Loading...
2016-12 SUPPLIER AGREEMENT FOR AUTOMOTIVE BATTERIES THIS AGREEMENT, made and entered into this 23 day of Ltart--( 2016, A.D., by and between the City of Clermont 685 West Montrose Street, Clermont, Flonda (hereinafter referred to as "CITY"), and BATTERY USA, INC., 1840 S. Combee Road, Lakeland, FL 33801, (hereinafter referred to as "SUPPLIER"). WHEREAS, School Board of Polk County, Florida issued ITB No.: 004-PLA-0714 for the provision of automotive batteries; WHEREAS, based on SUPPLIER's response, School Board of Polk County entered into Contract No. 004-PLA-0714 with SUPPLIER; WHEREAS, CITY desires to utilize the SUPPLIER's contract with the School Board of Polk County in accordance with CITY's procurement policy; and WHEREAS, SUPPLIER desires to enter into a contract with CITY based on the terms and conditions of School Board of Polk County contract No.: 004-PLA-0714. WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I - SCOPE OF WORK The SUPPLIER shall furnish batteries and related accessories as described in School Board of Polk County contract No. 004-PLA-0714, which is attached hereto and incorporated herein as Exhibit "A" and shall do everything required by this Agreement and the other Agreement Documents contained in the specifications, which are a part of these Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from SUPPLIER. To the extent of a conflict between this Agreement and Exhibit"A", the terms and conditions of this Agreement shall prevail and govern. ARTICLE II - THE CONTRACT SUM CITY shall pay SUPPLIER, for the faithful performance of the Agreement as set forth in the Agreement documents and the Unit Price Schedule an amount in accordance with the compensation schedule set forth in Exhibit'B', attached hereto and incorporated herein. ARTICLE III—TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties, and shall remain in effect until August 31, 2016, unless terminated as provided for herein. Provided, however, that this Agreement may be renewed at the sole 1 option of CITY under the same terms and conditions contained in School Board of Polk County. 2. Notwithstanding any other provision of this Agreement, CITY may, upon wntten notice to SUPPLIER, terminate this Agreement if: a) without cause and for convenience upon thirty (30) days written notice to SUPPLIER b) SUPPLIER is adjudged to be bankrupt; c) SUPPLIER makes a general assignment for the benefit of its creditors; d) SUPPLIER fails to comply with any of the conditions of provisions of this Agreement; or e) SUPPLIER is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. ARTICLE IV - COMMENCEMENT AND COMPLETION OF WORK The SUPPLIER shall provide all items in the timeframe as set forth in the applicable purchase order. ARTICLE V - PAYMENTS In accordance with the provisions fully set forth in the General Conditions, SUPPLIER shall submit a payment request by the third (3rd) day of each calendar month for items provided during the preceding calendar month. CITY shall make payment to the SUPPLIER, within thirty(30) calendar days, on the basis of a duly certified and approved payment invoice by the CITY for items provided and accepted by the CITY. ARTICLE VI—DISPUTE RESOLUTION - MEDIATION 1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 2. The CITY and SUPPLIER shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 3. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. 2 ARTICLE VII—INSURANCE AND INDEMNIFICATION RIDER 1. Worker's Compensation Insurance - The SUPPLIER shall take out and maintain during the life of this Agreement Worker's Compensation Insurance for all his employees connected with the work of this Project and, in case any work is sublet, the SUPPLIER shall require the subSUPPLIER similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the SUPPLIER. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute, the SUPPLIER shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 2. SUPPLIER's Public Liability and Property Damage Insurance - The Contactor shall take out and maintain during the life of this Agreement Comprehensive General Liability and Comprehensive Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be minimum limits as follows: (a) SUPPLIER's Comprehensive General, $1,000,000 Each ($2,000,000 aggregate) Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $1,000,000 Each Bodily Injury &Property Damage Occurrence, Combined Single Limit (c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 3. SubSUPPLIER's Public Liability and Property Damage Insurance - The SUPPLIER shall require each of his subSUPPLIERs to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of his subSUPPLIERs in his policy, as specified above. 4. Indemnification Rider (a) To cover to the fullest extent permitted by law, the SUPPLIER shall indemnify and hold harmless the CITY and its agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, ansing out of or resulting from the 3 • performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property(other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the SUPPLIER, any subSUPPLIER, anyone directly or indirectly employed by any of them or anyone for whose acts any of them t e may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article. (b) In anyand all claims against the CITY or anyof its agents or g g employees by any employee of the SUPPLIER, any subSUPPLIER, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the;amount or type of damages, compensation or benefits payable by or for the SUPPLIER or any subSUPPLIER under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. (c) The SUPPLIER hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. ARTICLE VIII -NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. SUPPLIER: Battery USA, Inc. 1840 S. Combee Rd.. Lakeland, FL 33801 CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 4 ARTICLE IX—MISCELLANEOUS 1. Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret any provision of this agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 2. Waiver. The waiver by city of breach of any provision of this agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this agreement. 3. Severability. If any provision of this agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the agreement valid and enforceable under applicable law, the remainder of this agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 4. Amendment. Except for as otherwise provided herein, this agreement may not be modified or amended except by an agreement in writing signed by both parties. 5. Entire Agreement. This agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous agreements between the parties with respect to the performance of services by SUPPLIER. 6. Assignment. This agreement is personal to the parties hereto and may not be assigned by SUPPLIER, in whole or in part, without the prior written consent of city. 7. Venue. The parties agree that the sole and exclusive venue for any cause of action arising out of this agreement shall be Lake County, Florida. 8. Applicable Law. This agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9. Records. SUPPLIER expressly understands and acknowledges that any and all documents related to the services provided herein, may be considered records that are subject to examination and production in accordance with Florida's Public Records Law. SUPPLIER expressly agrees that it will comply with all requirements related to said law and that it will hold CITY harmless, including 5 attorney fees and litigation costs, for any such disclosure related to Florida's Public Records Law. ARTICLE X - AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Purchase Order 3. All documents contained in School Board of Polk County ITB, 004-PLA-0714, Suppliers response thereto and School Board of Polk County Contract No.: 004- PLA-0714. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 2.3 day of Ve-bc Utli ,2016. City of Clef ont 4f / / D. , ' itr . .ger Attest: Tracy Ackro i Howe, City Clerk Battery USA, Inc. {fit / / aBy 4.//A . // /tiI d1 fit ie % itr.5 / Irli'ed Name and Title Attes • Corporat: ecre ary r ( A ,, r ,t-- (Name Printed or Typed) 6 EXHIBIT A THE SCHOOL BOARD OF POLK COUNTY, FLORIDA PURCHASING DEPARTMENT NOTICE OF'RECOMMENDED BID AWARD Bid File Number 004-PLA-0714 Bid Title Batteries-Automotive The following recommended bid award will be made at the School Board Meeting on Tuesday,June 23,2015. Vendor Bid Items Renewal of the existing bid for an additional contract period valid 9/1/2015 through 8/31/2016 under the same terms and'conditions as the onginal bid. Battery USA, Inc. All Posting Time/Date from: 9:00 a.m. / 5/22/15 until 4:00 p.m. / 6/23/15 Failure to follow the requirements of the bid protest procedures established by The School Board of Polk County, Florida shall constitute a waiver of all protest rights. 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,Flonda Statutes Questions arising from this recommendation should be brought to Lynn Adams In the Purchasing Department. Lynn Adams 5/21/15 Scott Clanton 5/21/15 Evaluator Date Reviewer Date Page 1 of 1 Board Approval: 6/23/15 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA PURCHASING DEPARTMENT NOTICE OF RECOMMENDED BID AWARD Bid File Number 004-PLA-0714 Bid Title Battenes-Automotive The following recommended bid award will be made at the School Board Meeting on Tuesday,June 10,2014 Vendor Bid Items Renewal of the existing-bid for an additional contract period valid 9/1/2014 through 8/31/2015 under the same terms and conditions as the onginal bid. Battery USA, Inc All Posting Time/Date from: 9:00 a.m. / 5/28/14 until 4:00 p.m. / 6/10/14 Failure to follow the requirements of the bid protest procedures established by The School Board of Polk County, Florida shall constitute a waiver of all protest rights. 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 Questions arising from this recommendation should be brought to Lynn Adams In the Purchasing Department. Lynn Adams 5/27/14 Scott Clanton 5/27/14 Evaluator Date Reviewer Date Page 1 of 1 Board Approval- 6/10/14 - L-4.14�K,o01. L-4.14 KNOWLEDGEw� SCHOOL BOARD OF POLK COUNTY LEDGE, ti P O BOX 391 1915 SOUTH FLORAL AVENUE r 'gyp 18 POWER BARTOW, FLORIDA 33831 (863) 534-0500 BARTOW, FLORIDA 31830 Board members June 11, 2014 BOARD 1 J IAIR DICK MULLENAX 1)I TRl(T a HUNT BFRRYMAN 1)1NI(11T t LORI CLNNINC.HAM Battery USA, Inc INITRRT2 1840 S. Combee Rd HAZEL SELLERS Lakeland, FL 33801 Dhn(1(T 4 ATTN: James R. Lawless KAY FIELDS 015TR"75 RE Bid 004-PLA-0714 DEBRA S WRIGHT Battenes-Automotive I)I\TRIS 7 6 I I1M HARRIS Dear Mr. Lawless pKTWf T' The School Board of Polk County, Florida in regular session on Tuesday, June 10, 2014, ( WESLEY BRIDGES II approved the renewal of Bid #004-PLA-0714, Batteries-Automotive.The contract period General(e,unsrl is 9/1/14 through 8/31/2015 You were awarded all items on this bid. Administration KATHRYN m LcROY If there is additional information you may require please contact me at 863/534-0563 Supenntrndrnt We look forward to working with your company. Sincerely, Cl/LA ad-44)1V- Lynn Adams, CPPO, CPPB, FCCN Purchasing Services Manager LA cc. Participating School Districts Polk County Schools- an equal opportunity institution for education and einployme nt The Mission of Polk County Public Schools is to provide a high quality education for all students cy*0OL Bp ",KrKNOWLEDGE 0 ; SCHOOL BOARD OF POLK COUNTY s P O BOX 391 1915 SOUTH FLORAL AVENUE r�^,p IS POWER Q' BARTOW, FLORIDA 33831 (863)534-0500 BARTOW, FLORIDA 33830 August 29, 2013 Board Members Uunl1D 1)1,5111 HAZEL SELLERS INSTKIIT 3 HUNT BFRRYMAN ula wl-1 1 LORI CUNNINGHAMBattery USA, Inc. DISTIUITt 1840 S. Combee Rd. DICK MI-LLLNAX Lakeland, FL 33801 DLtiTIU<T4 ATTN: James R. Lawless KAY FIFLDS Dim fun 1 RE: Bid 004-PLA-0714 DEBRA S WRUGH I Batteries-Automotive DRTRI(T G TIM HARRIS DL5TIUI7-.' Dear Mr. Lawless: The School Board of Polk County, Florida in regular session on Tuesday, August 27, C WESLEY BRIDGES,II GanLral Comm I 2013, approved,the award of Bid#004-PLA-0714, Batteries-Automotive. The contract period is through 8/31/2014. Administration You were awarded all items on this bid. The school districts participating in this KATHRYN M LeROYp P g Supennlendrnl cooperative bid will be advised of the award. Each participating school district will be responsible for obtaining their respective School Board's approval, issuing its own purchase orders and for order placement. Each district will require separate billings, be responsible for payment and issue its own tax exemption certificates as may be required. Battery USA, Inc. will establish a direct relationship with each participating district concerning the issuance of purchase orders, operational disputes, invoicing, payment and all other matters relating to or referring to the participating districts. If there is additional information you may require please contact me at 863/534-0563. We look forward to working with your company. Sincerely, (1144're Lynn Adams, CPPO, CPPB, FCCN Purchasing Services Manager LA cc. Participating School Distncts Polk County Schools- an equal opportunity institution for education and cmtplov ne nt The tfrscion of Polk county Public Schools rs to provide a high quality education for all ctudents THE SCHOOL BOARD OF POLK COUNTY, FLORIDA PURCHASING DEPARTMENT NOTICE OF RECOMMENDED BID AWARD Bid File Number 004-PLA-0714 Bid Title Battenes-Automotive The following recommended bid award will be made at the School Board Meeting on Tuesday,August 27, 2013 Vendor Bid Items Battery USA, Inc All Posting Time/Date from: 9:00 a.m. / 8/8/13 until 4:00 p m / 8/27/13 Failure to follow the requirements of the bid protest procedures established by The School Board of Polk County, Florida shall constitute a waiver of all protest rights. 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. Questions arising from this recommendation should be brought to Lynn Adams In the Purchasing Department Lynn Adams 8/7/13 Scott Clanton 8/7/13 Evaluator Date Reviewer Date Page 1 of 1 Board Approval 8/27/13 KNOWLEDGE 01 SCHOOL BOARD OF POLK COUNTY P O BOX 391 1915 SOUTH FLORAL AVENUE x'46 �.°O"� 4 BARTOW, FLORIDA 33831 (863) 534-0500 BARTOW, FLORIDA 33830 ,„fico Board Members BOARD(1IAIIt IIAZEL SELLERS TO OUR PROSPECTIVE BIDDERS 1)I'TRJ(1 3 HUNT BERRYMAN ULti I lts-I I LORI CUNNINGHAM DIsTR!(T 2 DICK MI'LLENAR The following Invitation to Bid represents a cooperative procurement for the Bay ULSTRI(T a Area Schools Purchasing Consortium. KAY FIELDS 1)L�IIU(-I s The Bay Area Schools Purchasing Consortium is a cooperative purchasing group DEBRA S WRIGH1 established for the purpose of maximizing the purchasing power of member school DISTRICT G TIM HARRIS districts within the Tampa Bay and Central Florida area. Currently, there are 16 I)LtiTltl(T T member school districts. The school districts participating in this particular procurement and their respective (. WESLEY BRIDGES,II Gtn(ralCounxl delivery locations are listed in the attached document. Administration procurementissuing KATHRYN M LeROY • All questions concerningthis should be addressed to the Supennlendrnt agency,hereinafter referred to as the"Lead District". All responses are to be returned in accordance with the instructions contained in the following document • The solicitation specifications, terms and conditions shall be the controlling document. Each participating school district will be responsible for obtaining their respective School Board's approval, issuing its own purchase orders, and for order placement. Each district will require separate billings, be responsible for payment to the Contractor(s) awarded this contract, and issue its own tax exemption certificates as required by the Contractor. • Invoicing instructions and delivery locations will be in accordance with the respective school district's requirements. None of the participating governmental entities shall be deemed or construed to be a party to any contract executed by and between any other governmental entity and the Contractor(s) as a result of this procurement action. Polk County schools- an equal opportunity institution for education and employment The Mission of Polk County Public Schools is to provide a high quality education for all students Cut along the outer border and affix this label to your sealed bid envelope to identify it as a "Sealed Bid". Neither faxed nor electronically submitted bids will be accepted. Be sure to include the name of the company submitting the bid where requested. DELIVER TO: PURCHASING DEPARTMENT School Board of Polk County 1915 South Floral Avenue, PO Box 391 Bartow, FL 33831-0391 SEALED BID DO NOT OPEN SEALED BID NO.: 004-PLA-0714 BID TITLE: Batteries-Automotive DUE DATE/TIME: July 30, 2013, 3:00 P.M. SUBMITTED BY: Name of company Please Note: From time to time, addenda may be issued to this bid. Any such addenda will be posted on the same web site from which you obtained this bid. Vendors receiving bids via US mail will be sent notification of all addenda. If you downloaded the bid from this web site,you will need to check the web site to see if there are any addenda that have been posted. Interested vendors must have a completed vendor application on file with the School Board Purchasing Department prior to bid award in order for your bid to be considered.The Vendor Application Form is available from our web site at http.//www.polk-fi.net/districtinfo/departments/businessservices/purchasina.htm Click on "Vendor Application"from the menu on the left side of the screen and follow the instructions. THE SCHOOL BOARD OF POLK COUNTY, FLORIDA P.O. BOX 391 1915 SOUTH FLORAL AVENUE BARTOW, FLORIDA 33831-0391 BARTOW, FLORIDA 33830-7124 INVITATION TO BID Bid Title Batteries-Automotive Bid File Number 004-PLA-0714 Posted 7/10/13 Sealed bids will be received until 3:00 PM on July 30,2013 in the School Board Purchasing Office at the above address.The official clock for the purpose of receivingbids is located in the PurchasingOffice. All bids p � must be date and time stamped by the official clock. Bids will be opened in the Purchasing Offices after the deadline for receiving bids. Any bid received in Purchasing after the deadline indicated above will be date and time stamped and will not be opened. It is vendors' responsibility to see that their bids are properly received at the correct locationrior to the deadline.Your bid must be on this form with the Bidder Acknowledgment completed. p g p Inquiries on this bid should be addressed to: Lynn Adams telephone 863-534-0563 , FAX 863-534-0802 , E-Mail Lynn.Adams@polk-fl.net BIDDER ACKNOWLEDGMENT The undersigned, having carefully examined the "Invitation to Bid" with any attached "Special Terms and Conditions" agrees to abide by all conditions of the bid and offers to furnish the items or services as set forth. I further certify that I am authorized to sign this bid. VENDOR NAME MAILING ADDRESS PRINT OR TYPE SIGNATURE AND TITLE CITY,STATE,ZIP *WRITTEN SIGNATURE DATE TELEPHONE NUMBER (TOLL FREE,IF AVAILABLE) FAX NUMBER E-MAIL ADDRESS FEID NUMBER 'NOTE: THE ABOVE BIDDER ACKNOWLEDGMENT MUST BE SIGNED FOR YOUR BID TO BE ACCEPTED. GENERAL INSTRUCTIONS AND CONDITIONS 1. CONTRACT PERIOD: Bids that do not offer prices good until the following date will not be accepted: 8/31/2014 .Contract(s) awarded from this bid will begin on 8/14/2013 and will run through 8/31/2014. 2. F.O.B. DELIVERY POINT:All prices bid must include delivery charges to stated destination(s) as follows: See Attachment B for delivery locations. 3. POSTING OF BID AWARDS: Recommended award of this bid will be posted at the School Board Administrative Offices and on the Purchasing Department's website at http://www.polk-fl.net/community/doinabusinesswithus/purchasina/default.htm on or about Auaust 5, 2013 and-will remain posted for a period of at least 72 hours. Bid tabulations will not be mailed. Bid files and tabulations may be examined during normal working hours. 4. PRICES AND TAXES: All prices are normally fixed for the duration of the contract period. Fluctuating or adjustable prices are only acceptable if so stated in the Special Terms and Conditions". The School Board is exempt from State sales and use taxes and Federal excise taxes. (State Exemption No.85-8013927632C-8) 5. DELIVERY: Deliveries must be made in accordance with specified delivery schedules or as soon as possible after receipt of the purchase order if no delivery schedule is specified or bid. All delivery containers must be marked with the Polk County School Board purchase order number and product item number. Unless stated otherwise, all products being shipped into the Board's warehouse shall be packaged in cardboard cartons so as to prevent damage both in transit and in the warehouse. For all truck deliveries into the warehouse, the Bidder is required to provide notification AT LEAST 24 HOURS PRIOR TO DELIVERY. For Bartow deliveries, call Warehouse Receiving at (863) 534-0910.Truck drivers will be required to assist in unloading. 6. QUANTITIES:Quantities shown are not guarantees of purchase.The Board may purchase additional quantities during the life of the contract unless the bid sheets are noted, "Bid is for Specified Quantity Only," by the Bidder.The bid sheets must state, "Minimum Reorder Quantities,"if applicable. 7. EQUIVALENT PRODUCTS: Any manufacturers'trade, brand, model or catalog number listed as a specification is for information purposes and not to limit competition. The Bidder may offer any equivalent current production model which meets or exceeds the specifications unless noted otherwise in the specifications If an equivalent model is offered, the Bidder must clearly indicate any deviation from the specifications and include complete descriptive literature on alternate item(s) or the items will not be considered. 8. SPECIFICATIONS: All items offered must be in accordance with specifications except as noted above. Minor departures from specifications may be considered at the option of the Board. When applicable, all products shall carry evidence of Underwriters' Laboratory (UL) listing and comply with the requirements of the Occupational Safety and Health Act, (OSHA). When applicable,delivered items must be accompanied by a Material Safety Data Sheet (MSDS). If product packing or packaging is to be different than specified in the bid, the Bidder must state any deviation. The bid, lacking any statement to the contrary, will be received as being in complete compliance with specifications. When more than one bid meets all specifications, the Board reserves the right to determine the"Lowest and Best"bid. Bid items are subject to testing at the Bidder's expense. Delivery of items not meeting specifications is cause for removal from the list of acceptable Bidders and no payment will be made for the entire delivery,including usage. 9. SAMPLES: When requested,samples will be furnished at Bidder's expense. Requests for sample returns must be made within 30 days of the bid opening. If no return request is made, the samples will become the property of the Board. Failure to submit samples when required may result in non-acceptance of the bid. 10. SERVICE AND WARRANTY: Bidder should attach any warranties offered and explain warranties and service provided.These may not be in conflict with warranties required in the specifications. 11. ACCEPTANCE OR REJECTION: The right to accept or reject any bids or individual items in the bids and to waive irregularities in bids is reserved by the Board. 12. DETERMINATION OF BID AWARD BASIS: Unless specifically excluded by the Bidder, bid awards may be made on either a composite or a line item basis. 13. MISTAKES: In case of mathematical errors, the Bidder's unit price shall be considered the bid price. It is the Bidder's responsibility to understand the terms,conditions, and specifications of the bid.Failure to do so will be at the Bidder's risk. 14. PLACING AND ACCEPTANCE OF ORDERS:The award of this bid does not constitute an order. Before delivery is made the Bidder must receive a duly executed purchase order or contract. Acceptance by the Bidder is assumed upon issue by the Board of a duly executed purchase order or contract. Inspection and acceptance of items will be at the stated destination(s) unless otherwise provided, and title to and risk of loss or damage is the responsibility of the Bidder until acceptance by the Board. 15. ASSIGNMENT, INVOICES, AND PAYMENT: No assignment of an order or monies to be denved there from is acceptable without the prior written approval of the Board.All invoices must be submitted in triplicate to the Board with each purchase order being invoiced separately. Payment shall be made upon presentation of properly prepared invoices. Payment is generally made on the next Friday following the week in which invoicing is completed. 16. PERFORMANCE: If the Bidder refuses or is unable to make delivery within a reasonable time, the Board may hold the Bidder responsible for any damages or costs incurred by the Bidder's actions. The Board may withhold payments pending satisfactory compliance with the terms of the agreement. The Bidder shall hold and save the Board and Board employees harmless from liability of any kind in the performance of this contract. 17. CONTRACT FAILURE: Should any Contractor fail to enter into a contract with the School Board on the basis of the submitted bid by said Contractor, Contractor acknowledges that Contractor shall be liable to the School Board for the difference between such bid price and the price the School Board pays to secure the merchandise from another source. Failure to pay said amount to the School Board upon demand will result in the company being removed from the bid list for a period of not less than two (2) years from the date of infraction. 18. CONFLICT OF INTEREST: All Bidders must disclose with their bid the name of any officer, director, or agent who is also an employee of the Board. Further, all Bidders must disclose the name of any Board employee who owns,directly or indirectly,any interest of any amount in the Bidders firm or branches. 19. ATTACHMENTS: All attached sheets are a part of this bid and any Special Terms and Conditions contained therein which are in conflict with the GENERAL INSTRUCTIONS AND CONDITIONS shall have precedence. 20. ADDENDUM: Any changes in this bid shall be in the form of a written addendum by the Purchasing Director. No other person shall be authorized to make changes verbally or in writing. It shall be the responsibility of the bidder to,ascertain if any addenda have been issued and to obtain all such addenda. Any Addendum shall be returned with this bid by the Bidder. 21. EXTENSION:The Board reserves the option to extend the contract period provided the Bidder is in agreement. The request for extension shall be submitted by the Bidder in writing. 22. DISPUTES: Any person who may be adversely affected by an intended decision with respect to the award of any bid,:may protest such a decision by following the Bid Protest Procedure of the School Board of Polk County. A copy of the Procedure,which has been prepared in accordance with the provisions of the Florida Administrative Code,is available upon request and is permanently posted at the Administrative Offices of the School Board of Polk County, Florida. Failure to follow the requirements of the bid protest procedures established by the School Board of Polk County, Florida shall constitute a waiver of all protest rights. 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. 23. PREFERENCE FOR DRUG-FREE WORKPLACE: Whenever two or more bids which are equal with respect to price, quality, and service are received, preference shall be given to a bid received from a business that certifies that it has implemented a drug-free workplace program in accordance with Section 287.087, Florida Statutes. In order to receive preference, a signed certification of compliance must be submitted with the bid response. 24. AGREEMENT: This Bid and the Purchase Orders issued hereunder constitute the entire agreement between the School District and the Vendor awarded the bid. No modification of this bid shall be binding on the District or the Bidders. 25. TERMS AND CONDITIONS: No additional terms and conditions included with the bid response shall be evaluated or considered and any and all such additional terms and conditions shall have no force and effect and are inapplicable to this bid. If submitted either purposely through intent or design or inadvertently appearing separately in transmitted letters, specifications, literature, price estimates or warranties, it is understood and agreed the General Conditions and Special Terms and Conditions in this bid solicitation are the only terms and conditions applicable to this bid and the bidders authorized signature affixed to the bidder acknowledgment form attests to this. 26. PUBLIC ENTITY CRIME & CONVICTED VENDOR LIST: Per the provisions of Florida Statute 287.133 (2)(a), "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, and may not transact business with any public entity in excess of the threshold amount provided in Florida Statute 287.017 for CATEGORYTWO period fora peno d of 36 months from the date of being placed on the convicted vendor list". The prospective bidder certifies, by submission and signature of this bid, that neither the bidder, nor its principal, its agent or its representative is presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded from participation in this transaction or p p otherwise precluded by Florida Statute 287.133 from participating in this contract. 27. DISCRIMINATORY VENDOR LIST: Per the provisions of Florida Statute 287.134(2)(a), "An entity or affiliate who has been placed on the discriminatory vendor list 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, and may not transact business with any public entity." The prospective bidder certifies, by submission and signature of this bid, that neither the bidder, nor its principal,its agent or its representative is presently on the discriminatory vendor list, or otherwise precluded by Florida Statute 287.134 from participating in this contract 28. FEDERAL DEBARMENT CERTIFICATION: Certification regarding debarment, suspension, ineligibility and voluntary exclusion as required by Executive Order 12549, Debarment and Suspension, and implemented at 34 CFR,Part 85,as defined at 34 CFR Part 85,Sections 85.105 and 85.110. a.The prospective lower tier participant certifies, by submission and signature of this bid, that neither it, nor its principals, its agents or its representatives are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. b. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this bid. 29. SCRUTINIZED COMPANIES LISTS: Per the provisions of Chapter 287.135 Florida Statutes, a company that,at the time`of bidding or submitting a proposal for a new contract or renewal of an existing contract, is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List, created pursuant to s. 215.473, is ineligible for, and may not bid on, submit a proposal for, or enter into or renew a contract with an agency or local governmental entity for goods or services of$1 million or more. The company/vendor certifies by submission and signature of this bid that it is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List. Any contract for goods or services of$1 million or more may be terminated at the option of the awarding body if the company is found to have submitted false certification or been placed on either of these lists. 30. NON-COLLUSION: The bidder certifies, by submission and signature of this bid, that it warrants that he/she has not employed or retained any company or person other than a bonafide employee working solely for the bidder to solicit or secure this bid and that he/she has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bonafide employee working sole for the bidder, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from this award or making of this bid. The bidder further certifies that its bid is made without previous understanding,agreement or connection with any person, firm or corporation making a bid for the same item(s) and is in all respects fair, without outside control,collusion,fraud or otherwise illegal action. 31. SALES TO OTHER PUBLIC AGENCIES: With the consent and agreement of the successful bidder(s), purchases may be made under this bid by other public agencies within the State of Florida. Such purchases shall be governed by the same terms and conditions as stated herein. (Check where applicable): Agree to extend pricing to _ School Boards and/or _ public agencies within the State of Florida. 32. BID RESPONSES: If the bid is to be returned via express mail or in a courier envelope, the bid the bid documents should be submitted in a separate sealed envelope within the courier envelope. Express mail or courier envelopes will be opened and discarded. The face of the sealed bid envelope should have attached the label included with the bid package or noted, the Bid File Number and "Attention: Purchasing Department - Sealed Bid." If there is not going to be a bid submitted, return the "No Bid" post card, or return the Invitation to Bid, marked, "No Bid." 33. TERMINATION OF CONTRACT: This contract may be terminated without liability to the School Board in whole or in part when it is deemed to-be in the best interest of the School Board to so act. Notification of termination must be in writing and issued by the Director of Purchasing or designee. This contract may be terminated upon 30 days written notice. Further, at the discretion of the School Board, the contract may be terminated in a period of less than 30 days in the event of poor performance or violation of the terms and conditions of this contract. The School Board, upon termination, shall exercise its discretion to complete the balance of the contract consistent with the best interest of the School Board. 34. SOLICITATION OF DISTRICT`EMPLOYEES: Bidders/vendors and others involved with this bid are prohibited from making any offer of any value to any employee of the School Board who is directly or indirectly involved in the development, solicitation or evaluation and subsequent recommendation for award of this bid. SCOTT CLANTON DIRECTOR, PURCHASING AND WAREHOUSING NOTE:The Bidder Acknowledgment on Page 1 MUST be signed for your bid to be considered. Rev.Pur.03/2012 THE REMAINDER OF THIS',PAGE INTENTIONALLY LEFT BLANK. The School Board of Polk County Batteries-Automotive Bid Number 004-PLA-0714 Page 7 of 20 SPECIAL TERMS AND CONDITIONS A. GENERAL: The intent of this bid is to establish a contract between The School Board of Polk County, Florida, as lead district for the Bay Area Schools Purchasing Consortium ("BASPC") and a vendor to provide automotive batteries on an as needed basis for various member districts' transportation departments. It is anticipated that this will be a composite award to a single vendor for all items ("all or none"). Vendors must bid all items on the Bid Form and Specifications in order for their bid to be considered. All items MUST be bid on and all items offered MUST be as specified in the bid documents for bid to be considered responsive At the time of issuance the following member school districts in the BASPC have expressed a commitment to participate in this bid: DeSoto County Lee County Polk County Hillsborough County Manatee County Sarasota County Lake County Pasco County Seminole County Each member school district will be responsible for obtaining their respective School Board's approval for this bid. The awarded vendor shall establish a direct relationship with each participating district concerning the issuance of purchase orders, operational disputes, invoicing, payment and all other matters relating or referring to the participating districts noted above. B. DELIVERY: All prices must be FOB Destination and include all shipping charges to each School District's designated sites. See Attachment B for delivery locations. Vendors must be prepared and able to ship products to all participating consortium member School Districts as indicated on their purchase orders. Bids that do not include delivery to all locations will be considered non-responsive. C. FLORIDA VENDOR- PREFERENCE: Pursuant to §287.084 Florida Statute, award recommendations shall make appropriate adjustments to pricing when considering bids from vendors having a principal place of business outside the State of Florida. All vendors must complete and submit a-Bidder's Statement of Principal Place of Business (see Attachment A, page 18) with the response to this solicitation. Failure to _ comply shall render•a- bid or proposal non-responsive to the terms of this solicitation. Refer to: http://www.leg.state.fl.us/Statutes/index.cfm?App_mode=Display_Statute&Search_String=&URL=0200- 0299/0287/Sections/0287.084 html for additional information regarding this Statute. Vendors who have previously submitted a completed Bidder's Statement of Principal Place of Business, containing the required,information in Attachment A, to another agency within the State of Florida may elect to provide a copy of that statement rather than submit a new one. The previously submitted statement must have been completed within the past 12 months and contain current information in order to be considered. D. BID OPENING: All responses to this sealed bid are subject to release as public records consistent with Chapter 119 Florida Statutes. Sealed bids will be received and publicly opened. Only names of respondents will be read at bid openings. Pricing and other contents of bid responses will not be disclosed at bid openings. Reference Section 119.071(1)(b), F.S. and Section 286.0113, F.S. E. PRE-BID CONFERENCE: A non-mandatory pre-bid conference will be held in the Purchasing Department Conference Room at the District office, 1915 S. Floral Avenue, Bartow, Florida, on Monday, July 22, 2013 at 10:00 a.m.. Prospective bidders are encouraged to attend this conference and to bring any questions in writing. Compose questions on paper, ask your questions at the pre-bid conference and give the facilitator a written copy of your questions. Please write each question that you will ask on a separate page indicating the bid page number and section to which the question refers. If possible, The School Board of Polk County Batteries-Automotive Bid Number 004-PLA-0714 Page 8 of 20 answers to all questions timely received will be provided verbally at the conference; however, final and controlling answers will be provided in writing by Addendum to the bid (see Section 3.3). Written questions from potential bidders will be accepted by mail, facsimile or email addressed to the attention of Lynn Adams at School Board of Polk County, 1915 S. Floral Avenue, Bartow, FL 33830; facsimile 863-534-0802 or email at Ivnn.adams@polk-fl.net. All written questions must be received by the District's Purchasing Department no later than Monday, July 22, 2013, 5:00 p.m. Telephone inquiries will not be accepted, nor will answers be provided by telephone. It is the sole responsibility of the bidder at their own risk to ensure that written questions, however submitted, will be received by the deadline indicated above. Any and all written questions received will be compiled and official responses will be developed by appropriate District employees. F. OFFICIAL RESPONSES: On or about Tuesday, July 23, 2013, the District will issue responses to the compilation of all written questions timely received. Responses will be posted (as an addendum) to the same website where this bid is posted at http://www.polk- fl net/community/doinabusinesswithus/purchasing/default.htm. G. ADDENDA: It shall be the responsibility of each responding bidder to check The School Board of Polk County Purchasing Department website, http://www.polk- fl.net/community/doinabusinesswithus/purchasina/default.htm, to ensure receipt of all addenda. H. GENERAL SPECIFICATIONS FOR CALCIUM LEAD, ELECTRIC,WET CHARGE BATTERIES: i) Specifications are intended to cover 6-volt, 8-volt and 12-volt wet charge batteries of the calcium lead type for use primarily in motor vehicles and construction machinery for starting, lighting and ignition. Wet charge batteries will be fully charged and delivered with the specific gravity no lower than 1.230 and no higher than 1.270. All batteries bid shall be considered low maintenance or maintenance free by current standards. Bids will be accepted only on:electric, wet charge batteries-meeting the minimum cold cranking amps as listed on the Bid Form and Specifications. For items 25 and 26, batteries bid must meet the minimumfreserve capacity at 75 amps. ii) All batteries delivered must be new and guaranteed to meet the requirements and specifications of this bid. iii) Each battery to be furnished under these specifications shall be clearly marked with the manufacturer's (or distributor's) name, the model or BCI group number, and the minimum cold cranking amps (CCA). iv) The minimum warranty shall be 100% replacement for 12 months from installation date. Should the battery fail after the 12 month warranty period, adjustments will be determined by using the awarded unit price divided by the total warranty period. The District shall receive a credit for the remaining months of\warranty. Adjustments must be handled promptly. Contractor shall clearly indicate the warranty adjustment on the credit. The warranty will begin when the battery is installed in the vehicle. The warranty period will be considered in the evaluation The District reserves the right to negotiate final warranty terms with the awarded vendor. v) Batteries submitted for adjustment will be assembled at the school bus garage, where they may be inspected by the supplier's representative who shall have full authority to make all adjustment decisions on the spot Full attempts will be made to recharge batteries before any adjustment request is submitted. vi) Products that are deemed inferior, of poor quality, or unacceptable by representatives of the District shall be returned at no cost to the District and must be replaced within 24 hours from time of The School Board of Polk County Batteries-Automotive Bid Number 004-PLA-0714 Page 9 of 20 notice of unacceptability with an acceptable product. Consistent shipment of unacceptable product will result in immediate termination of this contract. vii) The batteries offered for Items 1-24 on the Bid Form and Specifications must be listed according to cold cranking amperage (CCA) at 0° F. Items 25 and 26 must be listed according to minimum reserve capacity at 75 amps. viii) Most batteries will be purchased on an exchange basis. In the event that there is no core exchange, a core charge as shown on the Bid Form and Specifications may apply. Core charge is for informational purposes and will not be considered in the tabulation. ix) There will be a minimum of batteries stocked by the School Board of Polk County at each of the three school bus garage locations. The two School Board Technical Centers may also wish to purchase batteries from this bid (see Delivery Locations-Attachment B).The stockroom manager will determine the type and number of batteries to be stocked. x) The successful bidder must call on the stockroom manager and service the stock batteries weekly; replacing, servicing and adjusting batteries at the time of call. Batteries that have been in stock for a period of 90 days and have not been used must be picked up by the vendor and replaced with a new battery at vendor's expense. The submitting of a bid by any vendor will be considered a guarantee that this schedule will be carried out. xi) All spent batteries shall be collected in a timely manner by the awarded vendor and disposed of in a manner consistent with all applicable regulatory agency guidelines. I. SUBMITTALS: To qualify under the specifications, a battery must be identifiable as a model currently being marketed to the general public, must'be listed and fully described in the most recent catalog data sheets of the manufacturer or distributor and must be serviceable. In order to be considered for award of this bid, the bidder should provide the submittal listed in item 1 below with the bid response: 1.The manufacturer's or distributor's printed specification sheets listing batteries by model number as bid shall accompany each submittal. This listing shall be in its original printed form, free from all alterations,erasures or strikeovers. After bid opening the District reserves the right to request the required submittal listed in item 1 should bidder not return this submittal with the bid response. Furthermore, the District reserves the right to request additional clarification of any item submitted by the bidder in response to this Invitation to Bid. Any requested information must be received by the District's Purchasing Department within two (2) days after the date of the request for the information.Saturdays, Sundays and School Board Holidays shall be excluded from the two (2) day time period provided by this paragraph.The request for information shall be in writing and will be sent via email or fax. J. SPECIAL FEES: The Florida Pollution Assessment fee of $1.50 per battery shall not be included in the vendor's bid price, but may be added to each invoice at time of battery sale.Should this fee change or any new fees be added during the bid period, as imposed by an approved regulatory agency, the new fees will be considered for inclusion on invoices at the time the change(s) became effective. Any fee changes or additions as described above must be approved in advance by the School Board Purchasing Director. K. Bidders shall use the Bid Form and Specifications furnished in this bid document, entering information only in the spaces where a response is requested. Any modifications or alterations to the original bid documents by the bidder,whether intentional or otherwise,will constitute grounds for rejection of a bid. The School Board of Polk County Batteries-Automotive Bid Number 004-PLA-0714 Page 10 of 20 L. AWARD OF CONTRACT: 1. The District reserves the right to reject any or all bids and to waive any informalities or irregularities in any bids received. The District reserves the right to negotiate final warranty terms with the awarded vendor. Failure to satisfactorily perform current or past contracts may result in the rejection of a bid as non-responsible. 2. It is anticipated there will be a recommendation for award of contract based on the lowest total composite (all or none) bid price received from a responsive and responsible bidder. The total composite (all or none) bid price for each submitted bid is calculated as follows: ❖ The line item extended price for each item numberis calculated by multiplying the bidder's unit price each by the estimated quantity for each item number in the BID FORM & SPECIFICATIONS. For example, item number 1 unit price multiplied by the estimated quantity equals line item number 1 extended price.This process will be repeated for all item numbers. ❖ Bidder's total composite (all or none) bid price is calculated by summing the item number extended prices for Item Number 1 through Item Number 26 on the Bid Form and Specifications. M. INSURANCE: The contractor(s) shall take every precaution to prevent injury to persons, particularly children, or damage to public or private property while performing services under this agreement. He shall assume full responsibility for such occurrences if resulting from his operations. Before commencing work, the contractor shall furnish the School Board a certificate of insurance and endorsement page (for commercial general liability) showing his coverage with the following minimum requirements: TYPE OF INSURANCE LIMITS OF LIABILITY WORKER'S COMPENSATION STATUTORY COMMERCIAL GENERAL LIABILITY COMBINED SINGLE LIMIT $1,000,000 PER OCCURRENCE AUTOMOBILE LIABILITY $1,000,000 COMBINED SINGLE LIMIT (ALL OWNED AUTOS, OR ANY AUTO IF VEHICLES OTHER THAN OWNED ARE USED). 1. The School Board of Polk County shall be named as a certificate holder and additional insured on the certificate for commercial general liability insurance and as a certificate holder for automobile liability insurance. All insurance must be issued by a company or companies approved by the school board. 2. The VENDOR shall be responsible for assuring that the insurance remains in force for the duration of the contractual period, including any and all option years that may be granted to the VENDOR. A Certificate of Insurance shall contain the provision that the SBPC LOCATION be given no less than thirty (30) days written notice of cancellation. If the insurance is scheduled to expire during the contractual period, the VENDOR shall be responsible for submitting any new or renewed Certificate of Insurance at a minimum of fifteen calendar days in advance of such expiration. N. COMPLIANCE WITH THE JESSICA LUNSFORD ACT: Florida Statutes contain certain fingerprinting and/or screening requirements pertaining to all persons or entities entering into contracts with Schools/School Boards/School Districts/Charter Schools who may have personnel who will be on school grounds when students may be present. Any individual who fails to meet the statutory requirements shall not be allowed on school grounds. Failure to comply with the statutory requirements will be considered a material default of this contract/agreement. Please visit http://www.polk- fl.net/community/doinabusinesswithus/iessicalunsfordact.htm for a list of links to requirements regarding the Jessica Lunsford Act. The School Board of Polk County Batteries-Automotive Bid Number 004-PLA-0714 Page 11 of 20 O. FAMILIARITY WITH LAWS: The awarded vendor is required to be familiar with all Federal, State, and local laws, ordinances, rules and regulations that may in any manner affect their work. Failure on the part of the vendor to be aware of any law, ordinance, rule or regulation will in no way relieve him from any responsibility or liability arising from the contract award. The awarded vendor assures and certifies that they will comply with all laws,ordinances, rules, regulations, and all other legal requirements. P. USE OF OTHER CONTRACTS: The School Board reserves the right to utilize any other District contract, any State of Florida Contract, any contract awarded by any other city or county governmental agencies, any other school board, or any other community college/state university system cooperative bid agreement, in lieu of any offer received or award made as a result of this bid, if it is in its best interest to do so. The School Board also reserves the right to separately bid any single order or to purchase any item on this bid if it is in its best interest to do so. Q. ESTIMATED QUANTITIES: The estimated quantity of batteries listed on the Bid Form and Specifications is provided based upon the information received from the participating districts listed in Section A. Estimated quantities are made available for the benefit of the bidder and for purposes of tabulation and evaluation. Estimated quantities for each item are the aggregate of any/all participating districts for each item and are not to be considered a guarantee of a specified purchase volume. Not every item listed in the Bid Form and Specifications will be purchased by all participating districts. R. LINE ITEM CORRECTIONS:The use of correction fluid/tape or erasures to correct line item bid prices and/or quantities are not acceptable. Corrections must be by strikethrough (s h) of the incorrect figures, writing in of correct figures and initialing of the corrections by the originator. Correction fluid/tape or erasure corrected bids will be considered non-responsive for the corrected items only. When a bid award is contemplated as an "all or none" or composite award, the use of correction fluid, correction tape or erasure to correct bid pncing on any line item bid price will result in the entire bid declared non-responsive. S. ADDITIONAL PURCHASES: The School Board of Polk County also reserves the right to issue additional purchase orders on bid prices for immediate delivery through the effective date of the bid. T. PAYMENT: Payment will be made after the goods/services from the awarded vendor have been received/completed; inspected and found to comply with bid specifications, free of damage or defect; and a properly billed invoice is received in the district's Accounting/Finance Department (typically net 30). U. RESTRICTIONS ON CONTACTING THE DISTRICT: Upon the issuance of this Invitation to Bid, all contact with the District must be made through the designated contact person listed in page 1 of this Invitation to Bid. Potential Bidders must limit communication with the designated contact to the means specified in this Invitation to Bid. Other District employees and representatives of the District are instructed not to answer questions regarding the bid or otherwise discuss the contents of the bid with potential bidders or their representatives. Any contacts made with other District employees or representatives of the District will be reported to the Purchasing Department. Potential Bidders shall not, under the penalty of law, offer any gratuities, favors or anything of monetary value to any officer or employee of the District or representative of the District in connection with this competitive procurement. V. LOBBYING: Bidders/vendors are hereby advised that lobbying is not permitted with any district personnel, representatives of the District, Board Members related to or involved with this Invitation to Bid. All inquiries must be directed through the Purchasing Department contact listed on Page 1 of this Invitation to Bid. The School Board of Polk County Batteries-Automotive Bid Number 004-PLA-0714 Page 12 of 20 Lobbying is defined as any action taken by an individual, firm, association, venture, partnership, syndicate, corporation, and all other groups who seek to influence the governmental decision of a Board Member, district personnel, and representatives of the District on the award of this contract. Any bidder or any individuals that lobby on behalf of bidder will result in rejection/disqualification of said bid. W. REQUEST FOR BID INFORMATION AND RELATED DATA: Requests for information relating to bids in process will be addressed without delay when such information has a material effect on the completion of your bid response. Every effort will be made to supply other requested information of a less critical nature, such as, lists of vendors solicited, pre-bid conference attendees, individuals picking up plans and specifications, historical bid data or tabulations within (48) hours from receipt of a request. Vendors are welcome to visit our offices to obtain the information in person, but we respectfully request that you notify the buyer in advance at the telephone number listed on the Invitation to Bid`form so that they might have ample opportunity to compile the information for you before you arrive. If you have Internet access, visit our Web site @ www.polk-fl net/purchasinq to obtain: ❖ A copy of a bid packet for a contract or project currently out for bid ❖ A listing of all term and recurring contracts awarded by the School Board of Polk County, FL currently in force. ❖ A copy of any addenda issued to current bids in process NOTE: It is the bidders responsibility to check our Web site frequently for updated information. ❖ A copy of a Vendor Application Form ❖ A copy of our Commodity List which will, when properly completed and returned to Purchasing, enable us to notify you of future bids ❖ A listing of departmental personnel,with job titles, phone numbers and email addresses THE SCHOOL BOARD OF POLK COUNTY, FLORIDA P.O.BOX 391 1915 SOUTH FLORAL AVENUE BARTOW, FLORIDA 33831-0391 BARTOW, FLORIDA 33830-7124 INVITATION TO BID Bid Title Batteries-Automotive Bid File Number 004-PLA-0714 Posted 7/10/13 Sealed bids will be received until 3:00 PM on July 30,2013 in the School Board Purchasing Office at the above address.The official clock for the purpose of receiving bids is located in the Purchasing Office. All bids must be date and time stamped by the official clock. Bids will be opened in the Purchasing Offices after the deadline for receiving bids. Any bid received in Purchasing after the deadline indicated above will be date and time stamped and will not be opened. It is vendors' responsibility to see that their bids are properly received at the correct location prior to the deadline. Your bid must be on this form with the Bidder Acknowledgment completed. Inquiries on this bid should be addressed to: Lynn Adams telephone 863-534-0563 , FAX 863-534-0802 , E-Mail Lynn.Adams@polk-fl.net BIDDER ACKNOWLEDGMENT The undersigned, having carefully examined the "Invitation to Bid" with any attached "Special Terms and Conditions" agrees to abide by all conditions of the bid and offers to furnish the items or services as set forth. I further certify that I am authorized to sign this bid. &4Ir2t-/ (A SJA , Lc.. eg® =4,Mi.e . '-/ VENCIDR NAME M ADDRESS u Es P -Mess P k F 33 'o Pfi PW E SI / /16ITL CITY,S ZIP 13 ( WRI?,ENGNAlUgg3 DATE gb3 666-56D+ P NE NUMBER = RE , F AVAILABLE) FAX NUMBER c,�0 t.Wer.'r%•-~ = er7 Ltso..Gvwn -/£f$$Go E-MAIL ADDRESS FEID NUMBER *NOTE: THE ABOVE BIDDER ACKNOWLEDGMENT MUST BE SIGNED FOR YOUR BID TO BE ACCEPTED. GENERAL INSTRUCTIONS AND CONDITIONS 1. CONTRACT PERIOD: Bids that do not offer prices good until the following date will not be accepted: 8/31/2014 .Contract(s) awarded from this bid will begin on 8/14/2013 and will run through 8/31/2014 . 2. F.O.B. DELIVERY POINT: All prices bid must include delivery charges to stated destination(s) as follows: See Attachment B for delivery locations. 3. POSTING OF BID AWARDS: Recommended award of this bid will be posted at the School Board Administrative Offices and on the Purchasing Department's website at httio://www net/community/doingbusinesswithus/purchasinq[default him on or about August 5, 2013 and will remain posted for a period of at least 72 hours. Bid tabulations will not be mailed. Bid files and tabulations may be examined during normal working hours. 4. PRICES AND TAXES: All prices are normally fixed for the duration of the contract period. Fluctuating or adjustable paces are only acceptable if so stated in the Special Terms and Conditions". The School Board is exempt from State sales and use taxes and Federal excise taxes. (State Exemption No.85-8013927632C-8) ATTACHMENT A BIDDER'S STATEMENT OF PRINCIPAL PLACE OF BUSINESS (To be completed by each Bidder) Name of bidder RA-4, as4 , Zic. Identify the state in which the bidder has its principal place of business- ,DA2/GT'/¢ INSTRUCTIONS: IF your principal place of business above is located within the State of Florida,provide the information as indicated above and return this form with your bid response. No further action is required. IF your principal place of business is outside of the State of Florida, the following must be completed by an attorney and returned with your bid response. Failure to comply shall be considered to be non-responsive to the terms of this solicitation. OPINION OF OUT-OF-STATE BIDDER'S ATTORNEY ON BIDDING PREFERENCES (To be completed by-the Attorney for an Out-of-State Bidder) NOTICE: Section 287.084(2),Fla. Stat.,provides that"a vendor whose principal place of business is outside this state must accompany any written bid,proposal,or reply documents with a written opinion of an attorney at law licensed to practice law in that foreign state,as to the preferences, if any or none,granted by the law of that state dor political subdivision thereof] to its own business entities whose principal places of business are in that foreign state in the letting of any or all public contracts." See also:Section 287.084(1),Fla.Stat. LEGAL OPINION ABOUT STATE BIDDING PREFERENCES (Please Select One) The bidder's principal place of business is in the State of Rae(din. and it is my legal opinion that the laws of that state do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that state. The bidder's principal place of business is in the State of and it is my legal opinion that the laws of that state grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that state: [Please describe applicable preference(s)and identify applicable state law(s)]: LEGAL OPINION ABOUT POLITICAL SUBDIVISION BIDDING PREFERENCES (Please Select One) I/ V The bidder's principal place of business is in the political subdivision of Al/l� 1 F d it is my legal opinion that the laws of that political subdivision do not grant a preference in the letting of any or all P the contracts to business entities whose principal places of business are in that political subdivision. The bidder's principal place of business is in the political subdivision of and it is my legal opinion that the laws of that political subdivision grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision: [Please describe applicable preference(s)and identify applicable authority granting the preference(s)]: Signature of out-of-state bidder's attorney Printed name of out-of-state bidder's attorney- Address ttorneyAddress of out-of-state bidder's attorney Telephone Number of out-of-state bidder's attorney ( ) - Email address of out-of-state bidder's attorney Attorney's states of bar admission. ATTACHMENT B Delivery Locations: Desoto County Schools 530 LaSolona Ave. Arcadia, FL 34266 Hillsborough County Schools Vehicle Maintenance 9455 Harney Rd. 2909 N. 40th St. Thonotosassa, FL 33592 Tampa, FL, 33605 Lake County Schools Bus Lot South Transportation Department 930 Parkwood Street 20265 N Hwy 27 Groveland, FL 34736 Clermont, FL 34711 Lee County Schools Transportation Central Transportation-Mid-South 3234 Canal St. 14701 Ben C.Pratt/Six Mile Cypress Parkway Fort Myers, FL 33916 Fort Myers, FL 33912 Transportation West Transportation Leonard Depot 450 NW 14th Avenue 301 Leonard Blvd. Cape Coral, FL 33909 Lehigh Acres, FL 33971 Transportation East 3291 Buckingham Rd. Ft.Myers, FL 33905 Manatee County Schools Vehicle Maintenance Department 1 Matzke Way Bradenton, FL 34208 Pasco County Schools small engine shop: See the link below: Pasco High School http://www.pasco.k12.fl.us/transportation/compounds/ 36850 State Road 52 Dade City, FL 33525 Polk County Schools The following locations may wish to make purchases Bartow Bus Service Center from this bid: 1430 Highway 60 E. Ridge Career Center Bartow, Florida 33830 7700 State Road 544 Winter Haven,33881 Lakeland Bus Service Center 4725 Saddle Creek Road Traviss Career Center Lakeland, Florida 33823 3225 Winter Lake Road Lakeland,33803 Lake Wales Bus Service Center 4030 Sgt Mary Campbell Way Lake Wales, Florida 33859 SarasotaCounty Schools Transportation Department 301 Old Venice Road Osprey, FL 34229 Seminole County Schools Midway Hub Transportation 2310 E.SR46 822 E.SR434 Sanford, FL 32771 Winter Springs, FL 32708 EXHIBIT B The School Board of Polk County Batteries-Automotive Bid Number 004-PLA-0714 Page 13 of 20 BID FORM AND SPECIFICATIONS The battenes offered are guaranteed to meet the specifications outlined in this bid The bid award will be a composite award to one vendor For your bid to be considered, all items MUST be bid on and all items offered MUST be as specified in the bid document, includina but not limited to the required minimum (min.) cold crankina amps(CCA)@ 0° F. Items 25 and 26 must be offered at the required minimum reserve capacity at 75 amps. Do not leave any unit pnce blank or mark as "no bid" Do not bid'an item if it is not as specified Doing so will be cause for your entire bid to be rejected as non-responsive Make any corrections to bid pricing as outlined in Section R Bids that do not include delivery to all locations will be considered non-responsive. The minimum warranty shall be 100%replacement for 12 months from installation date Should the battery fail after the 12 month warranty period, adjustments will be determined by using the awarded unit price divided by the extended warranty penod The District shall receive a credit tor the remaining months of warranty Contractor shall clearly indicate the warranty adjustment on the credit The warranty will begin when the battery is installed in the vehicle The warranty period will be considered in the evaluation The District reserves the right to negotiate final extended warranty terms with the awarded vendor Complete the following table by providing the following for each battery: Actual Cold Cranking Amps (must be at least the required minimum CCA @ 0° F; (items 25 and 26 must be at least the required minimum reserve capacity at 75 amps.)as listed), Reserve Capacity Minutes, Unit Price Each, Extended price, Core Charge if No Battery Exchanged, Manufacturer/Distributor and Model or Type Bid and Extended Warranty Period if other than suggested minimum extended warranty period(months). *Required ' - Min. Cold Actual Extended Cranking Cold Price(Est. Core Est.Qty. BCI Amps Cranking I Reserve quantity x Charge if No of Group (CCA)@ Amps Capacity Unit Price unit price Battery Item# Batteries No. Volts 00 F _ (CCA) Minutes Each each) Exchanged ) 6 22F 12 415 - ` ).5 b5— - $ (to-0o $a4o.6o $ 9a-5o Manufacturer/Distributor Suggested Minimum Extended Warranty and Model or type Bid: 335 N �'I + /84401 USA .,59.21)1Y' Extended Warranty Penod if other than Penoa(months) 12 minimum(months) Delivery location for est. qty.: Pasco-6 2 84 24 12 525 5A5 " 90 $ .36-Do $ 3odi,00 $ ta-5o Manufacturer/Distributor Suggested Minimum Extended Warranty and Model or Type Bid" ApeRd ole./Bf USA .4(0/025/A Extended Warranty Penod if other than , Penod(months) 36 minimum fnonths) Delive locations for est. it : Polk-10; Lake-4, Lee-70 Oa.beee 3 4 24 12 675 7 - 0'0 $ V-oo $ Q 7oIoo $ (A.5o So Manufacturer/Distributor ........ Suggested Minimum Extended Warranty and Model or Type Bid. cct/ 4tQ2J184.' UM Pig 1CAMA Extended Warranty Period if other than Period(months) 36 minimum Uponths) Delivery location for est. qty Manatee-4 P. -Ce"" 4 20 24F 12 525 5,9,5 90 I $ 36-0o i $7,' Q.co $ (a.-5o , Manufacturer/Distributor Suggested Minimum Extended Warranty and Model or Type Bid /.j ' Ot, p f 0 US A ,� • Extended Warranty Penod if other than Period(months) 36 minim m onths) Delivery locations for est. qty.: Polk-8, Lee-5; Seminole-7 ' . Wei& The School Board of Polk County Batteries-Automotive Bid Number 004-PLA-0714 Page 14 of 20 "Required Min.Cold Actual Extended Cranking Cold Price (Est. Core Est.Qty. BCI Amps Cranking Reserve quantity x Charge if of Group (CCA)@ Amps Capacity ffYUnit Price unit price No Battery item# Batteries No. Volts 0°F (CCA) Minutes Each each) Exchanged 5 17 27 12 605 ?coo /go $ Vg.00 $ $'/ .()O $ /;.5-0 Manufacturer/Distributor /D, (� Suggested Minimum Extended Warranty and Model or Type Bid: Supe ® /�1 ditty (4 4 el-vii/o174$4 Extended Warranty Period if other than !! Period(months) 36 minimum months)• Delivery locations for est. qty.: Polk-3; Hillsborough-14 001 6 11 27 12 700 70o /0/0 $ ge.o0 $ 5;98 op $ Ict513 Manufacturer/Distributor ,��p rip Suggested Minimum Extended Warranty and Model or Type Bid: .,5c4p,> ud021_13 6r'11z��OA .2-7104fIp�.7/fit Extended Warranty Penod if other than da Penod(months) 36 - minimum(months). ( Delivery location for est.qty.: Manatee-6; Lee-5 , . l Ali 7 3 27F 12 605 ' 700 I.1-0 $ Vg,00 $ lyt, .00 $ IaSo Manufacturer/Distributor ,. r� Suggested Minimum Extended Warranty and Model or Type Bid: .�t�421cr�..7/R4110 la" 7 Extended Warranty Period if other than Penod(months)* 36 minimum(months): Delivery location for est. qty.: Polk-3 I a Ret 8 83 58 12 520 550 90 $ 7/A0 $3.34).00 $ 14150 Manufacturer/Distributor Suggested Minimum Extended Warranty and Model or Type Bid: 4D&Ip-erzi0R1814' 7USA 642/5"8QA Extended Warranty Penod if other than Penodmonths . 36 minimum ( ) (months)* Delivery locations for est.qty.: Polk-2;Hillsborough-11;Lee-15;Sarasota-55 Id- Flab 9 237 65 12 650 650 ic10 $ #11,00 $/0,L08.001 $ Ic2So Manufacturer/Distributor Suggested Minimum Extended Warranty and Model or Type Bid: . 1.-99e4100/684-116/IIS A 6em/66.0 Extended Warranty Penod if other than Penod(months): 36 minimum j months) Delivery locations for est.qty.: Polk-5;Lee-75;Hillsborough-90;Desoto-l0; lel- ^' Manatee-24;Lake-25;Seminole-8 10 68 75 12 630 450 1 to $ 1/6'.v0 $ 3obo•oC $ i.2.50 Manufacturer/Distributor //������ Suggested Minimum Extended Warranty and Model or Type Bid: JQ/hi- ��did- Extended Warranty Penod if other than Penod(months) 36 minimum(, nths). Delivery locations for est. qty.: Polk-22; Lake-20; Hillsborough-1; Lee-10; O`frdte Manatee-10;Seminole-5 11 2 4DLT 12 850 cO oitfO $ 79. 0 $ Ise.00 $3,,5® Manufacturer/Distributor ��DSuggested Minimum v Extended Warranty and Model or Type Bid: kf SY 77eMv AMA P./4 g 9yi• / Extended Warranty Penod if other than 1 Penod(months). 24 minimum(months) Delivery locations for est.qty.: Polk-2 12 2675 31S 12 750 CJ;5Leeq $ 6y.oo $1p.11/5,0,00 ,g.7J Manufacturer/Distributork e'/�(( Suggested Minimum Extended Warranty and Model or Type Bid: _ PZIOA. �kl4 AC/21/3/48S Extended Warranty Period if other than dd"" Penod(months). 24 minimum(months) - Delivery locations for est.qty.: Polk-600; Lee-1075; Lake-300; Pasco-375; (o 1 ee. Sarasota-325 The School Board of Polk County Batteries-Automotive Bid Number 004-PLA-0714 Page 15 of 20 *Required Min. Cold Actual Extended Cranking Cold Price(Est. Core Est.Qty. BCI Amps Cranking Reserve quantity x Charge if of Group (CCA)@ Amps Capacity Unit Price unit price No Battery Item# Batteries No. Volts 0°F (CCA) Minutes Each each) ,�Exchanged 13 2820 31S 12 1000 /000 av0 $Sb'. $®63, 60.cog1 P.7s Manufacturer/Distributor , Suggested Minimum Extended Warranty and Model or Type Bid: 5t;4ft'2rurt IV S hiD3 345 Extended Warranty Penod if other than Period(months) 30 minimum(months) Delivery locations for est.qty.: Polk-300; Manatee-100; Desoto-,20; (p Ref, Hillsborouh-2000;Seminole-400 14 5 34 12 600660015 $ `fb•oo $a3o-6o $ pa-so Manufacturer/Distributor �{- '/(d Suggested Minimum Extended Warranty and Model or Type Bid: ru1pQ/1/02/�/1Tl✓l/ 1 345/.3Yit Extended Warranty Penod if other than Penod(months) 36 minimum(months) Delivery locations for est.qty.: Polk-5 15 10 45 12 450 tiles 65 $ o $ .00 $ 161.0 Manufacturer/Distributor Suggested Minimum Extended Warranty and Model or Type Bid: :r1 NN a et ' A 5 _ MNY i. • Extended Warranty Period if other than Penod(months) 36 minimum(months) Delivery locations for est.qty.: Pasco-10 16 5 48 12 615 (50 110 $ I-rip $015c,u0 $ lotS0 Manufacturer/Distributor • Suggested Minimum Extended Warranty and Model or Type Bid: • /2/1' USA VX7'($B Extended Warranty Penod if other than Penod(months): 36 minimum(months) Delivery locations for est.qty.: Polk-5 17 9 49 ' 12 850 goo 1:5 $ 6240 $ 73g. o $ 1oi-5?a Manufacturer/DistributorSuggested Minimum Extended Warranty and Model or Type Bid: "RR�:Illif/ /�WA' 6 F//t94 Extended Warranty Period if other than Penod(months) 36 minimum(months) Delivery locations for est.qty.: Polk-5; Hillsborough-4 18 62 78 12 700 70 130 $ 6-040 $3/00•o0 $ 1 a-Q' Manufacturer/Distributor1 Suggested Minimum Extended Warranty and Model or Type Bid: ��� i Ur 140 74.01-77164- Extended Warranty Period if other than Penod(months) 36 minimum(months). Delivery locations for est. qty.: Polk-30; Manatee-7; Lee-20;Seminole-5 19 70 U 1 LH 12 ' 235 - albs" .16— $ 62/-00 $1170.00 $ 4.c1.5- Manufacturer/Distnbutor Suggested Minimum Extended Warranty and Model or Type Bid:.b€4,0040--4/84,116e7 I l uG laq ry Extended Warranty Period if other than Penod(months) 12 minimum(months) Delivery locations for est.qty.: Manatee-70 The School Board of Polk County Batteries-Automotive Bid Number 004-PLA-0714 Page 16 of 20 *Required Min.Cold Actual Extended Cranking Cold Price (Est. Core Est.Qty. BCI Amps Cranking Reserve quantity x Charge if of Group (CCA)(0 Amps Capacity Unit Price unit price No Battery Item# Batteries No. Volts 0°F (CCA) Minutes Each each) Exchanged 20 15 8D 12 1300 Noo 43o $91 y.00 $ 17Io.0o $ 50.oD Manufacturer/Distributor �A � ;) /;� 1� r� Suggested Minimum Extended Warranty and Model or Type Bid: �i�t51� remv 644 UJIl ft14If Extended Warranty Penod if other than Penod(months) 30 minimum r(„�onths) Delivery locations for est.qty.: Manatee-15 -f - 21 10 70 12 525 51f0 *0 $ 31.00 $3550,o0 $ I d•5v Manufacturer/Distributor�r �������@�� �� ��F y� Suggested Minimum Extended Warranty and Model or Type Bid: / Extended Warranty Penod if other than Period(months) 36 minimum.(months)• Delivery locations for est.qty.: Lee-10 (ae-2ee 22 34 58R 12 580 6130 8� $ '17.00 $11598,00 $ (),Sa Manufacturer/Distributor ��",� f� ( /�A Suggested Minimum Extended Warranty and Model or Type Bid: FA-s 7C limy us4 6691 yiF/ow Extended Warranty Penod if other than Period(months) 36 mm1rgm onths): Delivery locations for est.qty.: Lee-20; Hillsborough-14 23 83 34/78 12 ' 65070o /DO $ $SQ,o 17 $ at450-00 $ 00150 Manufacturer/Distributor ® 1� 'p( Suggested Minimum Extended Warranty and Model or Type Bid: 5L4.pe12104to eQ•y US* MN/Uri/„ Extended Warranty Penod if other than / ii Period(months): 36 minimum(rponths)• Delivery locations for est. qty.: Hillsborough-73;Seminole-10 10'- reee 24 15 59 _ 12 590 6.?0 40 $ W.00 _ $ 735.00 $ La SD, Manufacturer/Distributor �w ( Suggested Minimum Extended Warranty And Model or Type Bid: E/c''T Pep 644h 7US l Nff/5°104 Extended Warranty Period if other than Period(months) 36 minimum4-nonths). Delivery locations for est. qty.: Lee-15 (Ig. 1-fZee v 'Required :1",:i7,,,.F:,-� Extended Minimum { Price(Est. Core Est. Qty BCI Reserve - - Actual quantity x Charge if of Group Capacity @ 7 _ Reserve Unit Price unit price No Battery Item# Batteries No. Volts 75 amps. ` L2 Capacity Each each) Exchanged r Z I -_: mins. 115 mins. @ _ = @ 75 ® p 25 340 GC2 6 75 amps. �r,„ _`_;r_ amps. $ 103.00 soli tio c 1875 •75 Manufacturer/Distributor1� Suggested Minimum Extended Warranty And Model or Type Bid: S' aattr�2 /B,q.4ere-j (4R ai10v Extended Warronty Penod if other than Penod(months) 12 minimum months) Delivery locations for est. qty.: Polk-95; Lee-35; Pasco-210 The School Board of Polk County Batteries-Automotive Bid Number 004-PLA-0714 Page 17 of 20 *Required Extended Minimum ;:_:__ Price(Est. Core Est.Qty BCI Reserve = Actual quantity x Charge if of Group Capacity @ �_ Reserve Unit Price unit price No Battery Item# Batteries No. Volts 75 amps. ___ Capacity Each each) Exchanged 95 mins 85 mins.@ - r @75 26 15 GC8 8 75 amps. = amps. $ 964,00 $ J411o•0o $ ig•75 Manufacturer/Distributor *1 uJ`� ^V��� Suggested Minimum Extended Warranty And Model or Type Bid: NN Extended Warranty Period if other than Penod(months) 12 minimum onths) Delivery locations for est.qty.: Polk-15 TOTAL COMPOSITE for Items 1-26 343,x-76.00 (total of extended prices for items 1-26) *AII items MUST be bid on and all items offered MUST be as specified in the bid form and specifications, including but not limited to the required minimum (min.) cold cranking amps (CCA)CO 0° F or for items 25 and 26. the required minimum reserve capacity @ 75 amps for your bid to be considered responsive. Bids for items that do not meet the specifications, including but not limited to the required minimum (min.) cold cranking amps (CCA) @ 0° F and/or the required minimum reserve capacity @ 75 amps listed for each line item will be rejected as non-responsive. Did you remember to: ✓ Complete the table above by providing the following for each battery Actual Cold Cranking Amps, Reserve Capacity Minutes, Unit Price Each, Extended price, Core Charge if No Battery Exchanged, Manufacturer/Distributor and Model or Type Bid and Extended Warranty Period if other than suaaested minimum extended warranty period (months). ✓ Sign the "Bidder's Acknowledgment" section on Page 1 of our "Invitation to Bid'. Return the original of the Invitation to Bid and retain a photocopy for your files. ✓ Complete and submit the Bidder's Statement of Principal Place of Business (see Attachment A on the next page). ✓ Include submittals as required in the bid (see Section I on page 9).