Loading...
Contract 2018-63 AGREEMENT FOR ATHLETIC FIELD AND PARKING LOT LIGHTING THIS AGREEMENT, is made and entered into this D day of Se be CLERMONT, FLORIDA, a munici al corporation 2018, by and between the CITY OF under the laws of the State of Florida whose address is: 685 W. Montrose Street,Clermont, Florida, (hereinafter referred to as "CITY"), and HIMES ELECTRIC COMPANY, INC., whose address is: 1040 Land 0' Lakes Blvd., Lutz, Florida 33549 (hereinafter referred to as "CONTRACTOR"). WHEREAS, the Hillsborough County Public Schools through the public procurement process awarded an Agreement for athletic field and parking lot lighting, Hillsborough County Public Schools contract number ITB-14109; WHEREAS,CITY desires to utilize the above-referenced awarded bid,CONTRACTOR'S response thereto and Agreement in accordance with CITY's procurement policy; and WHEREAS,CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of the Hillsborough County Public Schools contract number ITB-14109; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I—SCOPE OF WORK The CONTRACTOR shall furnish maintenance and repair of athletic field and parking lot lighting as described in the Hillsborough County Public Schools contract number ITB- 14109, 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 CONTRACTOR. To the extent of a conflict between this Agreement and Exhibit"A",the terms and conditions of this Agreement shall prevail and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall apply. ARTICLE II—THE CONTRACT SUM CITY shall pay CONTRACTOR,for the faithful performance of the Agreement as set forth in the Agreement documents and the Unit Price Schedule as 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 December 7, 2018, unless terminated or renewed as provided by the Hillsborough County Public Schools. 1 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement if: a) without cause and for convenience upon thirty (30) days written notice to CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR 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 CONTRACTOR shall provide athletic field and parking lot lighting services forth in the applicable purchase order or notice to proceed. ARTICLE V—PAYMENTS In accordance with the provisions fully set forth in the General Conditions, CONTRACTOR 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 CONTRACTOR, within thirty (30) calendar days, on the basis of a duly certified and approved payment invoice by the CITY for services 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 CONTRACTOR shall endeavor to resolve claims, disputes and 0 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. 1 2 agis ARTICLE VII— INSURANCE AND INDEMNIFICATION RIDER 1. Worker's Compensation Insurance - The CONTRACTOR 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 CONTRACTOR shall require the subcontractor 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 CONTRACTOR. 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 CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. Employers Liability insurance with the following minimum limits and coverage: (a) Each Accident, $1,000,000 (b) Disease-Each Employee, $1,000,000 (c) Disease-Policy Limit, $1,000,000 2. CONTRACTOR'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) CONSULTANT'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 $4,000,000 Each Occurrence, Combined Single Limit (d) Rented/Leased Equipment, $50,000 Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 3. SubCONTRACTOR's Public Liability and Property Damage Insurance-The CONTRACTOR shall require each of his subCONTRACTORs to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of his subCONTRACTORs in his policy, as specified above. 4. Indemnification Rider 3 (a) To cover to the fullest extent permitted by law, the CONTRACTOR 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, arising out of or resulting from the 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 CONTRACTOR, any subCONTRACTOR, anyone directly or indirectly employed by any of them or anyone for whose acts any of them 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 any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, 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 CONTRACTOR or any subcontractor under workers'or workmen's compensation acts,disability benefit acts or other employee benefit acts. (c) The CONTRACTOR 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. CONTRACTOR: Himes Electric Company, Inc. 1040 Land 0' Lakes Blvd. Lutz, FL 33549 Attn: Tim Himes, President 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 CONTRACTOR. 6. Assignment. Except in the event of merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, this Agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, 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. Public Records. Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: 5 (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically to the CITY in a format that is compatible with the information technology systems of the CITY. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352) 241-7331. 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/Notice to Proceed 3. All documents contained in the Hillsborough County Public Schools/Bid No. ITB- 14109. 6 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 1 0 day of Seer ,2018. City of Clerm. t At. Darr r i ,Irkiry a i ager Attest: / 0 / rte Tracy Ackroyd Howe, City Clerk y4 • • : Himes Electric Company, Inc. By: (Name Printed or Typed)11—P.s cik• Vie Pfr-s0 1 Title Attest: A 0146 Corporate Secretary ViPtin (Name Printed or Typed) School Board � E X H T A Superintendent of Schools ¢ Jeff Eakins April Griffin,Chair Chief of Staff Cindy Stuart,Vice Chair Dorelha W.Edpecomb Hillsborough County Alberto Vazquez Matos,Ed.D. Sally A Barris Carol W.KurdellDeputy Superintendent Melissa Sntvety P U T3 L I C SCHOOLS van Ayres Susan L.Valdes Preparing Students for Life Chief of Schools Procurement Department Larry Sykes,Ed.D. September 5,2017 Chief Business Officer P Gretchen Saunders Him es Electric, Inc. General Manager of Procurement 1040 Land 0'Lakes 81. Corey A.Murphy Lutz,FL.33549 Reference:11B#14109—Athletic Field and Parking Lot Lighting Attn:Mr.Tim limes Hillsborough County Public Schools (HCPS) is requesting the renewal of bid number, Bid#/Description, from 12/08/2017 through 12/07/2018 under the same prices,terms,conditions,and specifications governing the original contract. The vendor certifies, by submission and signature on this renewal letter, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or involuntarily excluded from participation in this transaction per the provisions of §287.133(2)(a)Florida Statute and pursuant to Executive Order 12549,Debarment and Suspension. Ail vendors who are permitted access to any HCPS site when students are present, who have direct contact with students, or who I have access to or control of school funds are required to wear a statewide badge and yellow HCPS badge as required by HCPS and In accordance with §1012.465 and 1012.467, Florida Statutes,the"Jessica Lunsford Act." HCPS will adhere to the"six-foot fence" rule for projects approved through the Facilities Department,but not the"in-line-of-sight rule." 1 The vendor agrees to understand and comply with the statements at: http://www.sdhc.k12.fl.usfdoo/164/otoourement-jla Please indicate your response to this request and sign the appropriate line below and return this form,via fax, to(813)272-4390 or via Email to the sender within three (3) business days. HOPS may accept the vendor's failure to provide a timely response to this renewal letter as a request not to renew. If you have any concerns or questions about this request, please do not hesitate to call me at (813) 272-4326. Thank you for your prompt attention to thi matter. Mina Keeding,PhD.,CPP ,CPPB,FCCM Sr.Procurement Officer Please indlcat our op ' below: Accept option to renew agreement as indicated above. A current Certificate of Liability Insurance must be provided alone,or subsequent to,_ his response. �� Reject optiop•to renew agreement(as indicated above) _llijilty__, ,,, , iK ? - h/172,7 sr/ f / r l//!6t\ /1 ) .s -- %<--. l' Date Print Name/Title Raymond O.Shelton School Administrative Center•901 East Kennedy Blvd.•Tampa,FL 33602-3507 Procurement Department:(813)272-4326:Fax(813)272-4390:Main Office(813)272-4000 P.O.Box 3408•Tampa,FL 33601-3408•Email:mina kaeding@sdhc.k12,fl.us•Website:www.sdhc.k12.fi,us eie 06Ev-Z17. £18 luawaJn)oJd DHGS WV L£:LO 90-daS-LLOZ Business (4) Action Item Hillsborough CountyO- BOARD qA PUBLIC SCHOOLS � ,0 ertsgurer a irgichi a t) I fiO DATE: Tuesday, December 09, 2014 = Ec 9 1014 0 TO: School Board Members "off O= FROM: MaryEllen Elia, Superintendent B� c` &INFcS O� SUBJECT i RECOMMENDATIONS Accept the Lowest, Responsive, Responsible Bid Submitted by Nimes Electric Company, Inc. - Invitation to Bid (ITB)#14109-MST Athletic Field and Parking Lot Lighting Maintenance and Repair (Business Division) EXECUTIVE SUMMARY This bid was prepared at the request of the Facilities Maintenance Support Department to establish fixed pricing for the maintenance and repair of athletic field and parking lot lighting. Award of this contract shall be to the lowest responsive, responsible bidder, as specified in the bid. This recommendation has been reviewed by the Facilities Maintenance Support Department Manager. The initial term of this contract will be for a one-year period,with four one-year renewals, subject to negotiations and mutual agreement. The Superintendent is authorized to approve any renewal agreements, per the terms of the specifications. STRATEGIC OBJECTIVES •Align financial resources to support the district's strategic goals • Demonstrate best financial practices FINANCIAL IMPACT (Budgeted: Yes) Year-to-date expenditures are $67,020 and $109,203 in 2013/2014. EVALUATION Contract administration or evaluation is performed by the Project Manager(end user) and Procurement Officer, who function as a team. Reviews are conducted face to face, typically quarterly, or by utilizing an online vendor performance report. Prior to soliciting a new contract, the Contract Administration team must first give consideration to the specifications and supporting data of the expiring contract. SUBMITTED BY: Jean Bowman, General Manager, Procurement Department Christophler Farkas Gretchen Saunders Chief Facilities Officer Chief Business Officer (813) 272-4004 (813) 272-4270 A 6.41 Hillsborough County Public Schools (Florida) * Mtg.#20141209_646 (Board Meeting)*Section A Item#6.41 V 0 CO °' Cm') N- CO CO rn rn � @ LU CD o) N a • u_ 2 � 0) rn ) Za) Z M M M r CO CO CO O a) Q Z^ a) e- h N— O O W O N O 0 ZIX (D O) N a) m O w 0> oo U) = co O Q) C) 45 ZH a) W ? ti ii O O t W C W Z M M M '6 cri O on H Co CO CO a) H a) C o C 7 N 0N N -0 E u) w a) O) O 0 a) j w Q CO ,a) U Z N '0 O v) .- ZQ C O HU) co 3 t oto c 0. M Fc a) cn o z W U Q >` 2 0 WO c o u) Ua a) E m � Y_ Q _J •(p N € a) O CO U u- g C) tC Y : '=) m a c (6 wO• a o °) o z 0 d Q co J C.>Ua E O O O co aa) OW = v 3 J ci o 0 -t E O (/J H Z Z >- co S co O 0 co O J 0. o to o u) u) O > 0) co 3 coiS 2 W 17 C C O W C 2 m -0 .c cK •C =p a) 0) J co L U .D V O a) E d U 0) a) 9 E v 0 a ca c a) o J m C O sf C Y -o C7 p_ 0 m } co N Cr D U U I`4- `- 0_ 0 Ci N N •C v) ca L U) 0 a) W C'co U 0 0 o o w z it ,- "' )- g .N L- OC ° Z } Z rN. .>_ V Z w i- .o U) O C Q w C 3 co DY a) E2E _ 000 5 ) o -o C) a) Q to a) O H E U p U :-(t-, U U U CO = Q H DODIL U 0 . C L) W O O C) a D) 0 o 2 O r c .Y M co u) U m 7 7 ,-- 0) — 0 t -0 (o el u) 115 d = 1— rn= � `�° M Ems° ►L- _ 3 U O M J 0 a) M CO a) (o CO O N Z N J t f].. w m ui i f6 E w Z . LL o 0 u) E C ,C .- a _ a) > c- CS C J a) co t '00 Q) C _ d - U H y w 0 >,iti Z w E a > N 3 > 0 CO H co 0 00H co [0C) Qc a) O -a U Z .c 1- a E u) a' 3 ca 0 t.5 O U > O Y U .1 O O ..e' C C O •• O d a) Q O co C O co o O '0 etuj p H Z u) cU J i� co a) a) N o WZCtZO w c) c•- O m ate) m E a) w e owQ � H o) � w a) � -0 Z w. 3 o W w > ccE .0 (9 W CMZ• O . N OC >r W• O W Q U '� CCS LU 0 J n N a> C_ 2 o a) 7QQ W w � a) � E `. L .n" tn 3 . O > LO < aoo 0 W cUnI - U) � L.L. 3 MMe`O) S B G 8 8 § § 8 G 2 ) § k d § k ] S g $ co / N a) a A / w o co 0 o 0 o co co co \o - N \ § § § \ / / N e CD / / / 0 to ct i@ \ 0 0 0 2 0 0 0 0 § / k (0 0) k k § 2 CV k 2 z < f { � W t@ ® C w O 3 � c E M � � E \ £w 0/ \ / / z 2 3 $ G_ 2 / 2 $ j a w k k ‘-• k U) S @ S CO 0. o < CC \ % N- CO N N CO CO m R / \ \ v = U / S 2 CY CC CC ± re CC a a < j Q = o = z I = r = i I w .0 } 0 co D C �z \ , ƒ D• $ 01 0 0 { 13 / / / } \ _ » § a) a) % E. / K « _ ,- § 0 0 0 £ 0 = 0 CD coQ < \ O \ < \ \ < / 0- f < %a 0co 0_ - o o _ o — o — co -- o o o 0 7 — 0 0k 0k R � gw go Ro 0 R f _j CO / © 6 ° 60 6; in bin � ^ 6 ~ (6 0 ` 0 = 2 ® 2M £ O � 2 — 2 — 2 CC > I Q w 122 � 2 � 2 2 22 22 2 \ f 2 m 2 � < « a » a < % � a_ \ . < Q. a_0 » ma. L t 2 � k0a8 �a8 � w $ �aS �a7 �# \ �# § / .0 / \ f � a� a « � a « � 6 « � 6 « � a31 � t � 6 co % 4 . 0 >: > £ ` >' ® & > f / D£ / >/ > 0 >6:1 \ _ « k j §$ f « \ / $ \ § I . = « , 2 - co � a) _ � ° c k 2 $ � � \ � ) � ± « � £ D44 C.) * � \ kCZ 2 ^E \2 0 0= E /2 0 $2 E $2 0 -0 E » \ ® ) f ]a � � .0 = tet = 5 = '0af = 7 = = sf = I a) c . : c = oc = cc - wc � cc = (pc 0 $ / §/ § ) f § $ / § J / § J6 § \ « 2462 2 k v- _ E k w .- N r Nr (U CD N- co 0) 8 ? / C % 2 .0 f § ug o ) z .g o m - ƒ \ r- / \ 7 x co 6 $ w > 9 < 5 / R r--- \ ■ \ z c0 'Sg cc /5 coc / @ LU \ \ 0 o 7 m CO H % a) e O 2 © I I 6 / 6 Zr) I- a) W \ / / \ \ ± m _1 z 5 \ $ / cc cc c \ / H e J = _ < -o • E « 0 / 22 C f ¥ 5 E2 o n 2 R n _C n Cr) ° > © O / y = 02 Co = 2 I- 2 e <H 3 ( $ a c± / cc ( _© y / W 0 < H 3 ci ƒ \ C 0 ° 0 $ E a) N - ( a [ I \ g \ D ® 2 c & / ± 7 0 / / @ k bf / DC y = / a 0 \ / < 0) E E / ƒ ƒ ¥ n et o ± -5 -o -I 6 5 a \ E y 2 \ Z Z x # \ _ o < 0) 0) k/ £ \ / � \ \ I > C _ _ « m I W ° _ _ og = / \ / \ / \ 0 e E gD I 2ce \ \ co C o 'r—c— r & / i ° 73 / \ / kkk Ez » » _ / $ ƒ 6 2 2 'CC a z x z N > \ zZ g / 2 ± ® ® -0 < 2 a c 2 $ _% E ° E •ƒ S % 4 > / > m R % / S 5 t ® % ) Gm < moen22 Q) k I < H 000 ± 2 7 ® = 5 0 w m _o R _02 H 5 = o = c CO \ cjo, \ y \ S % / � � « co � � f o n fa % m co \ / � o o \ Co // ± H 73 f \ CO E / _c g2 0 ° r U } n ® \ o � $ ƒ j ƒ / 6 - 1-_- a \ @ 9 # E \ , 6 § 2 2 0 & e \ 7 / f k ƒ \ /2ka \ / \ � E _ > t $ 3 $Z . O co ° 2 -0 = 6 o f ? ) > 0 f / \ 3 7 c 2 CCCC / h I- 2 \ CO C < \ -J t n ° ° ° 7 11- z 13 9 - ƒ c /3 6 ) e E a) 2 \ / ƒ / I_ a. f � I / 7 / z \ ) v) ® \ E / / CD 03 \ m / \ \ > Lu < o � < R@I3 = \ eE \ /G / a 0 a) N. w \ ± 2 $ 4 LU / n $ 0 0 0 0 \ 0 0 0 0 0 2 2 S g 2 ] k § 2 \ (0 /\ m ) u o o o S\ \8S 0 § G Lri f \ § - r{ ¥ w { ) fa- ko R I0 } 0 § G G 0 0 0 0 0 0 b / § k k § k § k $ 1- < $ § 0 w � © C wCe O WC a) E _ Li- u o 0Q_ V W / G co CO U) G CO 2 L $ -I / ' CO G G G G G G CO G G 0. o 0. Q & $ $ E $ G $ e £ o < CV C•1 (N (N CV a CV OA ( a = - CV � f a, 6.k -. 2 c 0 ƒ ƒ ƒ I I ƒ ƒ I < 2 m � § D D E c § ƒ 0 � c & o $ '0 ,s e '.«.. # # # $ % © 2 @ 2 ) ) k 70 ? / k o o a) o 0a. a. f > \ � a Z a < \ � \ < \ 0 \ < / 0- / < 0 0 o y o y o y \ / o o 0 0 0 e f CO i a a o a o o 6 � 6 R a R a s m t , § 3 On on 2U OLO 9 ' 2 ' f W > o 2 2 -0 2 - 2 0 2 2 - 2 0 2 Ti 2 2 _ 0 � < e � » m « + � � + e < ¥ ems » e « » ems > « a) waSaSJaR &a8J# S �aE &# EJao A ` \ eCC6CL6gCLagCeocL6oCt6oCL6gX6 _ % g k >s o o o >,/ o o 2 o o .0 p .003 .0 _ - = m - = 0 _ = . - 13a, .o . , 0o £ 2 ] 2 ) 22 ] ] 2 © ] 2 { _ 27j2 . j2 § F § V a, age \] = • a, • ll. C.) % F co /E -0 % la E _ _ co �) E $-0 % $= E ) 2 f -0f = 5 = = e » � � = = tet = ate = 5e � £ I ec — cc — » c - cc = ec � cc � sc § u 20 > o ■ _ o � > otRoe > o � , o ■ > o o m o U) 0 < « 2 < 02 < m2 < 0 < e2 < 0 2 \ E #112 a ii w n U) o N- m a § E E - E c \ 2 _a k < £ / co 0 2 z ORIGINAL 5 CONTACT INFORMATION AND CERTIFICATION Bidder must supply the information listed below for Bid consideration.The signer of this bid response guarantees,as evidence by the sworn affidavit required herein,the truth and accuracy of all statements and of all answers to interrogatories hereinafter made. The undersigned hereby authorizes any public official, engineer,architect,surety company, bank depository, material or equipment manufacturer or distributor or any person,firm or corporation to furnish any pertinent information requested by HCPS,or its representative,deemed necessary to verify the statements made in this qualification form or regarding the standing and general reputation of the applicant.The signer also states that all information given is an accurate representation of the office location and resources from where the services are to be rendered. The undersigned certifies that he/she is authorized to sign this bid for the vendor and that this bid is made without prior understanding,agreement or connection with any corporation,firm or person submitting a bid for the same materials, supplies,or equipment and is in all respects fair and without collusion or fraud. The undersigned certifies acceptance of this bid's terms,conditions,specifications,attachments, and addendum. Company Name: 'I �I H I CAGB E P�f i c. t or-tawny 4 3AG. Address: I oK0 ionZ o a S R1vS• City,State: Zip: Lam FEIN: E-Mail: 6S-0grtSS - Mike- e,!times -wc. C1)/rt Office Telephone:L3) Fax:(g+�) /'77 Contact/Account Representative Name: Title: M, 11LJCIN GOAT(olier Address: Io'fo la��` o lbw Qtu l w�� F� 33tt9 Telephone:( ) Cell:( ) Fax:( ) `6(1-90 -19a] ' c -931 -n 1 _ 01-4776 Email Address: Is your company registered as an SBE with HCPS'Office of Supplier Diversity? _Y y..N Is your company M/SBE certified with any of the following agencies:(i)City of Tampa,(ii)Florida Statewide,(ill)Inter-Local Certification,(iv) Hillsborough County,or(v)Florida Minority Supplier Development Council?^Y N Preferred method to receive purchase orders: US Mail A. Fax Signal of Owner uthorized Officer: Typed(Printed)N me and Title of Above: Date Submitted: lo / t S / 1 -11 ',I N-1rtGS IP(GStr�Gno 14109-MST Athletic Field and Parking Lot Lighting-Maintenance and Repair Hillsborough County Public Schools Page 27 of 42 Procurement Department 6 DEBARMENT CERTIFICATE A copy of Form AD-1048 (1/92) is included as a part of these bid documents.Section 3017.510 of 7 CFR Part 3017 the submission of the completed Form:Certification Regarding Debarment,Suspension, Ineligibility and Voluntary Exclusion —Lower Tier Covered Transactions,for all USDA Food and Nutrition Service programs. No vendor shall be allowed to participate in any procurement activity if any federal department or agency has debarred,suspended,or otherwise excluded that vendor from participation in a procurement activity.This form should be completed,signed and submitted with the bid in order for the submitted bid to be considered. Every time a bid is submitted,a new form is required.Any bid that does not include this required Form will not be evaluated and will not be considered for award.A signature is required on Both the Form AND the Bidder Acknowledgement page.A signature on one document cannot be substituted for the signature required on the other documents. Certification Regarding Debarment,Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension,7 CFR Part 3017,Section 3017.510,Participants' responsibilities,The regulations were published as Part IV of the January 30, 1989, Federal Register(pages 4722-4733).Copies of the regulations may be obtained by contacting the Department of Agriculture agency with which this transaction originated. (BEFORE COMPLETING CERTIFICATION,READ INSTRUCTIONS BELOW) (1) The prospective lower tier participant certifies,by submission of this proposal,that neither it nor its principals is presently debarred,suspended, proposed for debarment,declared ineligible,or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. hfi(hec EV-a-Cic, LQrnt9d/1r4-LA Z. i1 IKlD9 "MST Organization Name Project/Bid Name 1— INN N t PACS ( Pcesic ti Name(s)and Title( of Authorized Re resentative(s) 10IISH Signature(s) Date 14109-MST Athletic Field and Parking Lot Lighting-Maintenance and Repair Hillsborough County Public Schools Page 28 of 42 Procurement Department 7 ADDENDA FORM As the person authorized to sign the statement, I certify that this firm acknowledges any and all addendum that may have been issued as part of this bid.All addendum are issued via Vendorbid. Receipts of the following Addenda are hereby acknowledged:(List all Addenda as follows): Addendum No.: Dated: Addendum No.: Dated: Addendum No.: Dated: Addendum No.: Dated: Dated: 15 this Oc 'ole Day of 20)q. Name of Orga zation: i S %etT'(T. o O&r•r Toc. BY: A4" Typed Name: T1 M t-}irre—S Title: p(e 1 8 PUBLIC ENTITY CRIMES Per the provisions of Florida Statute 287.133 (2)(A), "A person or affiliate who has been placed on the convicted Vendor(s) list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work,may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a Vendor(s),supplier,sub-contractor(s)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 category two for a period of 36 months from the date of being placed on the convicted Vendor(s) list." Company Official Signature I O `tS 1 l4 Date 14109-MST Athletic Field and Parking Lot Lighting-Maintenance and Repair Hillsborough County Public Schools Page 30 of 42 Procurement Department 9 DISPUTE RESOLUTION CLAUSE In the event a dispute occurs,or a clarification of minor contract terms becomes necessary, please indicate your Proposer representative. The District representative will be the General Manager of Procurement. I PI Ple 1 P(V-si&T' Representative's Name Tc3 -go5-1i3"? Telephone Number 10 FAIR LABOR STANDARDS ACT-"HOT GOODS" The undersigned hereby certify that these goods are or will be produced in compliance with all applicable requirements of sections 6,7, and 12 of the Fair Labor Standards Act, as amended,and of regulations and orders of the United States Department of Labor issued under section 14 thereof. The undersigned shall be required to stamp or print such certifications on the invoices which covers the resalable goods shipped,and which are furnished to the School District. l0)1%)1"( Company Official Signature/Date 14109-MST Athletic Field and Parking Lot Lighting-Maintenance and Repair Hillsborough County Public Schools Page 31 of 42 Procurement Department 11 DRUG FREE WORKPLACE CERTIFICATION In case of a tie, HCPS shall give preference to businesses with drug-free workplace programs.Whenever two or more Bids,which are equal with respect to price,quality and service, are received by the State or by any political subdivision for the procurement of commodities or contractual services,a proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. HCPS shall follow the previously stated established procedures for processing tie proposals if none of the tied Proposers has a drug-free workplace program.To have a drug-free workplace program,a business shall: 1. Publish a statement notifying employees that the unlawful manufacture,distribution, dispensing, possession,or use of a controlled substance is prohibited in the workplace,and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace,the business's policy of maintaining a drug-free workplace,any available drug counseling, rehabilitation and employee assistance programs,and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (I), notify the employees that, as a condition of working on the commodities or contractual services that are under proposal,the employee will abide by the terms of the statement and will notify the employer of any conviction of,or plea of guilty or nolo contendere to,any violation of Chapter 893 or of any controlled substance law of the United States,or any state,for a violation occurring in the workplace no later than five(5)days after such conviction. 5. Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program,if such is available in the employee's community,by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS COMPANY COMPLIES FULLY WITH THE ABOVE DRUG-FREE WORKPLACE REQUIREMENTS 444:"--"==:16 Authorized Signature Pcesit4 r Title 1011S (ill Date 14109-MST Athletic Field and Parking Lot Lighting-Maintenance and Repair Hillsborough County Public Schools Page 32 of 42 Procurement Department 12 BID RESPONSE FORM 12.1 DELIVERY Please answer the following delivery questions: 12.1.1 What is your company's response time after receipt of order? Pef &LT;0es sir 12.1.2 Vendor is able to meet requirements in Section 1.8? S. Yes No Exceptions: None 12.2 MINIMUM ORDER 12.2.1 Vendor requires a minimum order: Yes A. No 12.2.2 If yes,what is the amount of minimum order? 12.2.3 (Note:a minimum order requirement may be cause for rejection of this response). 12.3 SUBCONTRACTING The Bidder must describe in its Bid response,all responsibilities that the Bidder anticipates assigning or subcontracting, identify all the subcontractors and describe how the Bidder will manage these subcontractors.The Bidder is directly responsible and liable for the actions of all of its subcontractors and the actions of its subcontractors'employees. 4;reta dear,c. Doec Nom-' 1.0-re"6 To Stilat o0 T cocT AAy x,10 . 14109-MST Athletic Field and Parking Lot Lighting-Maintenance and Repair Hillsborough County Public Schools Page 33 of 42 Procurement Department 13 REFERENCES 13.1 AUTHORIZATION TO RESPOND TO REFERENCE REQUEST I give Hillsborough County Public Schools authorization to check our company's previous performance.Three references follow in subsequent pages. 11:..:31:!.44 rL loot/0044f, -L.. Bidd I Pc4st ; Signature/Print Name/ tle 13.1.1 Reference#1 / Client's Company Name 47 � a T ' t' 4 /'- a''''01 " c' r!lin 3 4'o Z. W. Co lush hu_.‘ 2'. 7-00,,,cs c4.7,'clu_ 1.?4.15)7 Client's Address L R./‘• .71i✓t f�'7 is' di / � '''��� • sGi & T.�/eC9'.U. ./e 74 Contact Person/E-mail Address 8I3 - 2 3/ - 52 70 / //3 - 2?V- 5-7Y Ce/7 //3 ' 7c/4(07.3 Phone Number/Fax Number / 13.1.2 Reference#2 Ni//S6oco A (o con)1Y /'45/ *racial-7) add_ C�llf„ivu,iis.,,, Client's Company Name 60/ tqs , steel /3/vel/ 23. - Proi , .. ,- _ , Client's Address c� a,;5 &t►'9/�� / ,�of/11 kW* •e 6 g a�/oce, h l u�fy. or/ Contact Person/E-mail Address 3/3.273- 3767 / 11//,4 ee/ X13- 27,- 2g1q Phone Number/Fax Number 13.1.3 Reference#3 l,Gboo 1 Dt9�'it,+ o`C r]'''ll (QC ?6 (out " / Client's Company Name /f SOO L Al. Lot < A/G fayfu Por r'e', a-- IVY Client's Address Contact Person/E-mail Address 1206-e-d/11, 1.0 1,-) X /-e.5&t. k/2.-rl i.4.5 13-- 5'77_- 52. 8/3- .872- - SZ 70 Phone Number/Fax Number 14109-MST Athletic Field and Parking Lot Lighting-Maintenance and Repair Hillsborough County Publk Schools Page 36 of 42 Procurement Department Himes Electric Co., Inc. Athletic Field and Parking Lot Lighting Maintenance And Repair Experience School District of Hillsborough County 2009 — Current Hillsborough County Parks and Recreation 2002-2004 2004-2006 2006-2008 2012-Current Pasco County School Board 2011-2014 2014-Current 14.2 PURCHASING CARD(P-CARD) The District has implemented a Purchasing Card Program to streamline the procurement process. By making purchases with the Visa Purchasing Card,HCPS can more effectively control procurement activities while hastening the Vendors ability to receive payment. Payments made to the Vendors may be by a Visa Purchasing Card but may be changed at any time during the contract period. 14.2.1 Payment Method: Please select only one(1) payment option from the following list. 0 NET 45:(Standard payment terms): Invoice will be paid in 45 days with no cash discount (I NET 14: This option is available only to HCPS OSD-registered vendors. Invoices are paid in 14 days with no cash discount. Non-OSD registered vendors who mistakenly choose this option will be paid at the NET 45 days standard. El %:21 Days,Net 45: (Discount for early payment; i.e.: 2%21, NET 45). Invoices, less agreed upon discount,are paid in 21 days. • Note:This option requires you to enter a discount percent NET 21: (E-Payables option;Visa virtual credit card) • Contact the Procurement Department for specific information for the E-Payable option. • This option will require the use of credit cards through your financial institution and/or credit card processor. (l P-CARD: (Visa purchasing card) Contact the Procurement Department for detailed specifications on the use of P-Cards. Note:You may be required to provide third level information, if warranted. I do accept the Purchasing Card conditions stated in this solicitation. I do not accept the Purchasing Card conditions stated in this solicitation. Please check below which level of reporting your company offers its customers utilizing the P-Card. Level 1:includes the basic information found on a typical credit card statement. Level 2:Level I information, plus sales tax and transaction data field (usually 16 characters)providing information related to the transaction,such as an order number or an employee name. Level 3:Level 2 information, plus other useful data(item product code,item description,quantity, price, and so on . Level 3 rep,. g provides information usually found on a typical invoice. Vendor Signature/Date HI Me.S GteL i r;G 6DrIoa7Y t rekC, _-- Company Name 1 Iii M H;rv►ies j pfosi i- Print Name/Title 14109•MST Athletic Field and Parking Lot Lighting-Maintenance and Repair Hillsborough County Public Schools Page 39 of 42 Procurement Department the Vendor fails to maintain the State of Florida requirement for workers'compensation coverage,the certificate of insurance shall state that the contractor waives subrogation regarding workers'compensation and provide proof of exemption. If sole proprietor,a copy of the exemption form(F.S.440.05(2))is required with your bid response. 15.1.5 Additional Insurance-If box is checked,the following apply: O Professional Liability and/or Errors and Omissions Liability • Bodily Injury and Property Damage(each claim and aggregate):$1,000,000 • Maximum Self-insured Retention/Deductible:$1,000,000 o Pollution Liability • Bodily Injury and Property Damage(each claim and aggregate):$1,000,000 15.2 INDEMNIFICATION 15.2.1General Indemnification-The Vendor shall indemnify,hold harmless,and defend Hillsborough County Public Schools, its agents,and employees from any and all costs and expenses,including but not limited to,attorney's fees,reasonable investigative and discovery costs,court costs,and all other sums which HCPS,its agents or employees may pay or become obligated to pay on account of any actions founded,thereon,arising or alleged to have arisen out of the products,goods or services furnished by the vendor, his agents or employees,or any of his equipment when such persons or equipment are on premises owned or controlled by HCPS for the purpose of performing services during the term of this Bid. 15.2,2 Indemnification for Copyright Infringement—The Vendor shall defend,indemnify,and hold HCPS and its successors and assigns harmless from and against all third-party claims,suits and proceedings,and any and all damages,liabilities,costs and expenses(Including reasonable attorneys'fees and court costs)incurred as a result of(i)infringement by Contractor of any third-party patent,copyright or trademark,or(ii) misappropriation by Contractor of any third party trade secret in connection with any of the foregoing. 15.2.3 Intellectual Property Rights(Technology)—The Vendor will indemnify and hold HCPS harmless from liability of any nature or kind, including costs and expenses for or on account of any copyrighted,service marked,trademarked, patented or unpatented invention,process,article or work manufactured or used in the performance of the contract,including its use by HCPS. If Contractor uses any design,device,materials,or works covered by letters, service mark,trademark,patent,copyright,or any other intellectual property right,it is mutually agreed and understood without exception that the proposal prices will include all royalties or costs arising from the use of such design, device,or materials in any way involved in the work. The Bidder understands and agrees to abide by the above requirements during the term of the agreement.The Bidder also understands that failure to adhere to the above requirements during the term of the agreement is reason for termination by default. Company Na me:g ! Prcgr Signature/Title 14109-MST Athletic Field and Parking Lot Lighting-Maintenance and Repair Hillsborough County Public Schools Page 41 of 42 Procurement Department 16 REQUIRED SUBMITTALS CHECKLIST 141ryes Oe-arfc 60(ne nY ..fir c. Company Name: dt,(4,1 - J Prc.Si ,-,—• Signature/Title To help ensure that you include all the submittals necessary to complete a thorough evaluation of your bid/proposal,we suggest that you use this checklist to make sure you have enclosed all required submittals before sealing and mailing your bid/proposal. Items checked"Required" must be submitted at the time you submit your bid or your bid will be declared non-responsive. Items checked as"Requested"shall be submitted at the solicitation due date with your bid/proposal to facilitate the evaluation process,but will not be cause for declaring your bid non-responsive. Note: Submittal is required for each box checked (or where applicable)for bid/proposal to be considered. ifi;i, r i I. u..ii-r d R y iesteci f>t. tlSn r o >t.hnut 1 . Evaluat ` :: : :.:77` ; :QM.> a a s' 0 > 001 iirense(If.ap0011. e''` .At''t ' ss :; . `r._.: .9i ❑ 0 0 Manufacturer's certificate of warranty(If applicable) • ,row..•»�,x,, � �;, �:y...,psi:...,yt" �a - O:.;_''::;'->8�� :�.w3:i:>�k.Fa:;,;Y3 Tl:n',-�.�'�:ct�k'.��u•':: :f}r,�c�`:.'c��a.,N..ieS t't . : A rr .E'<i4�3C `5•Psl."' et M l�'aj'!Fi444R:;>.:.�P,v ., r' '4C f ' �r•u'..' .x`. ::SSS ,tk. }.1.�s. '. t yG L .: :s _....v,,,,, •,4,......,...� .1...„. t.... ...a.4.:.u:snaaVeg x;oxav::w 1$ �s.Z ..— Y.'.: -at._ elakii i I ❑ ® 0 Certificate of Insurance:Provide only proof of insurability at Bid submittal. r pp , LrcC: ~Y ( }�a„'.:t' .,. .':�..; ,4A? : ':+J:1?,n\l wtr•..O.�.,.:sr•. ; '•t/�'rFi.••' a..: c....� � o�-':v.:•,7.��•:04..y>s�.:<m4..r"rr.:e•Y-.A.io,;$ fn�.i,v.�. 5*%•.�c.W.r.'.7.'d'l:.�f.x•�:>�t.rY ri•':.at.:..�,.xCLo.r o'p: \.s_.s y.,s n-.aFx:l+ o }® 0 Debarment Certificate I".71.7.7Z4 , : ^'�^' la.1yC > 5y fNr IAAIAl A i�^ 4ti :��c1��" r i- l: .. ;{� 3 . • ...)....,:p4.• � 4rit:•s2/".s .Fm.a.J+ clia,.?%» a }yw}` ^ sS:.• Jf ,w,:: ti.mz�� �::wY.kr� s❑ 0 0 Public Entity Crimes I .0•. Sa. ... -44 • f ,2;.•. 0r .. iit.T.,....♦drri: 75; , 4. '.kv Firt., ; 2 wit 4:' iti 0r;,e,k ` t pi , : rS} x , ••• 1-1z.ski-,V rii:'.c .. :i, ' 1 CI ® I 0 Fair Labor Standards Act '' '..�"toj � rxns� ti:; "� � �eln. ' yr�rpa . w.• tn� 9� 01:tFzr,p• . •� ?ka ., � r.. .v } &. ,Ftt , \ ^ .s`a ,e .. 1 � • :?;e....e'� :�.; �3t• . . yq ❑ 0 0 Bidder's Statement of Principal Place of Business I " t° tYi�—'::F7,„ V✓% <`�- «^F7 1.. i .}av�a•. t ;T>> 4ar�"� ,Ar.,�s %vi>T .�' :i � �giu \; +:l ..., :.�a_A4•- ', :'... .� ,. � .leey3�♦ ! <� ::../. ; , k9":<•b '.•V+.,.�ay •- .� �S:>.' ❑ Al 0 Response Form ,t �..j`•G�;. 2il. . �‹4147•;5.Ff::r .,=; :�Xfa .Ye ``„Zk l..>W t:x's,•” c:OK7�.3Z.rye ":no. � ?,1•g�<4 r5, ; (Gh, aC' •rd•t . ' ki,; ? . ", dg t� iv pN � ?;lor �� -,•i ^''tX a ..+3r3a- :4�''ya•L.. , r >I e:. !L�.l42 �47S4: .�Sixiiaa) “ ,., :ai:6: w.. i. 6:i :�•.•26. a - xx . •w • .Ssw .ffi... ._k..,.1 0 0 List of References : � i A� a 1INITE4 t M 1pl( irM ss h Rf ,fNM � 4MH4 � ltCfVl O 0 0 Illustrations(If applicable) iLTRA.•) < ” . � t3 Y Y •A-� 7rcvool ! �M: ,cd g wSi� n Y o 0 0 Understanding of Insurance Requirement Signature _k0a .�,� rC� � ° u I..wt ESXYx ':y > 2G rs �v� ,:l.}Ci I ❑ ❑ i Procurement Officer Signature 14109-MST Athletic Field and Parking Lot Lighting-Maintenance and Repair Hillsborough County Public Schools Page 42 of 42 Procurement Department tttc:tc SUO I I.UOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ,-s-,,i .'r,_. ELECTRICAL CONTRACTORS LICENSING BOARD ,'°'�-, f. w, 1... LICENSE NUMBER i•• EC13001316 ,M . .'•- The ELECTRICAL CONTRACTOR •� :. 1. �Named below IS CERTIFIED ` 'Under the provisions of Chapter 489 FS. *.'.••;.".".:7:7.„ �_'" `* • Expiration date: AUG 31,2016 ` : URBAN JOSEPH C ' .HIMES.ELECTRICC• '1'>i ,• ..•„� �— •1 ' .POSTOFFICE-SOL •. .R� 'f4� ' �A i h +. L tl* "*.T r y. r j •• -- _1-L t. r• .• ,:LUTZ w ..*:::`.,\., w 4 ` ' R n!'• 4 ti ti. i , .1-- !'�: rti( ISSUED: 08/10/2014 DISPLAY AS REQUIRED BY LAW sEQB L1408100003158 PASCO COUNTY BUSINESS TAX RECEIPT 2014 -15 issued pursuant and subject to Florida Statutes and Pasco County.Ordinances. Issuance does not ceitffy compliance with zoning or other laws. This receipt must be posted conspicuously in place of business. Expires September 30. MIKE FASANO • • .ACCOUNT NO: 040893 TAX COIL ` TOR TYPE OF BUSINESS: • SI•C CODE: 1731.02 pASCo COUN'I"Y FLORIDA ELECTRICAL CONTRACTOR ..•co,eE saw•. LOCATION ADDRESS: MIMES ELECTRIC COMPANY INC %•. 1040 LAND 0 LAKES BOULEVARD .isi '70: PO 'BOX 516 �w , ,,,, .CUTZ FL 33548-0516 �.' _ LUTZ •%t Y. DATE RECEIPT AMOUNT ..".`. 07/09/14 626561 53.75 11TH'1'l'Ni'I'6I,1i"ii” li't114d011p01biPI91l11' •• ACORD® DATE(MMIDDM'YY) ��- CERTIFICATE OF LIABILITY INSURANCE 2/1/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Audra Browder NAME: _ CGB Insurance, LLC pHN Ems. (813)749-7948 _ �rgrc.Noi:(813)200-2120 2531 Green Forest Lane npORess:audra@cgbinsurance.cora #101 INSURER(S)AFFORDING COVERAGE -I NAIL M Lutz FL 33558 INSURERANational Trust Insurance Company 20141 INSURED INSURER B FCCI Commercial Insurance Company 33472 Hines Electric Company Inc INSURERc:H'CCI Insurance Co (WC) 10178 PO Box 516 INSURER D: INSURER E: 1 Lutz FL 33548 INSURERE: It COVERAGES CERTIFICATE NUMBER:2017-2018 Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR N D WVD POLICY NUMBER POLICY EFF MWLO�cDyI��Y�YyOMITS TYPE OF INSURANCE {POLICY (MMIDDIYYYY) X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 DAMAGE TO RENTED A I CLAIMS-MADE I X I OCCUR , PREMISES(Ea Occurrence) $ 100,000 GL0014993 5 2/3/2017 2/3/2018 MED EXP(Any one person) S 10,000 PERSONAL EADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2,000,000 l POLICY X ,IPn LOC PRODUCTS-COMP/OP AGG S 2,000,000 OTHER. Empbyee Benefits S 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,000,000 (Ea accident) A X1BODILY INJURY(Per person) $ ALL OWNED SCHEDULED CA0023362 5 2/3/2017 2/3/2018 BODILY INJURY(Peracodenl) S AUTOS I AUTOS NON-0WIJN-O ED PROPERTY DAMAGE - HIRED AUTOS AUTOS (Per accident) S rpip-Basic S -110,000 i X UMBRELLA UAB X OCCUR EACH OCCURRENCE S 4,000,000 B EXCESS IJAB CLAIMS-MADE AGGREGATE $ 4,000,000 DED _ X RETENTIONS 10,000 01930016062 5 2/3/2017 2/3/2018 S WORKERS COMPENSATION X PER 0TH- AND EMPLOYERS'LIABILITY Y f N (STATUTE 1 ER ANY PROPRIETORIPARTNER/EXECUTIVEl EEACH ACCIDENT S OFFICERAIEMBER EXCLUDED? IEtN J NIA 1 r00000 0 (MandatoyInNH)`, 001-WC17A-61368 2/20/2017 2/20/2018 E.L.DISEASE-EA EMPLOYEE S 1,000,000 If yos,deaaibe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 A Rented/Leased Equipment 040007403 2/3/2017 2/3/2018 1,000ded $50,000 1 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached H more space Is required) Himes Electrical Service, Inc - EC13004815 Hines Electric Company, Inc - EC13007759 Phillip Lawhorn is included in WC Hillsborough county Public Schools is listed as additional insured for liability purpose only CERTIFICATE HOLDER CANCELLATION (813)909-9776 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Hillsborough County Public Schools THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Procurement Department ACCORDANCE WITH THE POLICY PROVISIONS. 901 E Kennedy Blvd 3rd Floor AUTHORIZED REPRESENTATIVE Tampa, FL 33602 Kraig Blancher/AMANDA _.-- --7** A' `-- ()1988-2014 ACORD CORPORATION. All rights reserved. ACORD 26(2014/01) The ACORD name and logo are registered marks of ACORD INS025(2014011 EXHIBIT B 12.4 PRICING COST PER TOTAL ITEM# LAWSON# DESCRIPTION EST UOM UOM COST WORK TO INCLUDE ALL LABOR AND MATERIALS ALL MATERIALS MUST BE NEW 1 2716151 Standard Labor Rate 322 HR S Monday-Friday 6:00 AM to 6:00 PMbiO5000 Overtime Labors Rate 2 2716153Monday-Friday 6:00 PM to 6:00 AM 6 HR OD 150 Saturday/Sunday/Holidays _ AERIAL(BUCKET)TRUCK-CAPABLE OF REACHING UP TO 30 FT.(WITH OPERATOR) 3 2856184 Standard Labor Rate 24 HR Monday-Friday 6:00 AM to 6:00 PM SS � Sao Overtime Labors Rate 4 2856185 Monday-Friday 6:00 PM to 6:00 AM 6 HR S Saturday/Sunday/Holidays SS3304 AERIAL(BUCKET)TRUCK-CAPABLE OF REACHING UP TO 55 FT.(WITH OPERATOR) 5 2716152 Standard Labor Rate 130 HR Q9 00 Monday-Friday 6:00 AM to 6:00 PM bS — �cISO Overtime Labors Rate 6 2856186 Monday-Friday 6:00 PM to 6:00 AM 4 i HR // C �60'— Saturday/Sunday/Holidays W AERIAL(BUCKET)TRUCK-CAPABLE OF REACHING UP TO 120 FT.(WITH OPERATOR) 7 2823915 Standard Labor Rate 182 HR Monday-Friday 6:00 AM to 6:00 PM ` 1,5 �� ao, Bow Overtime Labors Rate _ 1 8 2856187 Monday-Friday 6:00 PM to 6:00 AM 3 HR OO Coo Saturday/Sunday/Holidays i i5 L(S MOBILIZATION CHARGE Per site visit. Shall include one employee for quotes at various sites. FLAT AO 9 2716146 Prospective vendor agrees mobilization charge will not be RATE aC�• 51 o o 27 ' paid if work is performed based on quote given for specific job. If vendor does not perform work quoted however, mobilization charge will be paid. 14109-MST Athletic Field and Parking Lot Lighting-Maintenance and Repair Hillsborough County Public Schools Page 34 of 42 Procurement Department PRICING-Page 2 The following item will not be a factor for award.Note: Cost Plus fees must be without taxes included. For example,a vendor cannot add taxes then take that total and apply the cost plus%markup.HCPS will not pay invoices with a cost plus%markup applied on taxes. Balance of Line-Materials 10 2811107 Invoice copies must be provided showing the actual vendor 46,500 EA Q O cost of all materials purchased.Cost plus(10%)ten percent , will be the maximum allowed.(Indicate markup) Rental Equipment Mark-Up 11 Based on vendor actual cost. S,Q Cost plus five(5%)will be the maximum allowed 14109-MST Athletic Field and Parking Lot Lighting-Maintenance and Repair Hillsborough County Public Schools Page 35 of 42 Procurement Department