rubbish, scrap, etc., shall be transported from the premises and shall NOT be deposited in School District dumpsters unless a construction dumpster is supplied by LCSB.

4. The Contractor shall at all times enforce strict discipline and good order among their employees and shall not employ on the work any unfit person or anyone not skilled in the task assigned to them.

5. Contractor shall be able to furnish all tools and equipment in order to accomplish any of the above tasks.

6. The Maintenance Department or Instructional Technology will notify the Contractor during the contract period each time a crew or crews will be needed. Length of any one project may be for one day to several months, as required.

7. The District will provide for all modifications to the building necessary for the installation. This shall include modification to accommodate equipment to be installed. It does not include specific alterations such as Page 4 of 11 Bid #4161DG –Electrical, Fire Alarm and Low Voltage/Communications Systems - Contract Labor cutting/patching, etc. that may be necessary for the installation of raceway or cable; this shall be the responsibility of the Contractor.

8. A Vendor Service Evaluation form that our departments will be utilizing at the close of each project performed through the contract has been included for your reference only. (See Attachment 7 of the Attachment Package)

9. Contractor Supplied Materials

1) Materials purchased by the Contractor and incorporated into the Work shall be reimbursed at invoice cost including all (1) sales and/or use taxes and (2) freight.

2) Materials shall remain the property of the School Board. Contractors shall transport materials when requested.

3) The School Board may, if not prohibited by law, exercise a right to purchase directly various construction materials, supplies, and equipment that may be a part of the work. If so, the School Board will, via their purchase orders, purchase materials with assistance from the Contractor, if required, in the preparation of such purchase orders. The materials shall be purchased from the suppliers selected by the Contractor, for the prices negotiated by the Contractor. The Contractor will assist in the preparation of all purchase orders for the School Board and will coordinate the purchase of the materials in a timely manner so as not to negatively impact the performance of the construction activity of the work.

The total cost estimated for the work shall be reduced by the net, undiscounted amount of these purchase orders, plus all sales taxes. Issuance of the purchase orders by the School Board shall not relieve the Contractor of any of his responsibilities regarding material purchases, or installation, with the exception of the payments for the materials so purchased. The Contractor shall remain fully responsible for coordination, correct quantities ordered, submittals, protection, storage, scheduling, shipping, security, expediting, receiving, installation, cleaning and all applicable warranties.

E. CONTRACTORS USE OF SITE AND PREMISES: Limit use of site and premises to allow District occupancy and work by others and work by the District.

1. Contractor is cautioned not to impede means egress or disable life safety systems during occupied hours of the project.

2. Contractor shall maintain existing life safety requirements and existing life safety protection continuously or in lieu thereof, provide other measures to accomplish equivalent safety.

3. Contractor may be required to work only at times when classes are not in session i.e. after 4:00 PM or on week-ends. Owner approved LCSB work exceeding 40 hours shall be paid at time and a half

10. BID SCHEDULE: Deadline for Questions:...... Wednesday, September 16, 2015 @ 4:00 PM EST Last Date for Addendums:...... Friday, September 18, 2015

Page 5 of 11 Bid #4161DG –Electrical, Fire Alarm and Low Voltage/Communications Systems - Contract Labor Bid Opens:...... September 28, 2015 @ 2:00 PM EST Posting of Award Recommendation:. October 13, 2015 Board Action on Recommendation:...October 26, 2015

11. AWARD: A. It is anticipated that multiple awards shall be made on a lot by lot basis to the “lowest” and “best” bids submitted, to create a pool of qualified contractors, based on conformity to specifications, price, and time of guaranteed completion of work. The School Board reserves the right to request written proposals estimating the cost of a proposed project from any and/or all of the awarded bidders, on an as needed basis, during the term of this agreement.

It is important that vendors understand the District’s budgetary restrictions when offers are submitted. To fulfill our fiduciary responsibilities we are requesting that all pricing submitted be as competitive as possible so that we may return maximum value to the District. By providing a bid the vendor is acknowledging that the District’s current or future budgetary shortfalls may materially impact long-term completion of the District’s projections under this bid and/or may materially impact the District’s ability to consider renewal of any subsequent terms. Please also see Item 9.

B. The Board reserves the right to use the next lowest and best responsive and responsible bidder in the event the original awardee(s) of the bid cannot fulfill their contract, subject to the terms and conditions provided herein. The next lowest and best responsive and responsible bidder’s prices must remain the same as originally bid and must remain firm for the duration of the contract.

12. Bid tabulations with recommended awards will be posted for review by interested parties on or about October 13, 2015 and will remain posted for a period of 72 hours. The award recommendation will be posted in the Purchasing Department located at 29529 County Road 561, Tavares, Florida, and on www.publicpurchase.com. Since this information is available as outlined above, the purchasing department will not mail or fax recommendation of award notices to all bidders. Failure to file a protest within the time prescribed in Section 120.57 (3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. Any person who is affected adversely by the decision or intended decision shall file with the Board, through it’s Purchasing Department, a written notice of protest within 72 hours after the posting or notification. A formal written protest shall be filed within 10 calendar days after filing the notice of protest. With respect to a protest of the specifications contained in an invitation to bid or in a request for proposals, the notice of protest shall be filed in writing within 72 hours after the receipt of the project plans and specifications or intended project plans and specifications in an invitation to bid or request for proposals (but no later than the time when the bids or responses must be received in order to be considered), and the formal written protest shall be filed within 10 calendar days after the date the notice of protest is filed. The 72 hours period referred to herein shall not include Saturdays, Sundays, or holidays. The word "holiday" shall mean any weekday on which the School Board's Administrative offices are closed. Failure to file a timely formal written protest shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. The formal written protest shall state with particularity the facts and law upon which protest is based. Any person who files an action protesting a decision or intended decision pertaining to a bid pursuant to FS 120.57(3)(b), shall post at the time of filing the formal written protest, a bond payable to the School Board of Lake County in an amount equal to one percent (1%) of the total estimated contract value, but not less than $500 nor more than $5,000, which bond shall be conditioned upon the payment of all costs which may be adjudged against the protester in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. In lieu of a bond, a cashier’s check, certified bank check, bank certified company check, or money order will be an Page 6 of 11 Bid #4161DG –Electrical, Fire Alarm and Low Voltage/Communications Systems - Contract Labor acceptable form of security. If, after completion of the administrative hearing process and any appellate court proceedings, the district prevails, it shall recover all costs and charges which shall be included in the final order or judgment, including charges made by the Division of Administrative Hearings, but excluding attorney’s fees. Upon payment of such costs and charges by the protester, the protest security shall be returned. If the protester prevails, he or she shall recover from the district all costs and charges which shall be included in the final order of judgment, excluding attorney’s fees. Upon receipt of the formal written protest and protest bond which has been timely filed, the district shall stop the bid solicitation process or the contract award process until the subject of the protest is resolved by final district action, unless the Superintendent sets forth in writing particular facts and circumstances which require the continuance of the bid solicitation process or the contract award process without delay in order to avoid an immediate and serious danger to the public health, safety, or welfare.

13. QUANTITIES: Quantities stated are estimated annual quantities. The School Board reserves the right to order greater than, or less than, quantity stated.

14. BIDDER QUALIFICATIONS: The following items shall be included with bid response. Failure to do so may result in disqualification. A. Project references, 3 minimum with similar experience. Bidder must download forms to complete. Once completed bidder must upload documents to bid. B. Copies of all applicable licenses. Upload licenses to bid. C. List of projects for last 12 months. Upload to bid.

15. PROMOTIONAL PRICING: a. Best Pricing Offer – During the Contract term, if the Customer becomes aware of better pricing offered by the AWARDED VENDOR(S) for substantially the same or a smaller quantity of a product outside the Contract, but upon the same or similar terms of the Contract, then at the discretion of the Customer the price under the Contract shall be immediately reduced to the lower price. b. Sales Promotions – In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, a Contractor may conduct sales promotions involving price reductions for a specified lesser period. A Contractor shall submit to the Purchasing Department documentation identifying the proposed (1) starting and ending dates of the promotion, (2) products involved, and (3) promotional prices compared to then-authorized prices. Promotional prices shall be available to all Customers. Upon approval, the Contractor shall provide conspicuous notice of the promotion.

16. PROPOSALS/ESTIMATES: Upon notification from the School Board’s authorized representative(s), the Contractor shall provide a written proposal estimating the cost of a proposed project. This proposal shall provide specific information including the following: hourly labor rates, not to exceed as bid, for each required work, number of hours required, list of materials to include description, cost, manufacturer, manufacture’s part number, sales tax on materials and permits, if applicable. This proposal shall also include the time work will be started and completed.

On projects where material costs are estimated to total more than $10,500, the Contractor will be required to provide copies of three written price quotes for materials (wires, conduit, panels, relays, etc.) necessary to complete the work with their proposal.

Page 7 of 11 Bid #4161DG –Electrical, Fire Alarm and Low Voltage/Communications Systems - Contract Labor The Contractor will provide a detailed scope of work, which identifies the specific work description. The Contractor shall complete the total proposal to accomplish the work and will identify any additional tasks necessary to satisfactorily accomplish the overall scope of work. The proposal provided by the Contractor shall be firm; no increases will be permitted unless unforeseen circumstances arise or the School Board requests additions to the scope of work.

The Contractor’s estimate will be evaluated to determine if the scope has been clearly and accurately understood, the work has been properly estimated with supporting data presented and that material and equipment estimates are reasonable and properly documented.

The Contractor acknowledges that work will be performed only after receipt of an authorized purchase order. Purchase orders will be issued for a “not to exceed” total cost based upon the proposal provided. The proposal provided by the Contractor shall be firm; no increases will be permitted unless unforeseen circumstances arise or the School Board requests additions to the scope of work. Authorization shall be provided by the School Board, in writing, prior to the work being performed.

17. WORK RESPONSE TIME: Successful bidder shall respond to messages within 24 hours. Project shall be started within 10 days from notice to proceed.

18. The School Board reserves the right to bid larger projects separately or to use other vendors in emergency situations.

19. Lake County Schools, FL does not discriminate on the basis of race, religion, color, national origin, gender, genetic information, age, disability or marital status in its educational programs, services or activities, or in its hiring or employment practices. The district also provides equal access to its facilities to the Boy Scouts and other patriotic youth groups, as required by the Boy Scouts of America Equal Access Act. Questions, complaints, or requests for additional information regarding discrimination or harassment may be sent to:

Dominick Pedata Supervisor Compensation and Employee Relations Lake County Schools Phone: 352-253-6519 Fax: 352-253-6545 [email protected]

20. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with 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 award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity.

21. PUBLIC ENTITY CRIMES DISCLOSURE: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public 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 with 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

Page 8 of 11 Bid #4161DG –Electrical, Fire Alarm and Low Voltage/Communications Systems - Contract Labor an may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.

22. The Bidder certifies that all material, equipment, etc., contained in this Bid meets all Occupational Safety Hazards Act (OSHA) requirements. Bidder further certifies that, if he is the successful bidder, and the material, equipment, etc., delivered is subsequently found to be deficient in any OSHA requirements in effect on date of delivery, all costs necessary to bring the material, equipment, etc., into compliance with aforementioned requirements shall be borne by the bidder.

23. Equipment, or other items of this bid, identified by catalog or manufacturers number or by brand name are for the purpose of showing quality only, except where otherwise specified. Other Manufacturers or Brand names of proven equal quality, or better, will be acceptable. If bidding on an equivalent to that specified, state manufacturer and supply complete description of product offered, including brochures and specifications.

24. SAMPLES: Samples may be required for bid. Samples, if required, shall be supplied to the School Board at no charge, and returned to the vendor at vendor's expense. Required samples shall be clearly identifiable with the Bidder's name, Bid Number, and Item Number. Failure to deliver required samples or failure to clearly identify samples may be reason for disqualification of bid. Samples which are not consumed or destroyed by testing will be returned, at the Bidder’s expense, upon request. Request for the return of samples must be made within ten (10) working days following bid opening.

25. Successful bidder shall not substitute items from that which were bid. If substituted items are delivered, the items shall be shipped back to the vendor at the vendor's own expense. Such actions may result in a termination of the contract.

26. Items provided on this bid are to be new. Items that have been refurbished or used for demonstration are not acceptable. Successful bidder shall agree to accept, for full credit and return shipping charges, the return of any item received that is found to be defective in quality.

27. In case of exact tie bids, awards will be made in accordance with Policy 7.70. Conformity to specifications, price, quality, and time of guaranteed delivery will be determining factors in the awarding of the bid.

28. In the event of an error in extending the total cost for an item, the unit price submitted will prevail.

29. All materials to be delivered F.O.B. destination to Lake County Schools North Maintenance Department, 220 North Central Ave, Umatilla, FL 32778, South Maintenance Department, 410 Alpine St., Mascotte, FL 34753 or such other point as designated. All prices shall include delivery and all travel expenses to the School Board or designated destination.

30. Payroll Responsibilities - The Contractor shall be responsible for the payroll and paying of its personnel. Further, the Contractor shall be responsible for withholding applicable federal and state taxes, FICA, insurance, and other deductions as authorized between the Contractor and its personnel.

31. Contractor shall be responsible for the paying of all appropriate state taxes unless otherwise directed by the Owner.

Page 9 of 11 Bid #4161DG –Electrical, Fire Alarm and Low Voltage/Communications Systems - Contract Labor 32. Successful bidder shall comply with the Trench Safety Act (OSHA, 29 CFR 1926.650 Subpart P.), if required.

33. Successful Bidder shall comply with the Davis-Bacon Act whenever projects are initiated that are paid for with Federal Funds and will adhere to the prevailing wage and agree to submit (if requested) payroll documentation.

34. BID RESPONSE REQUIREMENTS/FORMS: When submitting a bid through www.publicpurchase.com the following items shall be included with bid response. Download forms, complete required fields and signatures. Upload with all required attachments with submittal. Failure to do so may result in disqualification.

A. Signature and Information Page (Attachment 1 of Attachment Package) B. Bidder Qualifications (See paragraph 8) C. Reference Form (Attachment 2 of Attachment Package) 3 required D. Federal Debarment Form (Attachment 3 of Attachment Package) E. Public Entity Crimes Affidavit (Attachment 4 of Attachment Package) F. Non-Collusion Affidavit (Attachment 5 of Attachment Package) G. Conditions for Emergency/Hurricane or Disaster (Attachment 6 of Attachment Package) H. Equipment Rental Form (Attachment 8 of Attachment Package I. Cost Proposal Form

35. INFORMATION Clarification of any language in the bid and technical questions should be directed only to the Purchasing Department using www.publicpurchase.com. All questions/ concerns shall be received through Public Purchase no later than 4:00 PM, local time, September 16, 2015. Verbal discussion of items in the bid with District personnel is not to be construed as changing any of the bid requirements.

Any additional information or addendums will be posted on www.publicpurchase.com.

It shall be the responsibility of each responding bidder to check www.publicpurchase.com to ensure receipt of all addenda.

30. “PIGGYBACKING” – With the consent of the awarded vendor, other agencies may make purchases in accordance with the contract. Such purchases shall be governed by the same terms and conditions as stated herein with the exception or the change in the entity’s name.

Page 10 of 11 Bid #4161DG –Electrical, Fire Alarm and Low Voltage/Communications Systems - Contract Labor Page 11 of 11 Bid #4161DG –Electrical, Fire Alarm and Low Voltage/Communications Systems - Contract Labor

Recommended publications