HomeMy WebLinkAboutVarsity Courts, Inc. - Piggyback Rider Pickleball Central Winds 2023 02 28EXHIBIT 1
Orange County Public Schools (OCPS) Contract Renewal Request
Vendor Name:
Vendor Email Address:
Contract Number:
Contract Name:
Current Contract Expiration Date:
Pending your approval, OCPS would like to renew this contract under the same terms and conditions
through .
Please complete the applicable section below and send to by so we may ensure the contract continues
uninterrupted.
Please contact the Procurement Services team member responsible for this contract at the following
email address should you have any questions .
Sincerely,
David Wheeler, NIGP-CPP, CPPO, CPPB, FCCM
Director, Procurement and Contracting
Agree to contract renewal Do NOT agree to contract renewal
Signature Printed Name and Title Date
If you are NOT in agreement with the renewal, please list the reason, and complete the section below.
DocuSign Envelope ID: D4A33AF4-6B7F-42DF-B9E7-DD68FDD75561
susan.perry@ocps.net
ITB1903056
varsitycourts@yahoo.com
10/22/22
10/22/23
Varsity Courts Inc.-Alternate
Asphalt Play Courts
President
X
Dennis Brubach
9/27/2022
ITB1903056
Page 1 of 62
INVITATION TO BID FORM
SUBMIT TO:
All Bids must be submitted via VendorLink
at the specified date and time below at:
www.vendorlink.ocps.net INVITATION TO BID
Orange County Public Schools
Procurement Services
445 W. Amelia Street
Orlando, FL 32801-1129
DATE ISSUED: August 20, 2019
CONTACT PERSON:
Susan Perry
Telephone #: 407-317-3200- x200-2421
E-mail: susan.perry@ocps.net
TITLE: Asphalt Play Courts NUMBER:
ITB1903056
SUBMITTAL DEADLINE:
September 17, 2019 at 2:00 PM EST
PRE-PROPOSAL CONFERENCE - DATE, TIME AND LOCATION:
August 27, 2019 @ 10:00 AM EST
6501 Magic Way, Portable 101E Conference Room,
Orlando, FL 32809
SUBMITTALS RECEIVED AFTER
ABOVE DATE AND TIME WILL NOT
BE ACCEPTED
REQUEST FOR INFORMATION DEADLINE: September 3, 2019 @ 2:00 PM
This Bid Submittal and subsequent award by OCPS shall constitute a binding and enforceable contract. All
Specifications, Terms and Conditions, Addenda, and correspondence of this Contract shall be incorporated
into the final award and become an integral part of the Contract. Unless otherwise stipulated in this Contract,
no other contract documents shall be issued.
LEGAL NAME, (herein referred to as “Bidder”)
As described in the Section Titled “Florida Department of State,
Division of Corporations Registration Requirements” within this
Invitation to Bid (“ITB”):
Florida Division of Corporation Document Number
(www.sunbiz.org) :
MAILING ADDRESS: I hereby certify that I have read and understand the
requirements of this Contract (hereinafter, the
“Contract”) and that, I, as the Bidder, will comply with
all requirements of this offer and any contract(s)
and/or other transactions required by this award.
__________________________________________
Authorized Signature
__________________________________________
Typed Name
__________________________________________
Title Date
__________________________________________
Email Address
CITY – STATE – ZIP:
TELEPHONE NO:
FAX NO:
FEI/EIN Number:
ITB1903056
Page 2 of 62
BID SUBMITTAL CHECKLIST
It is the sole responsibility of each Bidder to check the Orange County Public School (“OCPS”) Procurement &
Contracting Services VendorLink website www.vendorlink.ocps.net, for all addenda issued and for any information
regarding this solicitation.
The following documents must be submitted electronically:
Invitation to Bid Form
Statement of Affirmation and Intent
Bidder’s Experience and Qualifications
Bidder’s Statement of Principal Place of Business
Bidder’s Statement of Financial Qualification
Drug-free Workplace Certification
Non-Disclosure Agreement for Confidential Materials
Debarment and Suspension Certification
MWBE/LDB Participation Guidelines
MWBE/LDB/VBE Subcontractor Participation (if applicable)
Bid Price Sheet
Addenda (if applicable)
Certificate of Insurance
ITB1903056
Page 3 of 62
TABLE OF CONTENTS
Page
Invitation to Bid Form 1
Bid Submittal Checklist 2
Table of Contents 3
Section I. Definitions 4
Section II. Scope 8
Section III. Special Conditions 8
Section IV. Specifications 15
Section V. Instruction to Bidders 22
Section VI. General Terms and Conditions 24
Appendix A: “No Bid” Response Submittal Form 39
Appendix B: Statement of Affirmation and Intent 40
Appendix C: Bidder’s Experience and Qualifications 42
Appendix D: Bidder’s Statement of Principal Place of Business 44
Appendix E: Bidder’s Statement of Financial Qualification 45
Appendix F: Drug-free Workplace Certification 46
Appendix G: Non-Disclosure Agreement for Confidential Materials 47
Appendix H: Debarment and Suspension Certification 51
Appendix I: MWBE/LDB Participation Guidelines 53
Appendix J: MWBE/LDB/VBE Subcontractor Participation 55
Appendix K: Bid Price Sheet 56
Appendix L: Basketball Courts Drawings – Elementary Schools 57
Appendix M: Basketball Courts Drawings – Middle & High Schools 58
Appendix N: Volleyball Tennis Courts Drawings – Middle & High School 59
Appendix O: Design Guidelines 11 66 10 – Outdoor Athletic Fields Event Facilities 60
And Play Courts
Appendix P: Contract Completion Form 63
ITB1903056
Page 4 of 62
SECTION I. DEFINITIONS
1. Definitions. As used in this Contract, the terms defined in this Contract have the following meanings
as set forth therein and the following terms have the meanings set forth below:
1.1. “Acquisition” means the process of obtaining supplies, services, or construction through
purchase, lease, or grants. The process includes the establishment of needs, description of
requirements, selection of method of procurement, selection of sources, solicitation of offers,
award of contract, financing, and Contract administration.
1.2. “Addenda” means a written addition or supplement to a document (for example, items or
information added, deleted or changed on a procurement document). Addenda will be posted on
the OCPS Procurement Services website.
1.3. “Awarded Bidder or Awardees” means a contractor, business entity or individual who has been
selected as an awardee of a contract in accordance with a bid or proposal previously submitted
and shall proceed with performance of the contract.
1.4. “Bid” means a solicitation notifying potential Bidders of an opportunity to bid on a project. It can
be an invitation to bid, request of proposals, request for quotations, and a request for sealed bids.
1.5. “Bid Price Sheet” means an Exhibit attached that contains the highest price that Bidder is willing
pay for a commodities or contractual services, and is provided by Bidder in the Bid Submittal.
1.6. “Bid Submittal” means a written response to a solicitation for competitive sealed bids to provide
equipment, supplies, services, or construction items.
1.7. “Bidder” means any individual, business entity, or company submitting a bid in response to an
Invitation to Bid; the term “Bidder” is used interchangeably with the terms “Contractor”, “Proposer”,
or “Bidder”
1.8. “Bid sample” means a sample offered by a Bidder when required in an ITB; the samples are
considered a required part of the solicitation and are examined and tested for conformance with
the requirements of the ITB.
1.9. “Confidential Information” means all material, non-public, business-related information, written
or oral, whether or not it is marked as confidential, that is disclosed or made available to the Bidder
and/or Vendor, directly or indirectly, through any means of communication or observation by the
disclosing party or any of its affiliates or representatives.
1.10. “Conflict of Interest” means an actual or potential situation in which the personal interests of a
Bidder, OCPS employee, or public official, are, or appear to be, in conflict with the best interests
of OCPS.
1.11. “Agreement” means a mutually binding legal instrument obligating Bidder to furnish the
commodities or contractual services in exchange for payment from OCPS, including, but not
limited to, Purchase Orders and formal Agreements.
1.12. “Descriptive Literature” means any information provided by Bidder (such as cuts, illustrations,
drawings, and brochures) that shows a commodity’s characteristics or construction of a commodity
or explains its operation. The term includes only that information needed to evaluate the
acceptability of the commodity and excludes other information for operating or maintaining the
commodity.
ITB1903056
Page 5 of 62
1.13. “F.O.B. Destination” means freight on board at destination; title changes hands from Bidder to
purchaser at the destination of the Shipment; Bidder owns goods in transit and files any claims.
Payment of freight charges is determined by Contract terms.
1.14. “Lobbying” means any action taken by an individual, firm, association, joint venture, partnership,
syndicate, corporation, and all other groups who seek to influence the decision of the Board or
OCPS personnel after advertisement and prior to the award of a Bid or Contract.
1.15. “Local Developing Business” (LDB) means a business concern that is domiciled in the local
area (Orange, Osceola, Lake, or Seminole County) and that meets the revenue limitations, and
that is owned and controlled by one or more individuals whose personal net worth does not exceed
the Net Worth Limitation.
1.16. “Lump Sum” means the total price of a group of items, which is priced as a whole.
1.17. Material Safety Data Sheet (“MSDS”) means a document that contains information on the
potential hazards (health, fire, reactivity and environmental) of a material and how to work safely
with that chemical material, such as the use, storage, handling and emergency procedures all
related to the hazards of that material.
1.18. “Minority/Women Business Enterprise” (MWBE) means OCPS has established a MWBE
policy for the procurement of goods and non-professional services with an annual participation
goal of twelve percent (12%). Bidders must be certified as a MWBE to be considered under this
program. Valid and current certifications from Orange County, the City of Orlando, Greater
Orlando Aviation Authority (GOAA), State of Florida and National Minority Bidder Development
Council (NMSDC) are acceptable. Copies of certification documents must be submitted with
Bidder’s Bid Submittal.
1.19. “Notice of Award” means the written notice of the acceptance of the solicitation from OCPS to
Bidder.
1.20. “Not to Exceed” means the contractor is compensated for actual costs incurred plus a
fixed fee subject to a ceiling price. The Contractor shall be reimbursed at invoice cost including
(1) sales and/or use taxes and (2) freight. A markup shall be paid on the invoice cost of the
materials, labor, rental fees, and subcontractor fees. The markup shall be based on the material
markup percentage specified on the price sheet, not to exceed 10%.
1.21. “Occupational Safety and Health Act (“OSHA)” means the Occupational Safety and Health Act
of 1970 is a US labor law governing the federal law of occupational health and safety in the private
sector and federal government in the United States. It was enacted by Congress in 1970 and was
signed by President Richard Nixon on December 29, 1970.
1.22. “Office of Business Opportunity” (“OBO”) means the office that ensures participation of local,
small, veteran-, minority- and woman-owned businesses in providing goods and services to Orange
County Public Schools.
1.23. “OCPS Purchasing Card” means the Purchase Card (P-Card) program enables work locations
to make small purchases, generally under one-thousand dollars ($1,000), quickly and without a
formal Purchase Order to streamline and speed-up small-dollar purchases. The P-Card program
is administered by the Procurement Services Department.
1.24. “Offer” means a response to a solicitation that, if accepted, would bind the Offeror to perform a
under a resulting Contract.
ITB1903056
Page 6 of 62
1.25. “Offeror” means one who makes an Offer in response to a solicitation; or one who submits a Bid
in response to a Request For Proposal (“RFP”), Invitation To Bid (“ITB”), Invitation To Negotiate
(“ITN”); used interchangeably with the terms “Bidder”, “Bidder”.
1.26. “Orange County Public Schools” (“OCPS”) means a political subdivision of the State of Florida as
the school district in Orange County, Florida, United States, and is at located at 445 West Amelia
Street, Orlando, FL 328011-1129.
1.27. “Piggybacking” means piggybacking a contract using an existing Contract to acquire the same
commodities or services at the same or lower price from another public entity Contract.
1.28. “Pricing” means the process of establishing a reasonable amount to be paid for commodities or
contractual services.
1.29. “Procurement Representative” means the Procurement Services employee identified in
solicitation documents, who is primarily responsible for processing the solicitation.
1.30. “Procurement Services Department” means the Facilities & Constructing Contracting
Department within Orange County Public Schools and is responsible for the administration of this
solicitation.
1.31. “Purchase Order” means OCPS’s written document to a Bidder formalizing all the terms and
conditions of a proposed transaction, such as a description of the requested item(s), delivery
schedule, terms of payment, and transportation.
1.32. “Responsible Bidder” means a Bidder who has the capability in all respects to perform fully the
Contractual requirements, and the experience, integrity, perseverance, reliability, capacity,
facilities, equipment, and credit which will assure good faith performance. Each Bid Submittal shall
be evaluated for conformance as Responsive and Responsible.
1.33. “Responsive Bidder” means a Bidder who has submitted a bid that conforms in all material
respects to the solicitation requirements. Each Bid Submittal shall be evaluated for conformance
as Responsive and Responsible.
1.34. “Sealed Documents” means drawings or specifications that bear the seal and signature of a
Registered Architect or Professional Engineer.
1.35. “Secondary Quotations” means requesting Awardees provide pricing on specific product or
services not defined in solicitation documents, but covered under the specifications.
1.36. “Shipment” means the process of transporting goods.
1.37. “Shop Drawings” means the drawings, schedule, diagrams, and other information or data which
are prepared and submitted by the awarded Contractor to OCPS showing in detail the proposed
assembly and fabrication of structural elements and the installation, form, fit, and attachment
details of materials. It includes layouts, schematics, illustrations, descriptive literature,
performance, and test data to detail specific parts of work such as but not limited to measurements,
elevations, rebar, bolts, welding, etc. as required by the contract and in compliance with the current
codes and regulations.
1.38. “Signature” or “Signed” means the discrete, verifiable written symbol of an individual; indicates
a present intention to authenticate the writing, including electronic Signatures.
1.39. “Solicitation” means the written document containing an invitation for bids or request for
proposals to provide commodities or contractual services.
ITB1903056
Page 7 of 62
1.40. “Solicitation Provision” or “Provision” means a term or condition used only in solicitations and
applying only before Contract award.
1.41. “Specifications” means a description of the physical or functional characteristics, or of the nature
of commodities or contractual services; the requirements to be satisfied by a product, material, or
process indicating, if appropriate, the procedures to determine whether the requirements are
satisfied.
1.42. “Surety” means any corporation that executes, as Surety, the Proposal/Bid, Performance, and/or
Payment Bond.
1.43. “Vendor” means, per Policy KCE, a “Vendor” shall include any companies, consultants, contractors
or other provider of services or products that are registered as a vendor with OCPS. “Vendor” shall
not include any government official, elected official, government employee or any other person
affiliated with a governmental agency while acting in his or her official capacity on behalf of that
governmental agency. The term “Vendor” shall not include registered charitable, not-for-profit or
voluntary organizations that provide free or gratuitous services or products to OCPS.
1.44. “Veterans Business Enterprise” (“VBE”) means each VBE Bidder is certified at the time of the
opening of the bid otherwise credit for the preference will not be given. Each VBE bidder shall submit
a valid/current VBE certificate issued through the Center for Verification and Evaluation (“CVE”) or
the State of Florida. Failure to obtain and maintain a valid certification will result in the denial by
OCPS of the preference until such time as evidence of the certification or re-certification is
established.
1.45. “Warranty” means a promise or affirmation given by Bidder to OCPS regarding the nature,
usefulness, or condition of the commodities or performance of services furnished under the
Contract.
THE REMAINDER OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK
ITB1903056
Page 8 of 62
SECTION II. SCOPE
The purpose of this invitation to bid is to establish firm, fixed pricing for asphalt play courts (tennis &
basketball) installation, surfacing and resurfacing. OCPS will issue purchase orders on an as needed basis.
SECTION III. SPECIAL CONDITIONS
1. Term: The intent of this Contract is to establish a Contract for a period of three (3) years from the date
of award, during which time the successful Bidder(s) shall guarantee fixed Pricing on items awarded, as
specified in this Contract.
2. Contract Renewals: OCPS reserves the right to renew any or all prices, terms, conditions, and
specifications of this Contract, for up to two (2) additional one-year period(s), upon mutual agreed by
both OCPS and the Awarded Bidder. Renewals must be evidenced, in writing, with the Signature of the
Awarded Bidder’s authorized representative and OCPS.
3. Contract Extension: In addition to any renewal options contained herein, OCPS has the right to extend
the Contract for the period of time necessary for OCPS to release, award, and implement a replacement
ITB for the commodities and/or contractual services provided through this Contract. Such extension shall
be based upon the same prices, terms, and conditions as the existing ITB.
4. Additional Vendors: OCPS reserves the right to increase the pool of pre-qualified companies to provide
the services included in the ITB, if deemed necessary by OCPS, subject to approval, additional providers
will be added to the pool of awarded companies. Regardless as to the year a company is added to the
pool of awarded companies, all awards will be terminated at the end of this ITB.
5. Minimum Requirements: To be eligible for this Contract, Bidders must: (i) not be on the Florida
Suspended Vendor List; (ii) Possess the financial capability, experience, and personnel resources to
provide the equipment and services as required in this Contract; (iii) meet the Mandatory Requirements
listed below; (iv) Be a manufacturer or an authorized distributor or reseller of the manufacturer. Upon
request by OCPS, the Bidder will supply, within 48 hours, a Letter of Authorization to OCPS Procurement
Services on Manufacturer’s letterhead, Signed by an individual authorized to bind the manufacturer, include
a confirmation statement detailing the roles and responsibilities of each party as a part of your contractual
Agreement with the distributors.
6. Mandatory Requirements: Bidder must meet the following mandatory requirements in order to be
considered for this Contract.
6.1. Primary Point of Contact: Bidder must provide a primary account management as a point of
contact for the Contract.
6.1.1. The Awardee shall provide the name, address, phone and cell numbers of the person(s)
to be contacted for the placement of an order and the coordination of service.
6.1.2. A contact for both regular work-hours and after- hours, weekends, and holidays must
be identified.
6.1.3. The Awardee shall provide Procurement Representative with any updates to the
Primary Point of Contact.
6.1.4. OCPS reserves the right to require a change in the Awardee’s Primary Point of Contact
if the Awardee’s personnel, in the district’s opinion, deemed objectionable,
unacceptable, or unprofessional. OCPS reserves the right to require the contractor to
immediately remove any employee from working on School Board premises for
ITB1903056
Page 9 of 62
violating any term of this Agreement; or whose work habits and/or conduct are deemed
objectionable, unacceptable, or unprofessional.
7. Insurance: At its sole expense, the Awarded Bidder (s) shall maintain the following insurance during
the term of this Agreement and such insurance will apply to Bidder, its employees, agents, and
subcontractors:
7.1. Workers’ Compensation insurance in statutory amounts and Employers Liability in an amount
not less than One Million Dollars ($1,000,000) each accident/disease. This insurance shall apply
to all Bidder’s employees who will be engaged in the performance of the Services in this
Agreement.
7.2. Commercial General Liability insurance, including products and completed operations and
contractual liability, arising from any and all claims for property damage and bodily injury,
including death, in an amount not less than One Million Dollars ($1,000,000) each occurrence
and Two Million Dollars ($2,000,000) aggregate. This policy must include The School Board of
Orange County, Florida, its board members, employees, and representatives as additional
insured.
7.3. Automobile Liability insurance, including all owned, non-owned, and hired vehicles used in
conjunction with providing Services outlined in this Agreement, for property damage and bodily
injury, including death, in an amount not less than One Million Dollars ($1,000,000) each accident.
This policy must include The School Board of Orange County, Florida, its board members,
employees and representatives as additional insured.
7.4. Insurance Capacity Verification: Awarded Bidder(s) shall provide proof of insurance prior to
execution of this Contract. Receipt of proof of insurance shall not be construed as an approval of
Awarded Bidder’s insurance or a release or waiver of Awarded Bidder’s obligation to provide
insurance required by this Contract. Awarded Bidder agrees to the following as it relates to all
above required insurance:
7.5. All insurance shall be primary and not contributory to any other insurance carried by OCPS. This
shall also apply to any self-insurance maintained by OCPS.
7.6. Awarded Bidder shall notify OCPS’s Risk Management Department within thirty (30) days of any
material changes or notice of cancellation Awarded Bidder received from its insurer on above
required insurance.
7.7. Awarded Bidder shall provide evidence of all insurance in the form of a Certificate of Insurance
and specify any deductible or retention applicable to above required insurance.
7.8. To the extent permitted by law, Awarded Bidder’s insurance shall contain a waive rights to
recover from OCPS or its insurance.
7.9. Any required insurance that Awarded Bidder self-insures or carries retentions in excess of Ten
Thousand Dollars ($10,000.00) shall be pre-approved by OCPS’s Risk Management Department
and referenced in an addendum to this Contract.
8. Indemnification: The Awarded Bidder shall indemnify, defend, and hold harmless OCPS, its board
members, employees, representatives from and against all claims, suits, actions, damages, losses,
expenses, and/or a cause of action, including but not limited to, economic loss, reasonable attorneys’
fees, and expenses, arising out of, or in connection with this Agreement, provided that any such claims,
suits, actions, damages, losses, expenses, and/or a cause of action, (i) is attributable to any person(s)
claiming personal injury, bodily injury, sickness, disease, or death; or damage to tangible property of a
third party including the loss of use, (ii) loss of Bidder’s tools and equipment used in connection with
this Agreement, and (iii) is caused or incurred in whole or in part by Bidder or any of its subcontractors,
ITB1903056
Page 10 of 62
agents, or anyone directly or indirectly employed by Bidder, subcontractor, agents, regardless if caused
in part by OCPS. This indemnification shall not apply to any claims, suits, actions, damages, losses,
expenses, and/or a cause of action, arising from OCPS’s sole gross negligence or intentional
misconduct.
8.1. Nothing in this Agreement shall be deemed to affect the rights, privileges, or be deemed a waiver
of, or limitation of OCPS’s sovereign immunity protection and limitations of liability pursuant to
Section 768.28, F.S. Any indemnity or assumption of liability by OCPS hereunder shall be subject
to OCPS’s rights to sovereign immunity and any other limitations of liability provided OCPS
pursuant to Florida law.
9. Bond: OCPS may request and require the Awardee to provide a payment and performance and bond
on projects over $300,000.00.
9.1. Both bonds will require 100% of the total project cost. The bond requirements will be included in
the Work Authorization or Purchase Order and scope of work provided to the Awardee. The
Awardee’s estimate shall include as a separate line item all acquisition costs associated with the
bond(s). OCPS will pay for reasonable costs incurred by the Awardee for obtaining a performance
and payment bond.
10. Permits and Regulations: All work covered by the technical codes will require a permit from the
OCPS Building Code Compliance Office. This includes constructing, enlarging, altering, repairing,
moving, demolishing, changing of occupancy or use, erecting, installing, converting or replacing any
building or structure, electrical, plumbing, mechanical, gas, fire alarm or fire sprinkler system.
10.1. The Awardee shall procure and pay for all licenses, and bonds necessary for the prosecution of
the Work, and/or required by municipal, State and federal regulations, laws and procedures,
unless specifically provided otherwise in the Bid Documents.
10.2. All work to be permitted through the OCPS Building Code Compliance Office.
10.3. The Awardee agrees to attend the first available training session provided by OCPS Building
Code Compliance Office, at no cost to the awarded bidder, and is obligated to ensure that
representatives from each of their various subcontractors, who are involved in the inspection
process, attend the training session as well.
10.4. All permits issued by the Building Code Compliance Office are free of charge.
10.4.1. For more information on the Orange County Public Schools, Building Code Compliance
Office, please visit:
https://www.ocps.net/op/compliance/Pages/default.aspx.
11. Contractor Selection Methodology
11.1. Any Awardee can be used for work or projects under $15,000. Projects over $15,000 will be
quoted amongst all Awardees (a “no bid” will count as a quote).
11.2. The School Board reserves the right to amend this methodology for contractor selection and the
assignment of work if it determines that such a decision would be in its best interest. Such
changes may include, but not be limited to, emergencies, performance issues, workload
concerns, and increased or decreased work volume
11.3. OCPS reserves the right to award a contract or project to multiple Awardee.
11.4. OCPS reserves the right to competitively bid work amongst all vendors awarded under a contract.
ITB1903056
Page 11 of 62
12. Secondary Quotation Process: The Awardees shall be provided a detailed Scope of Work, in the
form of a Request for Quote, to include, at a minimum:
12.1. Location where the work is to be performed.
12.2. Name and contact information for the District’s Authorized Representative, responsible for
coordinating the work.
12.3. A detailed scope of work, including plans, if available, to the Awardee.
12.4. A timeframe for completion of the work.
12.5. Walkthrough information, if requested.
12.6. Deadline for submitting quotes, shall be listed on the Request for Quote.
12.7. Upon receipt of a Request for Quote form from the OCPS’ authorized representative(s), the
Awardee shall prepare a written estimate of the labor, materials, and equipment required for the
completion of the project.
12.8. The Awardee must submit a not to exceed quote, to include the following:
12.8.1. Breakdown of labor hours, with hourly rates, as bid.
12.8.2. Quantity, description and extended price of all bid line items.
12.8.3. Itemized list of materials with description, manufacturer, part number, quantity of units
and cost.
12.8.4. Itemized list of subcontractors and equipment, with description and individual cost.
12.8.5. All items will need to show the full calculation with net and extended pricing.
12.8.6. Awardee will return the Request For Quote, with a not to exceed quote.
12.9. OCPS reserves the right to request a full breakdown from material providers and subcontractors.
12.10. During the quote process, the Awardee may vary from the original bid pricing submitted. If the
Awardee opts to vary from the original bid pricing, the pricing submitted for the quote must be
lower than the original bid pricing.
12.11. If the Awardee is unable to provide the requested services, they must email the District’s
authorized representative with the response “No Bid”.
12.12. The Awardee will identify any additional tasks necessary to complete the scope of work
satisfactorily.
12.13. The Awardee’s quote shall be evaluated to determine if the Scope of Work has been clearly
and accurately understood by the Awardee, the work has been properly estimated with
supporting data presented, and the materials and equipment estimates are reasonable and
properly documented.
12.14. The quote provided by the Awardee shall be firm. No increases shall be permitted unless
unforeseen circumstances arise.
12.15. Secondary Quotation Award:
ITB1903056
Page 12 of 62
12.15.1. The lowest responsive, responsible Awardee will be announced and must provide
a full breakdown, per the specifications 11, within 3 business days, in order to be
considered responsive. Failure to comply with this stipulation will result in the
Awardee’s quote being marked non-responsive, and the OCPS will move on to the
next lowest Awardee.
12.16. The Awardee acknowledges that work shall be performed only after receipt of an authorized
purchase order or work authorization, as applicable.
12.17. If, during the course of the work, the Awardee encounters unforeseen conditions which impact
the work and which could not initially be evaluated, change in scope or change in schedule,
resulting in additional costs, the Awardee shall not proceed without written authorization by the
District authorized representative(s). The additional items will be negotiated and approved by
the authorized representative and then a change order (if applicable) or purchase order will
be issued.
12.18. The Awardee time shall start on the ‘job site’. Any travel time expenses shall be borne by the
Awarded Bidder and will not be reimbursed by the District.
12.19. Any person found not to be in conformance with any laws, statutes, rules or regulations shall
not be allowed on the job site. Continued violations by the Awardee shall constitute cause for
immediate termination of the contract.
12.20. The Awardee shall, and in addition to all other guarantees, be responsible for faulty labor or
workmanship and shall promptly correct improper work, without cost to OCPS, within 24 hours
after receipt of notification of such faulty labor or workmanship.
12.21. If the Awardee fails within 24 hours to correct defects, the OCPS shall be entitled to have such
work remedied and the Awarded Bidder shall be fully liable for all costs and expense
reasonably incurred by OCPS.
12.22. Payments in full or otherwise do not constitute a waiver of this guarantee. The guarantee period
shall be effective for five years after acceptance of the work by OCPS.
12.23. The Awardee repeated failure to submit estimates, complete projects by the due date or as
directed, or those considered non-responsive to OCPS communications, on more than three
(3) occasions, may be deemed in default of their contract by the procurement representative.
12.23.1. Vendor Performance Reports (VPRs) will be issued to Awardees that are non-
compliant or in default of the contract.
12.23.2. If deemed in default of the contract by the procurement representative, no more cost
proposals shall be requested from the Awardee under this bid and the Awardee will
be disqualified.
13. Project Timelines
13.1. Each project must be started within thirty (30) working days after receipt of purchase order and
BCCO permit (when applicable), and shall be completed within sixty (60) calendar days or as
directed by Facilities Representative. Any exceptions must be approved by the Facilities
Representative.
14. Labor
14.1. The Awardee’s time shall start on the ‘job site’. Any travel time expenses shall be borne by the
Awardee and will not be reimbursed by the OCPS.
ITB1903056
Page 13 of 62
15. Materials
15.1. OCPS reserves the right to furnish materials to the Awardee OCPS may opt to use Owner
Direct Purchases to capture sales tax savings.
15.2. The Awardee shall provide products, systems and materials that meet codes and applicable
standards.
16. Completion
16.1. Upon completion of the job, the Awardee shall submit the following information, as applicable:
16.1.1. Final invoice, with documentation.
16.1.2. Awardee’s certification that the work has been completed, in the form of the Contract
16.1.3. Acceptance from the BCCO.
16.1.4. Delivery tickets.
16.1.5. Warranty information.
16.1.6. Reports.
16.1.7. As Built Drawings.
16.1.8. Verification of hours worked, to include work order timesheets, payroll records, etc.,
upon request.
16.1.9. Any other documents as requested by District Authorization Representative.
17. Invoicing:
17.1. The Awardee will be required to submit invoices that reference valid purchase order numbers
on all requests for payment. Each invoice can only be associated with one purchase order
number and it is the responsibility of the Contractor to resolve any discrepancies with the
District’s authorized representative.
17.2. OCPS will only pay for the actual labor hours, materials, subcontractors and equipment utilized
during the course of the work. Payment will be made for actual costs incurred for any cost plus
materials, subcontractors and equipment, with % markup as bid. Substantiation of these costs
by the contractor will be necessary.
17.3. Invoices shall contain the following information, as applicable:
17.3.1. Invoice number, work location and purchase order number.
17.3.2. Invoices shall provide a breakdown, which matches the quote. Lump sum invoices
will not be accepted. Quantities, unit pricing and extended pricing must be clearly
presented.
17.3.3. A detailed breakdown of material used to complete the job must be provided.
Substantiating invoices for any material, subcontractors or equipment that is priced
as a “cost plus markup” must be submitted along with the invoice.
17.4. Final invoices must be submitted with the Completion documents.
ITB1903056
Page 14 of 62
17.5. Partial invoices may be processed at the discretion of the District’s authorized representative.
17.6. Invoice submittal is preferred to be made via email to the District’s authorized representative,
as indicated on the Request for Quote. Mailing instructions, if needed, can be obtained by
contacting the appropriate District’s authorized representative.
18. Liquidated Damages
18.1. If the Awardee fails, or refuses to complete the Work within the time specified in a RFQ, then
the Awardee does hereby agree, as part considerations for awarding of this Contract, to pay
OCPS a minimum sum of one hundred dollars ($100) for each work day that the Awardee shall
delay after the time stipulated in the purchase order as the ‘completion’ time, not as a penalty
but as liquidated damages for breach of the contract as set forth herein. The liquidated
damages amount will be identified on a project by project basis.
19. Contractor’s Personnel
19.1. It is the Contractor’s responsibility to ensure that all employees are legally allowed to work in
the United States in accordance with Immigration and Homeland Security Policies.
19.2. Employees must:
19.2.1. Be 18 years of age or older, physically capable and qualified for this type of work.
19.2.2. Sign in and out (upon arrival & departure) at the main office of the school or facility.
19.2.3. Wear their company uniform at all times on school board property.
19.2.4. Wear their JLA identification badge on their shirt or jacket so that it is visible at all
times on school board property.
19.2.5. Comply with instructions pertaining to conduct and building regulations stated by site
OCPS officials.
19.2.6. Adhere to OCPS security standards.
19.2.7. Refrain from using foul, abusive or profane language on school property.
19.2.8. Comply with the OCPS District’s policies on drug-free and smoke-free work place.
19.3 . Employees will not:
19.3.1. Interact with the student population.
19.3.2. Solicit, distribute or sell products while on school board property.
19.3.4. Possess any knives or firearms (gun, starter gun, antique firearms, etc.) on school
board property.
19.4. The principal at his/her discretion, can require that the contractor immediately remove any
employee from working on School Board premises for violating any term of this unacceptable.
ITB1903056
Page 15 of 62
SECTION VI. SPECIFICATIONS
1. CONTRACTOR QUALIFICATIONS
1.1. Firm submitting the bid shall possess at least three (3) years of experience, as verified by sunbiz.org,
prior to the bid opening. Firm shall have sufficient financial support, equipment and organization to
ensure that they can satisfactorily execute the service if awarded the contract under the terms and
conditions herein stated.
1.2. Firm, which must be regularly engaged in the business for services as noted herein, must have
experience providing such services to commercial accounts. Within the past three (3) years contractor
shall have performed a minimum of three (3) commercial projects where the contract amount was
$5,000 or greater.
1.2.1. Projects must be listed on the “Bidder’s Experience/Qualifications” Form.
1.2.2. The enclosed questionnaire, which will be used to evaluate capabilities to perform the
work during the contract period, must be completed and contain sufficient and specific
information which directly responds to the request. The School Board reserves the
right to reject bids which do not provide sufficient information to evaluate the
qualifications of the Vendor and where information provided does not demonstrate a
proven past record (such as negative references, failure to complete projects, etc.).
1.3. Firm must have sufficient number of personnel, materials, transportation, and equipment to perform
work as stated in the bid. Bidder shall also be capable of performing work at multiple job sites
simultaneously throughout the District.
1.4. The Bidder must at all times maintain appropriate licenses as required by the State of Florida and the
Scope of Work. At the request of the District the awarded contractor(s) shall provide a current copy of
said licenses and certifications to the District.
1.5. All requested work shall be completed in accordance with all federal, state and local codes, and
shall be inspected for compliance by Orange County Public School Office of Building Code
Compliance Inspectors and any other inspectors designated by OCPS.
2. Contractor Responsibilities
2.1. The Contractor shall report to the authorized OCPS representative, any conditions that he believes
are detrimental to operating efficiency. If, during the course of work, the Contractor encounters
unforeseen conditions which affect the work, and which could not initially be evaluated, the
Contractor must notify the authorized OCPS representative immediately and shall not proceed
without written authorization from an authorized OCPS representative.
2.2. The Contractor shall take all precautions to protect District property. The Contractor r is
responsible for notifying the OCPS authorized representative immediately of any and all property
damage. Contractor shall be responsible for the repair of any damage to school equipment or
site(s).This includes, but is not limited to, damages to utilities, lawns, shrubs, trees, sidewalks,
roads, drives, buildings, or other property on the site.
2.3. The bid price shall include all charges. No additional charges will be paid unless noted on the bid.
2.4. The Contractor, at all times, shall keep the premises free from the accumulation of waste materials
or rubbish caused by their Work in progress. At the completion of the Work, the Contractor shall
remove all of this material/rubbish from the OCPS’ property as well as all of their tools, equipment,
machinery and surplus materials. The contractor is not permitted to use OCPS trash receptacles.
ITB1903056
Page 16 of 62
An on-site dumpster may be placed at the jobsite with prior written approval from OCPS.
2.5. If keys are provided and lost, the Contractor will be responsible for the cost of replacement keys
at a re-key charge established by the Facilities Services Lock Shop to rekey the campus. For
security purposes, the vendor shall report the lost or stolen key to Maintenance Representative
within 2 hours, so that OCPS may takes steps to secure the location.
2.6. All requested work shall be completed in accordance with all federal, state and local codes and
shall be in compliance with the OCPS Office of Building Code Compliance Inspectors and any
other inspectors designated by OCPS. Any fines levied due to inadequacies of failure to comply
with any requirements shall be the sole responsibility of the Contractor. If compliance with two or
more standards is specified and the standards establishes different or conflicting requirements for
minimum quantities or quality levels, comply with the more stringent requirement.
2.7. Unless otherwise provided in project documents, the Contractor shall provide and pay for all labor,
materials, equipment, tools, construction equipment and machinery, water, heat, utilities,
transportation, and any other facilities and services necessary for the proper execution and
completion of the project whether temporary or permanent and whether or not incorporated or to
be incorporated in the project.
2.8. The Contractor warrants to the OCPS that all materials and equipment furnished under this
contract will be NEW unless otherwise specified, and that all Work will be of good quality, free from
faults and defects and in conformance with the project specifications. All Work not conforming to
these requirements, including substitutions not properly approved and authorized, may be
considered defective. If required by the OCPS, the Contractor shall furnish satisfactory evidence
as to the kind and quality of materials and equipment.
2.9. Precautions will be exercised at all times for the protection of persons (including employees) and
property. The Contractor at Contractor’s expense will provide barricades, when work is performed
in areas traversed by persons or vehicles, or when deemed necessary by the School Board’s
Representative.
2.10. The Contractor shall provide sufficient staff, resources and facilities to ensure that the Orange
County School Board’s business is handled in a timely manner. If the vendor is unable to perform
the work in a timely manner as agreed upon, the School Board shall have the right to rescind the
purchase order and award to another vendor.
3. Safety Standards
3.1. All current OSHA safety standards shall be enforced with the inclusion of the following rules:
3.1.1. Contractor shall ensure that employees are equipped with proper safety items such as
glasses, gloves, etc.
3.1.2. All heavy vehicles (trucks, etc.) shall have backup alarms that meet OSHA standards.
3.1.3. All OSHA and Federal required safety equipment should be installed and functioning
on all equipment.
3.1.4. All incidents on campus involving district property or personnel shall be reported to the
designated school contact immediately upon occurrence.
3.1.5. All debris (papers, trash, etc.) shall be removed to an environmentally approved landfill
or recycling center.
ITB1903056
Page 17 of 62
4. Service Requirements
4.1. If the Contractor is unable to perform the work in a timely manner as agreed upon, OCPS shall
have the right to rescind the Purchase Order and award to another vendor.
4.2. Construction will be determined through the drawings attached via Appendix L (B-1), Appendix M
(B-2), or Appendix N (T-1). Any additional scope of work shall be authorized in writing by an
OCPS Representative. Contractor shall be required to coordinate the location and elevation with
the OCPS representative to establish that no water shall stand on or abuts court.
4.3. Routine Calls:
4.3.1. Routine calls shall be handled during the hours of 7:00 a.m. to 4:30p.m. Monday
through Friday, excluding holidays.
4.3.2. Contractor shall provide an on-site response to service requests within twenty-four
hours (24) hours of the request. Further, vendor agrees to respond to Facilities
representative inquiries within 24 hours of the initial contact.
5. Design Criteria For Asphalt Play Courts
5.1. Site Preparation and Installation:
5.1.1. Furnish Underground Utility Locates.
5.1.2. Remove all topsoil, debris and rocks from the area to be paved.
5.1.3. Place sub grade material directly on the prepared grade in one lift in a thickness of six
(6) inches, spread and compacted.
5.1.4. Sub grade should be shaped properly to meet true alignment and elevation and
compacted to not less than 95 percent of maximum laboratory density, (compaction
test required). The surface should not vary more than ¾” from the established grade.
5.1.5. Place six (6”) inch lime rock aggregate base on the prepared sub grade and compact
to ensure a hard, uniform, well-compacted surface.
5.1.6. A one (1”) inch compacted surface course, or full depth Asphalt base course, should
be placed to the true line and grade. (Hot Mix Asphalt, max aggregate size ½” Type
III) Florida State Highway Specifications asphalt.
5.1.7. Any irregularities in the surface of this course should be corrected directly behind the
pavers.
5.1.8. As soon as the material can be compacted without displacement, rolling and
compaction should be started and continue until the surface is thoroughly compacted
and all roller marks have disappeared.
5.1.9. Surface drainage on the court should be directed to the pavement edges and carried
away in suitable channels or drainage facilities. It is recommended that the minimum
pavement cross-slope be 1 inch to 10 foot, to preclude standing water and ensure rapid
drainage. Sufficient storm drain runoff shall be considered to prevent water retention
in the play courts.
ITB1903056
Page 18 of 62
5.1.10. The finish surface should not deviate more than ¼ inch when measured with a 10 -
foot straight edge.
5.1.11. A continuous Concrete curb, 12” wide and 8” deep with one #5 continuous shall be
poured at outer perimeter edge of asphalt to encompass asphalt court as per plan and
detail.
5.1.12. Eight (8) 4 ½” galvanized goal post shall be set as per plan and detail.
5.2. Color Finish Course: Apply in accordance with manufacturer’s instructions.
5.3. Playing Lines:
5.3.1. For new construction, it is recommended that a minimum of 60 days elapse before
applying the surface color and playing lines. A striping-paint should be placed no
thicker than necessary for delineation. Base lines should not be more than 4” wide,
and playing lines should not be more than 2” wide. Base and playing lines must be
accurately located and marked in accordance with plans.
5.4. Basketball Goal Post and Backboard:
5.4.1. Goal posts shall be set as to establish a ten (10) foot height from asphalt surface to
basket rim except as noted on plan where some rims may be set at eight (8) foot
finished height from asphalt surface.
5.4.2. Basketball Poles shall be installed as per plan, encased in 24” diameter by 36” deep
concrete or as per engineered and wind load specifications.
5.4.3. Pole and backboard specifications
5.4.3.1. Goal Post: 4 ½” O.D. Post, Basketball Backstop w/Aluminum Fan
Backboard & Nylon Net, with a minimum of 4’ offset from backboard to
vertical pole.
5.4.3.2. Adjustable Goal Post: 4 ½” O.D Adjustable Basketball Backstop
w/Aluminum Fan Backboard & Nylon Net.
5.4.3.3. Painted Target & Border for each Backboard.
5.5. Fencing:
5.5.1. Fencing shall be green vinyl mesh, ten foot (10’) or twelve foot (12’) high as noted on
the bid price sheet. Corner post and gate posts to be 3” OD, line posts to be 2 ½” OD.
All posts to be schedule 40. All posts and framework to be painted to match vinyl mesh,
mesh to be 1 ¾”, 9 gauge finish with bottom tension wire. Fencing to be held in
approximately six inches (6”) from paving edge. One (1) pedestrian gate 4’ wide to be
included.
5.6. General:
5.6.1. During construction, contractor shall place and maintain a temporary protective 4’
orange fence barrier around work entire area. Two (2) barriers spaced 10’ required
when heavy equipment is used or excavation is performed.
5.6.2. After installation of asphalt court, contractor shall re-establish contour and grade of
field surrounding court and affected work areas to reduce possible standing water,
ITB1903056
Page 19 of 62
remove all construction debris and trash.
5.6.3. Finish product shall comply with bid documents and plans unless directed to alter
specifications by Project Manager/supervising OCPS representative in writing.
5.7. Part One - General
5.7.1. Compliance: Bidder shall meet or exceed the below codes, publications and standards.
5.7.1.1. National Federation of State High School Associations Court and Field
Diagram Guide, Indianapolis, Indiana, Current edition.
5.7.1.2. National Federation of State High School Track and Field Rules Book,
current Edition.
5.7.1.3. American’s With Disabilities Act Accessibility Guidelines (ADAAG).
5.7.1.4. State Requirements for Educational Facilities, Current Edition.
5.7.1.5. Florida Building Code, Current Edition.
5.7.1.6. OCPS Design Guidelines, Current Edition.
5.7.1.7. The design and dimensions of play courts shall be as described in the
National Federation of State High School Associations, Court and Field
Guide (See drawings in APPENDIX O).
5.7.1.8. American Society for Testing and Materials (ASTM).
5.7.2. Warranty:
5.7.2.1. Manufacturer’s Warranty:
5.7.2.1.1. The Manufacturer shall warrant that the product is free from defects,
to include chalking and fading, in material and workmanship for a
period of one (1) year from the date of final completion.
5.7.2.2. Installer’s Warranty:
5.7.2.2.1. The installer shall warrant the installation of the product to be free
from defects for a period of one (1) year from the date of completion.
5.7.3. Submittals:
5.7.3.1. Product Data: Submit manufacturer’s product data, including surface and
crack preparation and application instructions.
5.7.3.2. Samples: Submit manufacturer’s color samples of color coating to OCPS
representative.
5.8. Part Two – Product System
5.8.1. System Description
5.8.1.1. All systems and installation shall be in accordance with specifications of
ITB1903056
Page 20 of 62
OCPS current Design Guideline DG 11 66 66 10 – Outdoor Athletic
Fields, Field Event Facilities and Play Courts.
5.8.1.2. The base and sub base for all hardcourts shall be as recommended by the
Civil Engineer, based on the Geotechnical Engineer’s report on existing
soil conditions.
5.8.1.3. The coating product shall be a 100% acrylic emulsion (asbestos free)
coating for use on outdoor asphalt surfaces.
5.8.1.4. The acrylic color shall be a non-fading color that is pigmented through the
layered application.
5.8.1.5. The applications shall be done in three coats.
5.8.1.6. The top course of asphalt shall be Type-3 (or equal) hot-mix asphalt in
accordance with National Federation of State High Schools Associations
standards and specifications. Minimum allowable thickness shall not be
less than (1) inch.
5.9. Part Three – Execution
5.9.1. Examination
5.9.1.1. The exterior surface shall be inspected for existing surface conditions
before application of acrylic surfacer.
5.9.1.2. Starting installation constitutes Contractor’s acceptance of surface as
suitable for installation.
5.9.2. Environmental Conditions
5.9.2.1. The surface of the play-court shall be within the ambient temperature range
recommended by the Manufacturer, which is usually from 50 degrees F to
140 degrees F.
5.9.2.2. The acrylic surfacer must be dry, (drying time as recommended by the
Manufacturer) before any rainwater hits the application.
5.9.2.3. Do not apply asphalt court surface color coating system when rain is
expected during application or within 24 hours after application
5.9.3. Surface Preparation, Repairs and Resurface for Existing Asphalt Play Courts
5.9.3.1. Cleaning – Prior to the application the existing surface must be thoroughly
clean, sound, dry and free of oils and other bond inhibiting contaminants.
Pressure wash is required to remove all mildew.
5.9.3.2. Repair grade depressions - Prior to the applications of coating materials,
entire surface should be checked for minor depressions or irregularities.
Spalls, delamination, potholes, scaling, pop outs, and other defects in the
substrate must be repaired and all projections must be leveled prior to the
commencement of the installation.
5.9.3.3. Surface leveling – The surface leveling birdbaths shall be leveled using
ITB1903056
Page 21 of 62
primer, shall be brushed into place and allowed to dry prior to patching.
5.9.3.4. Crack Filling - All cracks shall be cleaned, primed, and filled using Acrylic
Crack Sealant or equal if cracks are 1/16 inch or less. Cracks greater than
one-quarter (1/16) inch in width shall be filled with court patch binder.
5.9.3.5. Crack Fabric Treatment –Treat and seal with waterproof fabric adhesive
tape. Once this fabric is applied it will be smoothed and blended into the
surface.
5.9.3.6. Resurfacer – Apply Acrylic Resurfacer (acrylic latex modified with
synthetics fibers and fillers) or equal as recommended by the manufacturer.
5.9.3.7. Textured Color Coats – Apply Color Coat Concentrate textured mixture or
equal as recommended by the manufacturer. Each layer shall be
completely dry before applying subsequent layers. Colors and texture to
match indoor surface.
5.9.3.8. Line paint: All lines to be applied according to U.S.T.A. specifications. Lines
must be straight and have clean, sharp edges. If lines are inaccurate or not
straight they will be done over.
5.9.3.9. Clean up – All trash and excess materials will be removed from site.
THE REMAINDER OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK
ITB1903056
Page 22 of 62
SECTION V. INSTRUCTIONS TO BIDDERS
1. Bid Submittal Instructions: Bidder shall submit their bid in accordance with the instructions and
schedule included in the solicitation containing these specifications and documents. Bid Submittals not
conforming to the instructions provided herein may be subject to disqualification at the sole option of
OCPS.
2. Bid Requirements: The following Appendices, upon which information is required, must be completed
and provided with the Bid Submittal:
i. Invitation to Bid Cover Sheet
ii. Statement of Affirmation and Intent
iii. Bidder’s Experience and Qualifications
iv. Bidder’s Statement of Principal Place of Business
v. Bidder’s Statement of Financial Qualification
vi. Drug-free Workplace Certification
vii. Non-Disclosure Agreement for Confidential Materials
viii. Debarment and Suspension Certification
ix. MWBE/LDB Participation Guidelines
x. MWBE/LDB/VBE Subcontractor Participation (if applicable)
xi. Bid Price Sheet
3. “No Bid” Response Submittal Form: If Bidder is not providing a Bid Submittal in response to this
Contract, Bidder shall complete and submit the “No Bid” Response Submittal Form electronically prior
to the due date established in this Contract via www.vendorlink.orps.net.
4. Electronic Submission: Bidder shall submit Bid Submittal electronically through VendorLink at
www.vendorlink.ocps.net. Contact VendorLink technical support at support@evendorlink.com, if
technical difficulties arise during proposal submission.
i. Upload files only in Excel (.xls or .xlsx), Adobe Portable Document (.pdf), or .ZIP file formats.
ii. Enable printing on files submitted.
iii. Clearly identify the ITB Number, Name, Submission Date, and Bidder Name on Invitation to Bid
Cover Sheet.
iv. Complete the Invitation to Bid Cover Sheet on Bidder’s using the following information:
a. Business Name;
b. Complete Business Address;
c. Name(s) and contact information of key personnel.
v. Separate and identify each part of the submission.
vi. Allow for adequate time to post bid prior to the designated deadline. The online portal for bid
submission will close at the time designated and any bids not completely submitted will not be
considered.
5. Withdrawal: Bidders may withdraw, alter, and resubmit Bid Submittals through VendorLink at any time
prior to the due date and time of this Contract. Any Bid Submittals not withdrawn will constitute an
irrevocable offer, for a period of 90 days, to provide OCPS with the services specified in the proposal.
OCPS may request clarifications and additional information after proposal submission.
6. Signature: All Bid Submittals must be signed by an officer or employee having authority to legally bind
Bidder. Any corrections of unit prices must be initialed. This includes corrections made using correction
fluid (white out) or any other method of correction. Bidders should become familiar with any local
conditions which may, in any manner, affect the product or service required. Bidders are required to
carefully examine the ITB terms and to become thoroughly familiar with any and all conditions and
requirements that may in any manner affect the work to be performed under this Contract. No additional
allowance will be made due to lack of knowledge of these conditions.
7. Florida Department of State, Division of Corporations Registration Requirements: Bidders that
are required to be registered with the Florida Department of State, Division of Corporations or who are
ITB1903056
Page 23 of 62
incorporated within the State of Florida must furnish their Florida document number, and written
documentation of “active” status. All registered Bidders must have an active status in order to be eligible
to do business with OCPS. Bidder(s) doing business under a fictitious name must submit the Bid
Submittal using the company’s complete registered legal name, i.e. ABC, Inc. d/b/a XYZ Company. To
register with the State of Florida, visit: www.Sunbiz.org.
8. Fingerprinting, Badges, and the Jessica Lunsford Act: The Jessica Lunsford Act was enacted on
September 1, 2005 in response to the tragic abduction and death of Jessica Lunsford. This law affects a
Bidder’s business operations and employees if they are under Contract with Orange County Public
Schools.
8.1. The Awarded Bidder and any of its employees performing services hereunder shall comply with the
Jessica Lunsford Act, effective September 1, 2005. “Non-instructional school district employees or
contractual personnel who are permitted access on school grounds when students are present, who
have direct contact with students or who have access to or control of school funds must meet level 2
screening requirements as described in s.1012.32. Contractual personnel shall include any vendor,
individual, or entity under Contract with a school or the school board.” See Section 1012.465, F.S.
8.2. Florida statute requires all vendors, contractors and subcontractors of OCPS to undergo a
FDLE/FBI Level II background screening and be fingerprinted in any one of the following conditions
apply:
i. Vendor employees will be on school grounds when students are present;
ii. Vendor employees will have direct contact with students; or
iii. Vendor employees will have access to or control of school funds.
8.3. Vendors meeting the above conditions shall carry an OCPS badge. Vendors that currently have a
badge with another school district in the state of Florida, need to renew a current OCPS badge,
have never applied for a badge with OCPS Schools or are uncertain whether a badge is required
shall follow the instructions at https://www.ocps.net/cms/one.aspx?pageId=99924.
THE REMAINDER OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK
ITB1903056
Page 24 of 62
SECTION VI. GENERAL TERMS AND CONDITIONS
1. Contractual Agreement: This Bid Submittal and subsequent award by OCPS shall constitute a binding
and enforceable contract. All Specifications, Terms and Conditions, Addenda, and correspondence of this
Contract shall be incorporated into the final award and become an integral part of the Contract. Unless
otherwise stipulated in this Contract, no other contract documents shall be issued.
2. Timely Submission of Bid Submittals: It is the sole responsibility of Bidder to ensure timely submission
of the Bid Submittal. Bidder is responsible for allowing adequate electronic submission in order that the
Bid is delivered to the Procurement Services Department by the specified due date and time. Submittals
sent by any other means not specified herein will not be accepted. Bid Submittals may not be withdrawn
for sixty (60) days after opening.
3. Bid Information and Notification: All solicitations and supporting documents are posted on the
VendorLink OCPS website at www.vendorlink.ocps.net. Bidders are responsible for monitoring the
website for solicitation opportunities and updates. All solicitations and supporting documents, such as
Addenda, Notice of Intent, and Notice of Award, will be posted on the website.
4. Providing Erroneous or False Information: Bidder(s) failing to provide requested information and/or
clarification or submitting false or erroneous information may be deemed non-responsive and shall not
be awarded a contract. If a Bidder(s) Submission is found to contain false and/or erroneous information
after a Contract is awarded, the Contract may be terminated.
5. Awards: Bids shall be awarded based on the lowest, Responsive, and Responsible Bidder(s). OCPS
reserves the right to award to more than one Bidder for same or similar products or services; to make
award(s) by individual item, group of items, and all or none or a combination thereof; or to reject any
and/or all bids; and to waive any minor irregularity or technicality. Discounts for prompt payment shall not
be considered in determining the lowest net cost for bid evaluation purposes, but may be considered in
the event of a tie in scoring when evaluating bids.
5.1. Awarded Bidder(s) shall accept Purchase Orders or an OCPS Purchasing Card as instruments of
authorization for purchases. Awarded Bidder(s) who fail to comply with this requirement will be
deemed as failing to perform. All purchases are contingent upon the appropriation of OCPS’s funding.
6. Evaluation of Past Performance: Bidder(s) shall provide information to demonstrate how well its
company, or team, has performed on contracts that are similar in size, scope, and complexity to this
Contract. In order to evaluate Bidder(s) past performance, Bidder(s) are required to submit: (i) a list of
references with the Bid Submittal; (ii) a list of relevant projects completed within the last three (3) years
that are similar to the magnitude of this Contract; (iii) all technical specifications associated with this
Contract; (iv) financial ability, capacity and/or resources to acquire and maintain required staffing, as
defined by Appendix E; and (v) any other criteria indicated in this Contract.
7. Tie Bids: In the case of identical Responsive and Responsible Bid Submittals, the following criteria, in
preferential order, shall be utilized in the process of selecting and awarding Bidder(s): (i) MWBE
Certification; (ii) LDB Certification; (iii) VBE Certification; (iv) Drug Free Workplace; (v) Payment Discount
Offered; and (vi) a Coin Flip in the event that preceding criteria does not differentiate Bidders with a tied
score.
8. MWBE, LDB, and VBE: In accordance with OCPS Policies DJFA, DJFB, and DJFC, OCPS has
established policies setting forth participation goals for the dollar value of work to be awarded to MWBEs,
LDBs, and VBEs. Guidelines may be accessed from the OBO website at www.obo.ocps.net.
9. Preference to Florida Businesses: OCPS shall provide an equal preference to the lowest Responsible
and Responsive Bidder(s) having a principal place of business within Florida, as part of the competitive
solicitation process for purchases of personal property. As such, in a competitive solicitation in which the
lowest Responsible and Responsive Bidder(s), whose principal place of business is located outside the
ITB1903056
Page 25 of 62
state of Florida, OCPS shall not grant a preference in competitive solicitation to such Bidder(s). The
preference to the lowest Responsible and Responsive Bidder(s) having a principal place of business in
the State of Florida shall be five percent (5%). Section 287.084(1)(a), F.S.
9.1. A Bidder 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 to its
own business entities whose principal places of business are in that foreign state in the letting of
any or all public contracts. Section 287.084(2), F.S.
10. Favored Nation Clause: Based on similar size and quantity, it is understood that Bidder is providing
OCPS the same or better pricing than other districts and governmental agencies. If during the term of
this agreement, OCPS locates better Pricing for the same item, Bidder agrees to offer OCPS the
reduced price.
11. Right to Reject: OCPS reserves the right to reject any or all bid, to waive irregularities and technicalities,
or to accept the bid(s), which, in its sole judgment, best serves the interest of OCPS.
12. OCPS Reservations: These additional options are for the convenience and benefit of OCPS and
Bidder. The intent of these options is to promote “one-stop shopping” for both basic and enhanced
systems.
12.1. OCPS reserves the right to prohibit the sale of any and all additional products, and to terminate
the Contract with Bidder if OCPS determines, in its sole discretion, that the Bidder is abusing
these options to sell products that Bidder is not authorized to Offer.
12.2. OCPS reserves the right to increase or decrease the number of authorized categories and
subcategories as markets change and new technologies emerge. Manufacturers may also offer
at no cost the software necessary to operate the authorized hardware.
12.3. OCPS reserves the right to request additional information and / or clarification pertaining to
Bidder’s experience, ability, and qualifications to perform services described in this Contract
during the solicitation or after Contract award.
13. Bid Protests: In accordance with OCPS Policy DJE and Chapter 120, Florida Statutes, any person who
is adversely affected by the terms, conditions, or specifications set forth in this Contract or who is
adversely affected by a decision of OCPS concerning the solicitation shall file a Notice of Intent to
Protest, in writing within 72 hours after the solicitation document is posted or after the notice of decision
is posted, respectively, excluding Saturdays, Sundays, and state holidays. A formal written protest shall
be filed no later than 10 days after the Notice of Intent to Protest is filed, excluding Saturdays, Sundays,
and state holidays. The formal written protest must be accompanied by a protest bond, cashier’s check,
or money order in the amount of one percent (1%) of the total estimated Contract value.
13.1. The Notice of Intent to Protest and formal written protest shall be filed with the Senior Director,
Procurement Services, 445 West Amelia Street, Orlando, Florida 32801. The formal written
protest shall state, with particularity, the facts and law upon which the protest is based. Failure
to file a Notice of Intent to Protest, formal written protest, or failure to post the bond, cashier’s
check, or money order within the time frames or in the manner described above shall constitute
a waiver of proceedings under Chapter 120, Florida Statutes.
14. Purchases by Other Public Agencies/Piggyback: With the consent and agreement of the successful
Bidder(s), purchases may be made under this Contract by other governmental agencies, political
subdivisions within the State of Florida, or any other public entity. Such purchases shall be governed by
the same terms and conditions stated herein. Further, it is understood that each agency will issue its own
Purchase Order to the Awarded Bidder(s). This consent and agreement in no way restricts or interferes
with the right of any other public agency to rebid any or all of these items. OCPS reserves the right to
ITB1903056
Page 26 of 62
obtain further discounted pricing resulting from other agencies piggybacking from OCPS’s Contract
resulting in increased quantities.
15. Right to Use Existing Bids/Non-exclusivity: OCPS reserves the right to utilize any other contract,
including, but not limited to, the following: any State of Florida Contract, any Contract awarded by any
other city or county governmental agencies, other school boards, other community college/state university
system, cooperative bid agreements, or to directly negotiate/purchase per OCPS policy and/or Rule 6A-
1.012, Florida Administrative Code. OCPS also reserves the right to bid separately any item(s) and/or
service(s) covered under this Contract, if deemed to be in the best interest of OCPS, at any time during
the terms of the Contract.
16. Non-Collusion: The prices in Bidder’s Submittal must arrive independently, without consultation,
collusion, communication, or agreement for the purpose of restricting competition, as to any matter
relating to such prices with any other bidder or with any competitor.
17. Conflict of Interest: In addition to full and complete adherence to the requirements provided in Section
112.313, F.S., all Bidders must disclose the name of any officer, director, agent, or representative who is
also an employee of OCPS and who knowingly owns, directly or indirectly, any interest of any amount in
Bidder’s company, firm, or branch.
18. No-Contact Period/Lobbying: In accordance with OCPS the KCE Ethics and Lobbying Policy, OCPS
members and OCPS employees (except the Procurement Representative) are not to be contacted prior
to the decision of OCPS to approve or reject the final recommendation presented to it by the
Superintendent. At the discretion of OCPS, failure to comply with this requirement will be grounds for
disqualification.
18.1. Specifically, this No-Contact Period shall commence on the initial date of the advertisement for this
Contract and continue through and include the date OCPS makes its determination to approve or
reject the final recommendations. Failure to meet any of these requirements may disqualify Bidder
from consideration.
19. Marketing/Advertising: Bidder shall not use the results of this Contract as a part of any marketing and/or
commercial advertising.
20. Labor Rate: Labor provided by the Awarded Bidder(s) shall be billed to OCPS, based on the hourly
rates submitted on the Bid Price Sheet. The Bidder(s) hourly rate shall include: (i) full compensation for
labor, (ii) equipment use, (iii) travel time, and (iv) any other cost (including overhead) to Bidder. OCPS
shall only pay fair market prices for labor.
21. Pricing: Bid Pricing will be accepted and considered by the following methods: (i) the bid price per
item, per specified quantity, (ii) the total bid price for all items for these specifications in an “All or None”
Bid, per Lot, and/or (iii) the items may be grouped in an “All or None” Bid for a particular group of items
while other items are bid per item. OCPS reserves the right to award the Bid applying any of these
methods.
21.1. Prices are requested in units of quantity specified within this Contract. In case of a discrepancy
in computing the total amount of Bidder’s bid, unit prices shall prevail. Bidder’s prices shall
include all fees and/or costs involved in providing the commodity or contractual service to OCPS.
21.2. Bid Pricing shall include inside delivery, F.O.B. Destination, freight prepaid and shall include all
cartage, drayage, and packing delivered to and unloaded at the receiving site designated in this
Contract or Purchase Order. Bidder shall pay and bear all freight related charges, own goods in
transit, and file any claims.
21.3. OCPS shall not pay Federal Excise and State taxes on direct purchases of tangible personal
property. This exemption does not apply to purchases of tangible personal property made by
ITB1903056
Page 27 of 62
Bidder(s) that use the tangible personal property in the performance of agreements for the
improvement of OCPS owned real property as defined in Chapter 192, F.S.
22. Equitable Adjustment: Prices offered shall remain firm through the first three (3) years of this
Contract. A request for price adjustment, with proper documentation justifying the adjustment, may be
submitted, in writing, thirty (30) days prior to the third (3rd) anniversary date of the contract. Price
adjustment requests shall be evaluated on an annual basis thereafter.
22.1. Unit price adjustments must have written approval from OCPS prior to invoicing. Any unit price
adjustment invoiced without written approval from OCPS shall not be paid and the invoice
returned to the Awarded Bidder for correction.
22.2. Requests for price adjustments shall not exceed the percentage of change in the Consumer Price
Index (CPI) for the previous twelve (12) months of the anniversary date, but shall not exceed
three percent (3%) per adjustment. The CPI shall not be seasonally adjusted. OCPS reserves
the right to request a reduction in Contract prices equal to the percentage of change of the CPI
in the event of a reduction. OCPS reserves the right to not renew any Contract regardless of
price considerations. Information on the CPI may be obtained from the Bureau of Labor Statistics
at http://www.bls.gov or by contacting the Bureau directly.
23. Material Markup: OCPS reserves the right to furnish materials to the Awarded Bidder(s). If Bidder is
required to provide materials for the service(s), OCPS shall be billed the actual price Bidder paid for the
items plus the percentage markup awarded. All items must be of commercial grade in order to satisfy
operational performance. Materials/parts mark-up must not exceed ten percent (10%). Bids with markup
higher than specified will be disqualified and considered non-responsive.
23.1. Bidder’s material/part invoices will be provided upon request by OCPS. OCPS shall pay fair market
prices for materials. OCPS reserves the right to audit Bidder’s invoices from the manufacturer for
materials used in performance of this Contract. Bidder must comply within 48 hours of this request
or may be deemed in non-compliance and be subject to contract termination.
24. Performance Qualifications: OCPS reserves the right to investigate or inspect at any time whether
the product, qualifications, or facilities offered by Bidder meet the Contract requirements. Bidder shall
at all times during the Contract term remain responsive and responsible.
25. Quantities: The quantities as shown on the Bid Price Sheet are estimates only and in no way obligate
OCPS to purchase these amounts. The estimates are intended as a guide only. The actual quantities
purchased under this Contract may vary. OCPS reserves the right to re-negotiate prices if, at any time
during the term of the agreement, OCPS purchases more than the estimated quantity of any line item on
Bidder’s Bid Price Sheet.
26. Quality: The commodities bid in this Contract must be commercial grade being the newest, latest model,
and of the best quality and highest-grade workmanship so as to accomplish the service work
satisfactorily. The commodities may be tested for compliance with this Contract conditions and
specifications at any time. Items delivered not conforming to this Contract conditions and/or specifications
may be rejected and returned at Bidder's expense.
27. Silence of Specifications: Any omissions of detail in the specifications stated herein that would render
the commodities from use, as specified herein, will not relieve Bidder from responsibility.
28. Manufacturer’s Name and Approved Alternates: Any manufacturer’s names, trade names, brand
names, information, and/or catalog numbers listed in a specification are for information and not intended
to limit competition. If this Contract allows equivalent products, each Bidder shall indicate on the Bid Price
Sheet the manufacturer’s name and model number, including cut sheets, sketches, and Descriptive
Literature, and/or complete specifications. OCPS reserves the right to determine acceptance of item(s)
as an approved alternate. Bid Submittals that do not comply with these requirements may be subject to
rejection. If the manufacturer’s model number for the items specified herein is incorrect, has changed,
ITB1903056
Page 28 of 62
becomes unavailable, or has been replaced with a new updated model and specifications, Bidder shall
notify Procurement Services in writing.
29. Item Substitutions: Substitution of other brands for items awarded and ordered is prohibited. In the event
an awarded item is discontinued by the manufacturer during the term of the Agreement and is not
available from either Bidder’s or manufacturer’s inventory, then the Awarded Bidder must provide written
notification from the manufacturer that the item has been discontinued. Bidder must file a written request
with Procurement Services and be granted written approval to substitute before any substitution may be
made. Requests to substitute shall be accompanied by complete specifications for the proposed
substitute item and a sample, if requested.
30. Equivalent or Approved Equal: Whenever a product is defined in any of this Contract by describing
a proprietary product, or by using the name / model of a manufacturer or vendor, the term “or other
units considered to be equivalent”, if not inserted, shall be implied. The specific product described shall
be understood as indicating the type, function, and minimum standard of design, efficiency, and quality
desired and shall not be construed in such a manner as to exclude products of comparable quality,
design, and efficiency.
30.1. Complete descriptive information of the offered product must be included with the proposal.
Products being proposed as an equal to the items specified must be available for inspection /
evaluation by OCPS. Samples, when requested, must be furnished within five (5) working days
of the request at no cost to OCPS. If not destroyed during evaluation, samples may be returned
to Bidder on request at Bidder’s expense.
30.2. Determination of equivalent or approved equal is at the sole discretion of OCPS.
31. New Items and/or Options: New items and/or options may be included after award of this Contract if
they are standard items and/or options for this commodity. Items inadvertently left off the Bid Price
Sheet may be viewed as an option not known to exist at the time this Contract was sent out, but are
now available as an additional option. Awarded Bidders wishing to provide additional options, may
attach to their price sheet their list of options which are currently available. Since these products will be
made to order on an as needed basis, each purchase could vary greatly since many will be site specific.
As market and/or building code changes occur the Awarded Bidder(s) may contact the Procurement
Services about additional options.
32. Method of Ordering: Orders shall be processed only upon receipt of an authorized Purchase Order
issued by OCPS, or an OCPS Purchasing Card. All orders shall be initiated on an as-needed basis
throughout the term of this Contract. Orders shall be promptly filled and delivered to the location specified
on the Purchase Order. Any item or items received that do not meet specifications or duplicate Shipments
received will be returned at the Awarded Bidder’s expense.
33. Invoicing: Awarded Bidder(s) shall submit invoices that reference valid OCPS Purchase Order numbers
on all requests for payment. Invoices, in duplicate, shall be mailed directly to Orange County Public
Schools, Florida, Accounts Payable, P.O. Box 4984, Orlando, Florida 32802-4984. A separate invoice
must be received for each Purchase Order number. It is the sole responsibility of Bidder to ensure that
the invoice corresponds to the Purchase Order and to resolve any discrepancies by notifying the point of
contact person listed on the attention line under the ship to area of the Purchase Order prior to submitting
the invoice for payment. Any invoice submitted as a result of the Award of this Contract shall be itemized
reflecting the items on the Purchase Order. Lump Sum invoices shall not be submitted and will not be
accepted for multiple line Purchase Orders.
34. Payment: OCPS will only pay Bidder(s) the amounts authorized on the Purchase Order. Payment will be
made according to Chapter 218, F.S., the Local Government Prompt Payment Act after the commodities
or contractual services provided by a Bidder have been received, inspected, and found to comply with
award specifications, free of damage or defect, and properly invoiced. Payment for partial Shipments shall
not be made unless specified. Failure to follow these instructions may result in delay in processing
ITB1903056
Page 29 of 62
invoices for payment. The Purchase Order number must appear on invoices, bills of lading, packages,
cases, delivery lists, and correspondence.
35. Packaging: All products shipped shall require proper packaging to ensure they are received free from
damage. Awarded Bidder(s) must comply with all packaging requirements as required for the product to
be received and used in proper working condition. All such packaging costs shall be included in bid unit
prices.
36. Inspection, Acceptance, and Title: The Awarded Bidder shall be responsible for delivery of all items in
good condition at destination point. Bidder shall file with the carrier all claims for breakage and other
losses. OCPS shall document packages that are not received in good condition. In the event the
commodities and/or contractual services are found to be defective or do not conform to specifications,
OCPS reserves the right to cancel the order upon written notice to Bidder and/or return the product at
Bidder’s expense.
37. Delivery: Deliveries shall be made during normal operating hours there will be no deliveries made on
Saturdays, Sundays, or holidays when all school buildings and the warehouse are closed. It shall be
the responsibility of the Bidder to coordinate the jobsite delivery and placement of materials required
for completion of the project with the assigned OCPS representative.
37.1. All deliveries will be F.O.B. Destination, freight fully prepaid by Bidder. Bidder must include in the
item price all delivery and shipping charges to all schools and facilities located within Orange
County, Florida on the Bid Price Sheet. OCPS will not accept bids that contain separate charges
for delivery or shipping. OCPS will honor no common carrier/drayage charges.
37.2. Bidder shall make deliveries within two (2) calendar days from the date of the receipt of the
Purchase Order. All deliveries shall be made in accordance with good commercial practice and
all required delivery timeframes shall be adhered to by Bidder(s); except in such cases where the
delivery will be delayed due to acts of God, strikes, or other causes beyond the control of Bidder.
In these cases, Bidder shall notify the school or department of the delays immediately with a
revised delivery date.
45. Failure of Performance and/or Delivery: If the Awarded Bidder fails to perform as required per these
specifications, or fails to deliver the item(s) specified in these specifications, he shall recompense
OCPS for any damages to the said Board caused by his failure to perform as stated.
46. Protection of Persons and Property: Precautions will be exercised at all times for the protection of
persons (including employees) and property. Barricades will be provided by the Awarded Bidder at its
expense when work is performed in areas traversed by persons or vehicles. Bidder shall conform to
any safety requirements deemed necessary by OSHA requirements and by OCPS Representative to
insure that safety of all students, staff, and community members.
46.1. Bidder shall at all times guard from damage or loss to property of OCPS or of other Bidders and
shall replace or repair any loss or damage unless such is caused by OCPS, other Bidders. OCPS
may withhold payment or make such deductions, as it might deem necessary to insure
reimbursement for loss or damage to property through negligence of Bidder or its agents.
47. Removal of Debris: The Awarded Bidder shall be responsible for the prompt removal of all debris from
the worksite, which is a result of its activities. Bidder shall not use the trash receptacles located on
OCPS property. Any debris left at the worksite shall be removed within 24 hours’ notice from OCPS.
Bidder assumes all liability for accidents that may occur due to any debris, equipment, tools, and
worksite hazards.
48. Acceptance of Products and/or Services: The products and/or services to be provided hereunder
shall be delivered to OCPS, in full compliance with the specifications and requirements set forth in this
contract. If the product provided by Bidder is determined to not meet the specifications and
ITB1903056
Page 30 of 62
requirements of this contract, either upon initial inspection or discovered at a later date, the item will
be returned, at Bidder’s expense, to Bidder. At OCPS’ own option, b shall either provide an approved
replacement, or provide a full credit for the returned product. Bidder shall not assess any additional
charge(s) for any conforming action taken by OCPS under this clause.
48.1. All items furnished must be new (current year model) to OCPS, the latest model, first quality,
carry the manufacturer’s standard Warranty and be equal to or exceed the specifications listed
in the bid. OCPS must be the first time user of the product(s).
49. Manufacturer’s Warranty: Bidder shall furnish Manufacturer Warranty on all items furnished hereunder
against defect in materials and/or workmanship. The Manufacturers’ Warranty shall become effective on
the date of acceptance by OCPS. Should any defect in materials or workmanship, except ordinary wear
and tear, appear during the above stated Warranty period, the Awarded Bidder(s) shall repair or replace
same at no cost to OCPS, immediately upon notification.
49.1. Bidder shall not limit or exclude any implied warranties, and any attempt to do so shall render
this Bid voidable at the option of the district. Bidder warrants that the goods furnished will
conform to the specifications, drawings, and descriptions listed in the proposal documents, if
any. In the event of a conflict between the specifications, drawings, and descriptions, the
specifications shall govern.
50. Service during Warranty Period: During the warranty period, Bidder must repair or replace any defective
equipment without cost to OCPS with the understanding that all replacements shall carry the same
guarantee as the original equipment. Bidder shall maintain an inventory of available parts in order to
service all items when requested and unless otherwise specified, all equipment bid must be new, the latest
model, first quality, carry the Manufacturer’s standard Warranty and be equal to or exceed the
specifications listed in the bid. Bidder shall make any such repairs or replacements immediately upon
receiving notice from an OCPS representative.
50.1. If the repairs cannot be made at the school or location, where the item is located, Bidder must pick-
up the item, repair the item, return the item to the location where it is being used, and provide parts
and equipment to ensure that the system remains operational at no charge to OCPS.
51. Warranty-Safety: Bidder warrants that the products, materials and services sold to OCPS shall
conform to the standards promulgated by the federal government including, but not limited to, the U.S.
Department of Labor under OSHA and the Consumer Product Safety Commission (“CPSC”). In the
event the products, materials and services do not conform to applicable safety standards, OCPS may
return the products and materials for correction or replacements at Bidder’s expense. In the event
Bidder fails to make the appropriate correction within a reasonable time (i.e., 2 weeks) correction may
be made by OCPS at Bidder’s expense.
52. Warranty-Infringements: Bidder agrees to ascertain whether goods manufactured in accordance with
the specifications will give rise to the rightful claim of any third person by way of infringement or the
like. If Bidder is of the opinion that an infringement or the like will result, he will notify OCPS to this
effect in writing within two weeks after the signing of this Bid. If OCPS does not receive notice and is
subsequently held liable for the infringement or the like, Bidder will indemnify OCPS for any damages
due to such claim. If Bidder in good faith ascertains that production of the goods in accordance with the
specifications will result in infringement or the like, this Bid shall be null and void except that OCPS may
pay Bidder for the reasonable cost (as determined by OCPS) of his / her search as to infringements.
53. Discrepancies: Bidder shall expeditiously resolve any and all discrepancies. Discrepancies are defined
as: receipt of damaged items, delivery shortages/overages, non-compliance with bid/ Purchase Order
instructions, damage to OCPS property and all other discrepancies caused by Bidder as related to the
Contract and/or Purchase Order.
ITB1903056
Page 31 of 62
54. Asbestos and Formaldehyde Statement: Bidder certifies that all materials supplied to OCPS will be
one hundred percent (100%) asbestos and formaldehyde free.
55. Manufacturer’s Certification: Procurement Services reserves the right to request all manufacturers’
certifications, if applicable.
56. Bidder’s MSDS Submission: An MSDS must be submitted with Bid Submittal for all hazardous
materials/chemicals. Failure to submit the required MSDS may render the Bid Submittal non-responsive.
This information must be provided in compliance with Florida’s Right-To-Know Law.
57. Bidder’s Facilities: OCPS reserves the right to inspect Bidder’s facilities at any time with prior notice.
OCPS may use the information obtained from this inspection in determining whether Bidder is
Responsible.
58. Familiarity with Laws, Ordinances, Rules and Regulations: The Awarded Bidder is required to be
familiar with all federal, state and local laws, ordinances, rules, regulations, and OCPS policies and
procedures that may affect their work in any manner. Failure on the part of Bidder to be aware of any
law, ordinance, rule or regulation will in no way relieve it from any responsibility or liability arising from
the ITB award. Bidder assures and certifies that it will comply with all laws, ordinances, rules,
regulations, and all other legal requirements. Bidder shall abide by all OSHA, NFPA and ADA
regulations pertaining to the hazards associated with the project, such as fall protection, lockout/tag-
out, PPE, safety barricades, portable fire suppression / extinguishers, job site first aid kits, and
emergency communication. Any work site accidents shall be reported to SBOC and any other proper
authorities.
58.1. Bidder shall have in their possession all-applicable insurance, permits, licenses, etc. that may be
required by law to furnish services under the scope of this Agreement. Bidder must not be in
violation of any law or other ordinances during the life of this Agreement. Any fines levied due to
inadequacies or failure to comply with all requirements shall be the sole responsibility of Bidder.
Any person found not in conformance with any laws, statutes, rules or regulations will not be
allowed on the job site. Continued violations by a Bidder shall constitute cause for immediate
termination of the Agreement.
59. Davis-Bacon Act (34 CFR 80.36(i)(4)): All Bidders, contractors and subcontractors must comply with
the Davis-Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented by the Department of Labor regulations
(29 CFR part 5). Construction contracts in excess of two thousand dollars ($2,000.00) awarded by
grantees and sub-grantees when required by Federal grant program legislation. Applies to all construction
contracts in excess of two thousand dollars ($2,000.00) awarded by OCPS and sub-grantees when
required by Federal grant program legislation.
60. Family Educational Rights and Privacy Act (“FERPA”): To the extent Services provided hereunder
pertain to the access to student information, Bidder shall adhere to all standards included in Sections
1002.22 and 1002.221, Florida Statutes (the Protection of Pupil Privacy Acts), 20 U.S.C. §1232g -
FERPA, the federal regulations issued pursuant thereto (34 CFR Part 99), and/or any other applicable
state or federal law or regulation regarding the confidentiality of student information and records.
Further, Bidder, and its officers, employees, agents, and representatives, shall fully indemnify and hold
OCPS harmless for any violation of this provision including, but not limited to, defending OCPS and its
officers, employees, agents, and representatives against any complaint, administrative or judicial
proceeding, payment of any penalty imposed upon OCPS, or payment of any and all costs, damages,
judgments, or losses incurred by or imposed upon OCPS arising out of the breach of this provision by
Bidder, its officers, employees, agents, or representatives, to the extent that the Bidder, or its officers,
employees, agents, or representatives, shall either intentionally or negligently violate this provision,
Sections 1002.22 and 1002.221, Florida Statutes, or other applicable state, local, or federal laws, rules,
or regulations. This provision shall survive the termination of or completion of all performance
obligations under this Contract, and shall remain fully binding upon Bidder. A separate Non-Disclosure
Agreement may be required.
ITB1903056
Page 32 of 62
61. Health Information Privacy and Accountability Act (“HIPAA”), Children Internet Protection Act
(“CIPA”), and Gramm-Leach Bliley Act (“GLBA”): Bidder must comply with all applicable state and
federal laws, regulations, and OCPS policies including Privacy Rights of Students, Computer Users'
Responsibilities, Security of Computing Resources, Security of Data, Privacy of Computing Resources,
HIPAA, CIPA, and GLBA.
62. OSHA Compliance: Bidder warrants that the product or products supplied to OCPS shall conform in all
respects to the standards set forth in the Occupational Safety and Health Act of 1979, as amended, and
the failure to comply will be considered a breach of contract.
63. Underwriters’ Laboratories (“UL”): Unless otherwise stipulated in the ITB, all manufactured items and
fabricated assemblies shall be UL listed where such has been established by UL for the item(s) offered
and furnished. In lieu of the UL listing, Bidder may substitute a listing by an independent testing laboratory
recognized by OSHA under the Nationally Recognized Testing Laboratories (NRTL) Recognition
Program.
64. Equal Employment Opportunity (“EEO”): OCPS does not discriminate in admission or access to, or
treatment or employment in its programs, activities, and award of contracts, on the basis of race, color,
religion, sex, national origin, disability, age, marital status, sexual orientation, gender identity or
expression, genetic information, or any other reason prohibited by law. If Bidder(s) wish to gain additional
information about compliance matters and the OCPS EEO, Bidder(s) may contact the EEO Supervisor,
Section 504 Coordinator, or Title IX Coordinator at the Ronald Blocker Educational Leadership Center,
445 West Amelia Street, Orlando, Florida 32801.
65. Prohibition Against Contracting With Scrutinized Companies: In accordance with Section 287.135,
F.S., OCPS RESERVES THE RIGHT TO REJECT ANY OR ALL OFFERS, TO WAIVE INFORMALITIES,
AND TO ACCEPT ALL OR ANY PART OF ANY OFFER AS MAY BE DEEMED TO BE IN THE BEST
INTEREST OF OCPS.“
65.1. 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 Sector 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.” Section 215.473,
F.S. defines a company to include “all wholly owned subsidiaries, majority-owned subsidiaries,
parent companies, or affiliates of such entities or business associations that exists for the purpose
of making profit.” By submitting a response to this solicitation, a Bidder certifies that it and those
related entities of Bidder as defined above by Florida law are not on the Scrutinized Companies
with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum
Energy Sector List, created pursuant to Section 215.473, F.S.
65.2. Any Bidder awarded this Contract shall be required to recertify at each renewal of the Agreement
that it and its related entities are not on the Scrutinized Companies with Activities in Sudan List or
the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. OCPS may
terminate this Contract if Bidder or a related entity as defined above is found to have submitted a
false certification or been placed on the Scrutinized Companies with Activities in Sudan List or the
Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Notwithstanding
the preceding, the OCPS reserves the right and may, in its sole discretion, on a case by case basis,
permit a company on such lists to be eligible for, bid on, submit a proposal for, or enter into or renew
an agreement, should OCPS determine that the conditions set forth in Section 287.135(4), F.S. are
met.
66. Public Entity Crimes: Section 287.133(2)(a), F.S., as currently enacted or as amended from time to time,
states that a person or affiliate who has been placed on the convicted contractor list following a conviction
for public entity crime may not submit a Bid Submittal on a Contract to provide any goods or services to
a public entity, may not submit a Bid Submittal on a Contract with a public entity for the construction or
ITB1903056
Page 33 of 62
repair of a public building or public work, may not submit bids on leases of real property to any public
entity, may not be awarded or perform work as a contractor, Bidder, 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 Section 287.017, F.S., for Category Two for a period of 36 months from the
date of being placed on the convicted contractor list.
67. Assignment: The Awarded Bidder(s) shall not assign, transfer, convey, sublet, or otherwise dispose of
this Contract, or of any or all of its rights, title, or interest therein, or its power to execute such Agreement
to any person, firm, or corporation without prior written authorization by OCPS.
68. Time Is of The Essence: The Awarded Bidder acknowledges that time is of the essence to complete
the work as required in each event. The Awarded Bidder agrees that all work shall be prosecuted
diligently and uninterrupted at such a rate of progress as will ensure full completion thereof within
industry standards. Should Bidder neglect, fail, or refuse to complete the work within the time specified
in each and every work request or as properly extended by OCPS, then Bidder does hereby agree, as
part consideration for awarding of the Agreement, to pay to OCPS the liquidated damage sum of $50.00
for each work day that Bidder shall delay after the time stipulated in each and every Purchase Order for
completing the work, not as a penalty, but as liquidated damages for breach of Contract as set forth
herein. If the reasons for the delays are beyond Bidder’s control or an act of God, no liquidated damages
for the breach of Contract will be addressed.
69. Notices: All notices shall be in writing and shall be delivered personally, by United States certified or
registered mail, postage prepaid, return receipt requested, or by a recognized overnight delivery
service. Any notice that must be delivered to OCPS at its respective address is set forth below or to
such other address as shall be specified in writing by OCPS according to the requirements of this
Contract.
Orange County Public Schools
Procurement Services445 W. Amelia Street
Orlando, FL 32801-1129
69.1. Any notice that must be delivered to Bidder(s) at its respective address is set forth in the ITB
Cover Sheet.
69.2. The date that notice shall be deemed to have been made shall be the date of delivery, when
delivered personally; on written verification of receipt if delivered by overnight delivery; or the
date set forth on the return receipt if sent by certified or registered mail.
70. Data Confidentiality: Bidder shall implement appropriate measures designed to ensure the
confidentiality and security of Protected Information, protect against any anticipated hazards or threats
to the integrity or security of such information, protect against unauthorized access or disclosure of
information, and prevent any other action that could result in substantial harm to OCPS or an individual
identified with the data or information in Bidder’s custody.
71. Data Security: Bidder must protect and maintain the security of data with protection security measures
that include maintaining secure environments that are patched and up to date with all appropriate
security updates as designated by a relevant authority (e.g. Microsoft notifications, etc.) Likewise,
OCPS agrees to conform to measures to protect and secure data.
71.1. Data Transmission: Bidder agrees that any and all transmission or exchange of system
application data with OCPS and/or any other parties shall take place via secure means, e.g.
HTTPS, FTPS, SFTP, or equivalent.
71.2. Data Storage and Backup: Bidder agrees that any and all OCPS data will be stored, processed,
and maintained solely on designated servers and that no OCPS data at any time will be
processed on or transferred to any portable or laptop computing device or any portable storage
medium, unless that storage medium is in use as part of Bidder’s designated backup and
ITB1903056
Page 34 of 62
recovery processes. All servers, storage, backups, and network paths utilized in the delivery of
the service shall be contained within the states, districts, and territories of the United States,
unless specifically agreed to in writing by an OCPS officer with designated data, security, or
Signature authority. An appropriate officer with the necessary authority can be identified by the
OCPS Chief Information Security Officer for any general or specific case. Bidder agrees to store
all OCPS backup data stored as part of its backup and recovery processes in encrypted form,
using no less than 128 bit key.
71.3. Data Re-Use: Bidder agrees that any and all data exchanged shall be used expressly and solely
for the purposes enumerated in this Agreement. Data shall not be distributed, repurposed, or
shared across other applications, environments, or business units of Bidder. As required by
Federal law, Bidder further agrees that no OCPS data of any kind shall be revealed, transmitted,
exchanged, or otherwise passed to other Bidders or interested parties except on a case-by-case
basis as specifically agreed to in writing by an OCPS officer with designated data, security, or
Signature authority.
72. End of Agreement Data Handling: Bidder agrees that upon termination of this Contract, Bidder shall
return all data to OCPS in a useable electronic form, and erase, destroy, and render unreadable all
OCPS data in its entirety in a manner that prevents its physical reconstruction through the use of
commonly available file restoration utilities, and certify in writing that these actions have been
completed within thirty (30) days of the termination of this Agreement or within seven (7) days of the
request of an agent of OCPS, whichever shall come first.
73. Data Breach: Bidder agrees to comply with the State of Florida Database Breach Notification process
and all applicable laws that require the notification of individuals in the event of unauthorized release
of personally identifiable information or other event requiring notification. In the event of a breach of
any of Bidder’s security obligations or other event requiring notification under applicable law
(“Notification Event”), Bidder agrees to notify OCPS immediately and assume responsibility for
informing all such individuals in accordance with applicable law and to indemnify, hold harmless, and
defend OCPS and its trustees, officers, and employees from and against any claims, damages, or other
harm related to such Notification Event.
74. Mandatory Disclosure of Protected Information: If Bidder becomes compelled by law or regulation,
including securities laws, to disclose any Protected Information, Bidder will provide OCPS with prompt
written notice so that OCPS may seek an appropriate protective order or other remedy. If a remedy
acceptable to OCPS is not obtained by the date that Bidder must comply with the request, Bidder will
furnish only that portion of the Protected Information that it is legally required to furnish. Bidder shall
require any recipient of the Protected Information to exercise commercially reasonable efforts to keep
the Protected Information confidential.
75. Safekeeping and Security: As part of the Services, Bidder will be responsible for safekeeping all keys,
access codes, combinations, access cards, personal identification numbers, and similar security codes
and identifiers issued to Bidder’s employees, agents, or subcontractors. Bidder agrees to require its
employees to promptly report a lost or stolen access device or information.
76. Non-Disclosure: Bidder is permitted to disclose Confidential Information to its employees, authorized
subcontractors, agents, consultants, and auditors on a need to know basis only, provided that all such
subcontractors, agents, consultants, and auditors have written confidentiality obligations to Bidder and
OCPS.
77. Request for Additional Protection: From time to time, OCPS may reasonably request that Bidder
protect the confidentiality of certain Protected Information in particular ways to ensure that
confidentiality is maintained. Bidder has the right to reasonably decline OCPS’s request.
78. Disclosure of Response Content: All material submitted becomes the property of OCPS and may be
returned only at OCPS’s option. OCPS has the right to use any or all ideas presented in any reply to
this solicitation. Selection or rejection of any response does not affect this right.
ITB1903056
Page 35 of 62
78.1. OCPS is governed by the Public Records Law, Chapter 119, F.S. Only trade secrets as defined
in Section 812.081(1)(c), F.S., or financial statements required by OCPS for road or public works
projects as defined in 119.071(1)(c), F.S., (hereinafter “Confidential Materials”), may be exempt
from disclosure. If a Bidder submits Confidential Materials, the information must be segregated,
accompanied by an executed Non-disclosure Agreement for Confidential Materials and each
pertinent page must be clearly labeled “confidential” or “trade secret.” OCPS will not disclose
such Confidential Materials, subject to the conditions detailed within the Agreement, which is
attached to this solicitation. When such segregated and labeled materials are received with an
executed Agreement, the OCPS shall execute the Agreement and send Bidder a “Receipt for
Trade Secret Information.” Return the Non-disclosure Agreement only if confidential materials
are being included in the submittal. The confidential materials will only reviewed by Procurement
Representative or the evaluation committee during evaluation phases.
79. Public Records: IF THE BIDDER HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO
BIDDER’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO
THIS CONTRACT, CONTACT THE OCPS CUSTODIAN OF PUBLIC
RECORDS AT 407.317.3965, RECORDS@OCPS.NET, ORANGE
COUNTY PUBLIC SCHOOLS, RECORDS MANAGEMENT, P.O. BOX
271, ORLANDO, FL 32802.
79.1. Bidder acknowledges its legal obligation to comply with Section 119.0701, Florida Statutes.
Bidder shall keep and maintain public records, as that phrase is defined in the Florida Public
Records Act, which would be required to be kept and maintained by OCPS in order to perform
the scope of services. Bidder shall comply with all requirements for retaining public records and
shall transfer, at no cost to OCPS, all public records in the possession of Bidder upon a request
for such public records. See Section 119.0701(2)(b)4, Florida Statutes, for additional record
keeping requirements.
79.2. A request to inspect or copy public records relating to OCPS’s Contract for services must be
made directly to OCPS’s Custodian of Public Records. If OCPS does not possess the requested
records, OCPS’s Custodian of Public Records shall immediately notify Bidder of the request.
Bidder must provide a copy of the records to OCPS or allow the records to be inspected or copied
within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida
Statutes. If Bidder does not timely comply with OCPS request for records, OCPS shall be able
to sue for breach of Contract and the prevailing party shall be entitled to attorney’s fees.
79.3. Should Bidder fail to provide the requested public records to OCPS within a reasonable time,
Bidder understands and acknowledges that it may be subject to penalties under Sections
119.0701(3)(c) and 119.10, Florida Statutes.
79.4. Bidder shall not disclose public records that are exempt, or confidential and exempt, from public
records disclosure unless specifically authorized by law for the duration of this Agreement term
and following the completion, expiration, or termination of same if Bidder does not transfer the
records to OCPS. Upon completion, expiration, or termination of this Agreement, Bidder shall
transfer, at no cost to OCPS, all public records in its possession or keep and maintain public
records required by OCPS to perform the services. If Bidder transfers all public records to OCPS,
Bidder shall destroy any duplicate public records that are exempt, or confidential and exempt,
from public records disclosure requirements. If Bidder keeps and maintains public records upon
completion, expiration, or termination of this Agreement, Bidder shall meet all applicable
requirements for retaining public records and provide requested records to OCPS pursuant to
ITB1903056
Page 36 of 62
the requirements of this Article. All public records stored electronically must be provided to OCPS
in a format that is compatible with the information technology systems of OCPS.
80. Remedies for Disclosure of Confidential Information: Bidder and OCPS acknowledge that
unauthorized disclosure or use of the Protected Information may irreparably damage OCPS in such a
way that adequate compensation could not be obtained from damages in an action at law. Accordingly,
the actual or threatened unauthorized disclosure or use of any Protected Information shall give OCPS
the right to seek injunctive relief restraining such unauthorized disclosure or use, in addition to any
other remedy otherwise available (including reasonable attorneys' fees). Bidder hereby waives the
posting of a bond with respect to any action for injunctive relief. Bidder further grants OCPS the right,
but not the obligation, to enforce these provisions in Bidder’s name against any of Bidder’s employees,
officers, board members, owners, representatives, agents, contractors, and subcontractors violating
the above provisions.
81. Bankruptcy/Insolvency: At the time of Bid Submittal, Bidder shall not be in the process of or engaged
in any type of proceedings relating to insolvency or bankruptcy, either voluntary or involuntary, or
receivership proceedings. If Bidder is awarded a Contract for six (6) months or longer, and files for
bankruptcy, insolvency, or receivership thereafter, OCPS may, at its option, terminate and cancel of
this Contract, in which event all rights hereunder shall immediately cease and terminate.
82. Non-Performance: Bidder must comply with all requirements as set forth by this contract. Failure to
complete the requirements of this Contract shall be considered a default. In case of Contract default,
the OCPS may procure the services or products from other sources and hold the bidder responsible
for any excess costs occasioned thereby and may immediately proceed to cancel the contract.
Furthermore, OCPS may suspend Bidder from future bids and business with OCPS for a specified
period of time.
83. Termination: OCPS reserves the right to terminate of this Contract, or any part herein, without cause or
penalty. OCPS will notify Awarded Bidder(s) of the intent to terminate via the OCPS Procurement
Services website, in writing, a minimum of thirty (30) days prior to the effective date of termination, and
this Contract will officially terminate at the end of the thirty (30) day grace period. Termination or
cancellation of will not relieve Awarded Bidder(s) of any obligations for any deliverables entered into prior
to the termination of this Contract (i.e., reports, statements of accounts, required and not received) and/or
obligations or liabilities resulting from any acts committed by Awarded Bidder(s) prior to the termination
of this Contract.
83.1. The Awarded Bidder(s) may cancel this Contract with thirty (30) days written notice to Senior
Director of Procurement Services. Failure to provide proper notice may result in Bidder being barred
from future business with OCPS.
84. Termination for Convenience: The performance of work under this Contract may be terminated by
OCPS in accordance with this clause in whole, or from time to time in part, whenever OCPS shall
determine that such termination is in the best interest of OCPS.
85. Default: Failure to perform according to this Contract shall be cause for Bidder to be found in default, in
which event any re-procurement costs may be charged against Bidder. Failure to pay said amount to
OCPS upon demand may result in the company being barred from doing business with OCPS.
Thereafter, Bidder may request to be reinstated. In the event of a default on an agreement, Bidder shall
be responsible for any and all attorneys’ fees and court costs incurred in collecting any liquidated
damages.
86. Force Majeure: OCPS and the Awarded Bidder will exercise every reasonable effort to meet their
respective obligations as outlined in this Contract and ensuing Agreement, but shall not be liable for
delays resulting from force majeure or other causes beyond their reasonable control, which includes,
but is not limited to: compliance with any government law or regulation; acts of God; acts or omissions
of the other party; government acts or omissions; fires; strikes; national disasters; wars; riots;
transportation problems; and/or any other cause whatsoever beyond the reasonable control of the
ITB1903056
Page 37 of 62
parties. Any such cause will extend the performance of the delayed obligation to the extent of the delay
so incurred.
87. Governing Law and Venue: Applicable provisions of all federal, state, county, and local laws, and all
ordinances, rules, and regulations shall govern the development, submittal, and evaluation of all bids
received in response this Contract and shall govern any and all claims and disputes which may arise
between Bidders submitting a response this Contract and OCPS by and through its officers, employees,
and authorized representatives, or any other persons, natural or otherwise; and lack of knowledge by any
Bidder shall not constitute a cognizable defense against the legal effect thereof.
87.1. All questions concerning the validity, operation, interpretation, construction, and enforcement of any
terms, covenants, or conditions of this Agreement shall in all respects be governed by and
determined in accordance with the laws of the State of Florida without giving effect to the choice of
law principles thereof and unless otherwise preempted by federal law.
87.2. All legal proceedings brought in connection with this Agreement shall only be brought in a state or
federal court located in the State of Florida. Venue in state court shall be in Orange County, Florida.
Venue in federal court shall be in the United States District Court, Middle District of Florida, Orlando
division. Each party hereby agrees to submit to the personal jurisdiction of these courts for any
lawsuits filed there against such party arising under or in connection with this agreement. In the
event that a legal proceeding is brought for the enforcement of any term of the agreement, or any
right arising wherefrom, the parties expressly waive their respective rights to have such action tried
by jury trial and hereby consent to the use of non-jury trial for the adjudication of such suit.
88. Interpretation of Bid Documents: No interpretation of the meaning of this Contract document or
correction of any apparent ambiguity, inconsistency, or error therein will be made verbally to any Bidder.
88.1. All requests for an interpretation of the meaning of this Contract, and any subsequent Addenda,
or correction of any apparent ambiguity, inconsistency, or error therein, shall be in writing,
addressed to the Procurement Services Representative by the date and time indicated on the
first page of this Contract. Inquiries must reference the date of Bid opening, Bid title, and Bid
number. Interpretation of the ITB, clarification of ITB specifications, and changes to the ITB shall
be communicated by written Addenda only.
88.2. Only the interpretation or correction so given by the Procurement Services Representative, in the
form of written Addenda, shall be binding. Verbal responses shall be considered inadmissible in
Bid protest proceedings. Bidders are advised that no other source is authorized to give
information concerning, or to explain or interpret, the ITB documents.
88.3. Written Addenda shall be signed by Bidder and returned to Procurement Services by the Bid
opening date and time. Failure to return such Addenda may constitute cause for rejection of a
Bid Submittal.
88.4. All General Terms and Conditions, Special Conditions, and Specifications attached hereto that
vary from these General Conditions shall have precedence. Any inconsistency in this Contract
shall be resolved by giving precedence in the following order: (1) Specifications; (2) Special
Conditions; (3) General Terms and Conditions; and (4) Instructions to Bidders.
89. Severability Clause: In the event any one or more of the provisions contained in this Contract shall for
any reason be held to be invalid, illegal or unenforceable in any respect, such invalidity, illegality or
unenforceability, shall not affect any other provisions of this Contract, but this Contract shall be
construed as if such invalid or illegal or unenforceable provision had never been contained herein or
therein.
90. Merger: This Contract constitutes the entire Agreement and understanding of the Bidder and OCPS
with respect to its subject matter, superseding any agreements or understandings relating to Acquisition
ITB1903056
Page 38 of 62
of the supplies, services, or construction by Procurement Services. Any terms that are in addition to, or
different from, those in this Contract shall be disregarded and of no force or effect, unless the Bidder
and OCPS explicitly accept the additional or differing terms in writing.
91. Audit and Inspection of Awardees’ Documents and Records: OCPS or its representative reserves
the right to inspect and/or audit all the Awardee's documents and records as they pertain to the products
and services delivered under this Contract. Such rights shall be exercised with notice to the Awardee
to determine compliance with and performance of the terms, conditions and specifications on all
matters, rights and duties, and obligations established by this Contract. Documents/records in any form
shall be open to the District or State's representative and may include but are not limited to all
correspondence, ordering, payment, inspection, and receiving records, contracts or sub-contracts that
directly or indirectly pertain to the transactions between OCPS and the Awardee(s).
THE REMAINDER OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK
ITB1903056
Page 39 of 62
APPENDIX A
“NO BID” RESPONSE SUBMITTAL FORM
If your company is not submitting a response to this Contract, please complete and submit this form
electronically prior to the due date established in this Contract via www.vendorlink.orps.net.
This information will assist Procurement Services in the preparation of future bids.
Bid #: ITB1903056 Title: Asphalt Play Courts
Company Name:
Contact Person Name and Title:
Address:
Telephone: Fax:
E-mail Address:
Please check reason for a “no bid”.
___ Specifications “too tight”, geared toward one brand or manufacturer (explain below)
___ Insufficient time to respond
___ Specifications unclear (explain below)
___ Our Company does not offer this product/service or an equivalent
___ Our product schedule does not permit us to perform
___ Unable to meet specifications
___ Unable to meet bond requirements
___ Unable to hold prices firm throughout the term of the Contract period
___ Unable to meet insurance requirements
___ Other: ________________________________________________
Print Name:
Signature: Date:
ITB1903056
Page 40 of 62
APPENDIX B
STATEMENT OF AFFIRMATION AND INTENT
To: Orange County Public School, Procurement Services
Solicitation: ITB1903056 Asphalt Play Courts
The undersigned, hereinafter called Bidder, declares that the only persons, or parties interested in its Bid
Submittal are those named herein, that this submittal is, in all respects, fair and without fraud, and that it is made
without collusion with any other Bidder or employee of OCPS. Neither the Affiant nor Bidder have directly or
indirectly entered into any agreement, participated in any collusion or otherwise taken any action in restraint of
free competitive Pricing in connection with Bidder’s submittal for the above project. This statement restricts the
discussion of pricing data until the completion of negotiations and execution of this Contract.
Bidder certifies and declares:
1. No Board Member, Director or any OCPS Employee directly or indirectly owns assets or capital stock of
Bidder, nor will they directly or indirectly benefit by the profits or emoluments of this Contract.
2. (Please check A or B, as appropriate.)
A. ___ There are no professional, business, or Familial Relationships between any OCPS Employee or
Board Member and those employees of Bidder or Business Entity that are: (i) Principals of Bidder or
Business Entity; (ii) Shareholders, partners, Business Associates, or joint venture partners or otherwise
hold a Material Interest in Bidder or Business Entity; (iii) Preparing, submitting, or presenting Bidder or
Business Entity procurement documents; or, (iv) Working or expecting to work in any administrative
capacity or will have Contract management responsibilities for Bidder or Business Entity. or
B. ___ There are professional, business or Familial Relationships between any OCPS Employee or Board
Member and those employees of Bidder or Business Entity that are: (i) Principals of Bidder or Business
Entity; (ii) Shareholders, partners, Business Associates, joint venture partners or otherwise hold a
Material Interest in Bidder or Business Entity; (iii) Preparing, submitting or presenting Bidder or Business
Entity procurement documents; or, (iv) Working or expecting to work in any administrative capacity or will
have Contract management responsibilities for Bidder or Business Entity as described below:
3. No member of Bidder’s ownership or management is presently applying for an employee position or actively
seeking an elected position with OCPS. In the event that a Conflict of Interest is identified in the provision of
services, Bidder agrees to immediately notify OCPS in writing.
4. Bidder has carefully examined the scope of services, instructions, terms, and conditions of this Contract and
that Bidder’s Bid Submittal is made according to the provisions of the ITB and that it will meet or exceed the
scope of services, requirements, and standards contained in the ITB.
Failure to disclose a known relationship as described in paragraph 2 above may result in a bid being rejected as
non-responsive. In the event the relationship is discovered after Bidder submits its bid, the relationship shall be
disclosed and submitted to the OCPS Ethics Compliance Officer at the time of discovery. This form complies
with Board Policy KCE. With respect to paragraph 2 hereof, the defined terms in this form shall have the same
meanings as contained in Board Policy KCE.
Bidder agrees to abide by all conditions of the negotiation process. In conducting negotiations with OCPS, Bidder
offers and agrees that if this negotiation is accepted, it will convey, sell, assign, or transfer to OCPS all rights,
title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the
United States and the State of Florida for price fixing relating to the particular commodities or services purchased
or acquired by OCPS. At the OCPS’s discretion, such assignment shall be made and become effective at the
time OCPS tenders final payment to Bidder. The Bid Submittal constitutes a binding offer by Bidder to perform
the services as stated in this Contract.
ITB1903056
Page 41 of 62
Bidder certifies that it satisfies all necessary legal requirements as an entity to do business with OCPS.
Bidder acknowledges and certifies that it is in receipt of, has reviewed, and is in agreement with all
provisions of the Ethics and Lobbying Board Policy KCE, including, without limitation, all penalties for
violation of said policy.
www.ocps.net/sb/Superintendent%20Documents/KCE%20Ethics%20and%20Lobbying%20Policy%206_
26_12.pdf
Corporate Name of Bidder (Typed) Address, City, Zip
Authorized Representative’s Signature Printed Date Telephone
Number
Printed Name of Authorized Representative
ITB1903056
Page 42 of 62
APPENDIX C
BIDDER’S EXPERIENCE AND QUALIFICATIONS
In providing responses to the following questions, if Bidder answers ‘Yes’ to any of the questions below,
then describe the circumstances, current status, and ultimate disposition of each matter using a separate
page attached to this document.
1. Years in business under present name: ______ Years performing work specialty: _______
Licenses currently valid and in force:
2. Bidder’s Representative
Provide the following information for the representative assigned to this contract. Representative will assist
in the overall coordination of services to include but not be limited to quoting projects and resolving issues
with invoices, etc.:
Name: Phone #: Cell #:
Email:
3. Has Bidder been declared in default of any contract? Yes No
4. Has Bidder ever forfeited on any performance bond payment issued by a Surety company on any contract?
Yes No
5. Has an uncompleted Contract been assigned by Bidder’s Surety company on any payment of
performance bond issued to Bidder arising from its failure to fully discharge all contractual obligations
there under?
Yes No
6. Within the past three (3) years, has Bidder filed for reorganization, protection from creditors, or dissolution
under the bankruptcy statutes? Yes No
7. Is Bidder now the subject of any litigation in which an adverse decision might result in a material change
in Bidder’s financial position or future viability? Yes No
8. Is Bidder currently involved in any state of a fact-finding, negotiations, or resistance to a merger, friendly
acquisition or hostile take-over, either as a target or as a pursuer? Yes No
9. References: Provide three references from agencies to which Bidder has provided goods or services to
in the past two (2) years. At least one reference should be a public school system.
Reference # 1
Organization Name: ________________________________ Telephone #: __________________
Contact Name: _________________________ E-mail Address: ____________________________
Scope of Work Provided: __________________________________________________________
_______________________________________________________________________________
Project Dollar Value: _______ Present Contract Status: ________ _______________
Contract Dates: ____________________________________________
ITB1903056
Page 43 of 62
Reference # 2
Organization Name: ________________________________ Telephone #: __________________
Contact Name: _________________________ E-mail Address: ____________________________
Scope of Work Provided: __________________________________________________________
_______________________________________________________________________________
Project Dollar Value: _______ Present Contract Status: ________ _______________
Contract Dates: ____________________________________________
Reference # 3
Organization Name: ________________________________ Telephone #: __________________
Contact Name: _________________________ E-mail Address: ____________________________
Scope of Work Provided: __________________________________________________________
_______________________________________________________________________________
Project Dollar Value: _______ Present Contract Status: ________ _______________
Contract Dates: ____________________________________________
ITB1903056
Page 44 of 62
APPENDIX D
BIDDER’S STATEMENT OF PRINCIPAL PLACE OF BUSINESS
If Bidder’s principal place of business is outside of the state of Florida, write Bidder’s name and political
subdivision (county or municipality) where Bidder’s principal place of business is located.
Name of Bidder: ________________________________________________________________
Bidder’s principal place of business (County and State): _______________________________________
Pursuant to Section 287.084(2), F.S., “a vendor whose principal place of business is outside this state must
accompany any written bid, proposal or reply documents with a written opinion of an attorney at law licensed
to practice law in that foreign state, as to the preferences, if any or none, granted by the law of that state,
or political subdivision, to its own business entities whose principal places of business are in that foreign
state in the letting of any or all public contracts.”
The Attorney for an Out of State Bidder shall complete the following:
Legal Opinion Regarding State Bidding Preferences
Bidder’s principal place of business is in the State of and it is my legal opinion
that the laws of that state do not grant a preference in the letting of any or all public contracts to business
entities whose principal places of business are in that state.
Or
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 laws):
Legal Opinion Regarding Political Subdivision Preference
Bidder’s principal place of business is in the political subdivision of and it is my
legal opinion that the laws of that political subdivision do not grant a preference in the letting of any or all
public contracts to business entities whose principal places of business are in that state.
Or
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 state. (Please
describe applicable preference(s) and identify applicable state laws:
Signature of out of state Bidder’s attorney:
Printed name of out of state Bidder’s attorney:
Address of out of state Bidder’s attorney:
Telephone number of out of state Bidder’s attorney: __________________________________________
Email of out of state Bidder’s attorney: _____________________________________________
Attorney’s state(s) of bar admission: _____________________________________________
ITB1903056
Page 45 of 62
APPENDIX E
BIDDER’S STATEMENT OF FINANCIAL QUALIFICATION
The following questions are presented to evaluate a Bidder’s financial ability, capacity and/or resources
to acquire and maintain the required staffing for this Contract. If Bidder answers ‘Yes’ to any of the
questions below, then Bidder shall describe the circumstances, current status, and ultimate disposition
of each matter using a separate page and attach it to this document.
1. Has Bidder been declared in default of any contract? Yes No
2. Has Bidder forfeited payment of performance bond issued by a surety company on any contract?
Yes No
3. Has an uncompleted contract been assigned by Bidder’s surety company on any payment of
performance bond issued to Bidder arising from its failure to fully discharge all contractual obligations
thereunder? Yes No
4. Within the past three (3) years, has Bidder filed for reorganization, protection from creditors, or
dissolution under the bankruptcy statutes? Yes No
5. Is Bidder now the subject of any litigation in which an adverse decision might result in a material
change in Bidder’s financial position or future viability? Yes No
6. Is Bidder currently involved in any state of a fact-finding, negotiations, or resistance to a merger,
friendly acquisition, or hostile take-over, either as a target or as a pursuer? Yes No
7. License Sanctions: List any regulatory or license agency sanctions. The School Board may perform
a background check on Bidder with all state and regulatory agencies.
8. Bidder must provide the name and address of all persons or entities serving or intending to serve as
principals in Bidder’s firm.
Corporate Name of Bidder (Typed)
Authorized Representative’s Signature Date
ITB1903056
Page 46 of 62
APPENDIX F
DRUG-FREE WORKPLACE CERTIFICATION
In the event of identical Responsive and Responsible Bid Submittals, pursuant to Section 287.087, F.S.,
preference shall be given to businesses with drug-free workplace programs. Whenever two or more Bid
Submittals, which are equal with respect to price, quality and service, are received by any political
subdivision for the procurement of commodities or contractual services, a Bid Submittal received from a
business that certifies that it has implemented a drug-free workplace program shall be given preference in
the award process. Established procedures for processing tie bids will be followed if none of the tied Bidders
has a drug-free workplace program. In order 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, 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 bid
a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a condition of working on
the commodities or contractual services that are under bid, 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 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 Bidder complies fully with the above
requirements.
Authorized Representative’s Signature Company Name
____________________________
Printed Name of Authorized Representative Date
ITB1903056
Page 47 of 62
APPENDIX G
NON-DISCLOSURE AGREEMENT FOR CONFIDENTIAL MATERIALS
Confidential Information is any portion of a company’s documents, data, or records disclosed relating to its Bid
Submittal that Bidder claims is confidential and not subject to disclosure pursuant to Chapter 119, Florida Statutes,
the Florida Constitution, or any other authority that is clearly marked “Confidential”.
If Bidder is submitting confidential materials in the Bid Submittal, then Bidder shall submit this Agreement.
ITB #: _____________
Bidder: _____________________________________________________________________________
Bidder’s Address: _____________________________________________________________________
This Agreement is entered into as of the date of the last Signature set forth below between Orange County
Public Schools, a political subdivision of the State of Florida ("OCPS"), and the above named Bidder (hereinafter
the “Bidder”). OCPS and Bidder are collectively referred to as the “Parties” and may be referred to individually as
a Party.
RECITALS
WHEREAS, Bidder possesses certain confidential trade secret materials that it wishes to disclose to
OCPS for the purpose of responding to a solicitation or otherwise conducting business with OCPS; and
WHEREAS, OCPS desires to review such materials in order to evaluate OCPS’s interest in negotiating
and concluding an agreement for the purchase of certain products and services, or otherwise conducting business
with Bidder.
NOW THEREFORE, in consideration of the mutual promises and premises contained herein, the receipt and
sufficiency of which are hereby acknowledged, OCPS and Bidder agree as follows:
1. Confidential Materials: Bidder warrants and represents to OCPS that the materials described in the attached
Appendix G (the “Confidential Materials”) constitute trade secrets as defined by Section 812.081(1)(c), F.S., or
financial statements required by OCPS for projects as defined in Section 119.071(1)(c), F.S.. Subject to the
terms and conditions of this Agreement, OCPS agrees not to disclose such Confidential Materials to third
parties.
2. Additional Materials: During the course of the review or the business relationship with OCPS, Bidder may
disclose additional confidential or trade secret information to OCPS in which case the restrictions and
obligations on the use and disclosure of the Confidential Materials imposed by this Agreement shall also apply
to such additional information to the extent permitted by Florida law. Any such additional confidential or trade
secret information shall be duly marked and stamped “confidential” or “trade secret” prior to delivery to OCPS,
and shall be subject to this Agreement and Section 812.081(2), F.S., only if written receipt is provided by OCPS
acknowledging receipt of such materials.
3. Exclusions: For purposes of this Agreement, the term “Confidential Materials” does not include the following:
(a) Information already known or independently developed by OCPS;
(b) Information in the public domain through no wrongful act of OCPS;
(c) Information received by OCPS from a third party who was legally free to disclose it;
(d) Information disclosed by Bidder to a third party without restriction on disclosure;
(e) Information disclosed by requirement of law or judicial order, including without limitation Chapter 119,
F.S.; or
(f) Information that is disclosed with the prior written consent of Bidder, but only to the extent permitted by
such consent.
ITB1903056
Page 48 of 62
4. Non-Disclosure by Bidder: In the event that OCPS discloses confidential or trade secret information to
Bidder, Bidder agrees to not disclose such information to any third party or copy such information or use it for
any purpose not explicitly set forth herein without OCPS’s prior written consent. Further, upon conclusion of
discussions or business transactions between OCPS and Bidder, or at any time upon request of OCPS,
Bidder agrees to return such information (including any copies) to OCPS.
5. Duty of Care: Each Party agrees to treat the other Party’s confidential or trade secret information with the
same degree of care, but not less than reasonable care, as the receiving Party normally takes to preserve and
protect its own similar Confidential Information and to inform its employees of the confidential nature of the
disclosing Party’s information and of the requirement of nondisclosure. In the event either Party has actual
knowledge of a breach of the nondisclosure requirements set forth in this Agreement, the Party acquiring such
knowledge shall promptly inform the other Party and assist that Party in curing the disclosure, where possible,
and preventing future disclosures.
6. Limitations of Florida Law: Bidder understands and agrees that its assertion that any item is confidential or
a trade secret does not, in and of itself, render such material exempt from the Florida Public Records Law,
Chapter 119, F.S., and that OCPS’s ability to prevent disclosure of confidential and trade secret information
may be subject to determination by a Florida court that such materials qualify for trade secret protection under
Florida law. In the event a third party makes a public records request for the Confidential Materials or other
materials deemed by Bidder to be confidential or a trade secret, OCPS may submit the materials to OCPS
court for inspection in camera as set forth in Section 119.07(1)(g), F.S.. Bidder further understands that OCPS
may be required to disclose such information if directed by a court of competent jurisdiction.
7. Indemnification by Bidder: In the event of any litigation instituted by a third party to compel OCPS to disclose
such materials, Bidder shall, at its sole cost and expense, provide assistance to OCPS in defending the denial
of the records request, and shall hold OCPS harmless from any claim for statutory costs and attorney’s fees
arising from OCPS’s refusal to disclose such materials.
8. No Additional Obligations: This Agreement shall not be construed in any manner to be an obligation for
either Party to enter into any subsequent Contract or agreement.
9. Sovereign Immunity: Nothing in this Agreement shall be deemed as a waiver of immunity or limits of liability
of OCPS beyond any statutory limited waiver of immunity or limits of liability, which has been or which may be
adopted by the Florida Legislature, regardless of the nature of any claim which may arise, including but not
limited to a claim sounding in tort, equity or contract. In no event shall OCPS be liable for any claim or claims
for breach of contract, including without limitation the wrongful disclosure of confidential or trade secret
information for an amount which exceeds, individually and collectively, the then current statutory limits of liability
for tort claims. Nothing in this Agreement shall inure to the benefit of any third party for the purpose of allowing
any claim against OCPS, which would otherwise be barred under the Doctrine of Sovereign Immunity or by
operation of law.
10. Notice: Whenever either Party desires to give notice unto the other, it must be given by written notice, sent
by registered United States mail, with return receipt requested, addressed to the party for whom it is intended,
at the place last specified, and the place for giving of notice in compliance with the provisions of this paragraph.
For the present, Bidder designates the address set forth above as its place for receiving notice, and OCPS
designates the following address for such notice:
Orange County Public Schools
Director, Purchasing and Contracting
445 W. Amelia Street
Orlando, FL 32801
Orange County Public Schools
Director, Facilities and Construction Contracting
6501 Magic Way, Building 101B
Orlando, FL 32809
ITB1903056
Page 49 of 62
11. Governing Law: This Agreement shall be governed by the laws of the State of Florida, and venue for any
action arising out of or relating to the subject matter of this Agreement shall be exclusively in Orange County,
Florida, or the Federal District Court for the Middle District of Florida, Orlando Division.
12. Bidder and OCPS hereby expressly waive any rights either may have to a trial by jury of any civil litigation
related to this Agreement for any litigation related to or arising from this Contract.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their duly authorized
officers the day and year as set forth below.
Orange County Public Schools: Bidder:
By: _____________________________________ By: ______________________________________
Title: Sr. Director of Purchasing & Contracting Title: ________________________________
Date: ________________________________ Date: _________________________________
ITB1903056
Page 50 of 62
DESCRIPTION OF CONFIDENTIAL MATERIALS
ITB1903056
Page 51 of 62
APPENDIX H
DEBARMENT AND SUSPENSION CERTIFICATION
Instructions for Certification
1. By signing and submitting this form, the prospective primary participant is providing the certification set out
above in accordance with these instructions.
2. The inability of a person to provide the certification required below will not necessarily result in denial of
participation in this covered transaction. The prospective participant shall submit an explanation of why it
cannot provide the certification set out on this form. The certification or explanation will be considered in
connection with the department or agency's determination whether to enter into this transaction. However,
failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such
person from participation in this transaction.
3. The certification in this clause is a material representation of fact upon which reliance was placed when the
department or agency determined to enter into this transaction. If it is later determined that the prospective
primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the
Federal Government, the department or agency may terminate this transaction for cause or default.
4. The prospective primary participant shall provide immediate written notice to the department or agency to
which this proposal is submitted if at any time the prospective primary participant learns that its certification
was erroneous when submitted or has become erroneous by reason of changed circumstances.
5. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction,"
"participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as
used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules
implementing Executive Order 12549. You may contact the department or agency to which this proposal is
being submitted for assistance in obtaining a copy of those regulations.
6. The prospective primary participant agrees by submitting this form that, should the proposed covered
transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person
who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the department or agency entering into this transaction.
7. The prospective primary participant further agrees by submitting this form that it will include the clause titled
"Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered
Transactions," provided by the department or agency entering into this covered transaction, without
modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.
8. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier
covered transaction that is not debarred, suspended, ineligible or voluntarily excluded from the covered
transaction unless it knows that, the certification is erroneous. A participant may decide the method and
frequency by which it determines the eligibility of its principals. Each participant may, but is not required to,
check the Non-procurement List.
9. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order
to render in good faith the certification required by this clause. The knowledge and information of a participant
is not required to exceed that which is normally possessed by a prudent person in the ordinary course of
business dealings.
10. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered
transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred,
ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available
to the Federal Government, the department or agency may terminate this transaction for cause or default.
ITB1903056
Page 52 of 62
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 offering the proposed covered transaction.
The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals:
i. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from covered transactions by any Federal department or agency;
ii. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, State or local) transaction or Contract under a public
transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery,
bribery, falsification or destruction of records, making false statements, or receiving stolen property;
iii. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal,
State or local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification;
and
iv. Have not within a three (3) year period preceding this application/proposal had one or more public
transactions (Federal, State or local) terminated for cause or default.
Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such
prospective participants shall attach an explanation to this proposal.
Name ITB # and Title
Name(s) and Title(s) of Authorized Representatives Signature Date
ITB1903056
Page 53 of 62
APPENDIX I
MWBE/LDB PARTICIPATION GUIDELINES
Bidder understands that OCPS is committed to an increase in the number of qualified minorities, women,
and veterans who wish to provide supplies, equipment, or services to OCPS. OCPS has established as
goals for such participation that twelve percent (12%) of the total cost of the purchasing contracts to will
provided by Minorities or Women-owned Business Enterprises (“MWBE”); ten percent (10%) will be
provided by Local Developing Businesses (“LDB”); and three percent (3%) will be provided by Veteran
Business Enterprises (“VBE”).
Accordingly, Bidder hereby certifies that he/she will use his/her best efforts to achieve the Board’s goals
in the administration of this contract, unless waived as provided herein.
MWBE / LDB / VBE Participation may be provided through any combination of the following elements:
• Where the company is certified by agencies accepted by OCPS, the total amount of the order
shall be used as the amount of participation.
• For sub-contractor participation, where the purchase of material and/or service is obtained from
minority/women distributors or manufacturers, the amount of participation for this element will
be the relative portion of the total amount of the order in proportion to the percentage of the
value for that amount of materials, which is obtained from minority/women distributors or
manufacturers. All firms must submit a completed Office of Business Opportunity
MWBE/LDB/VBE Subcontractor form.
MWBE/ LDB / VBE firms shall submit valid proof of certification with the bid.
• Each MWBE firm shall submit a copy of a valid MWBE certification from the City of Orlando,
Orange County Government, State of Florida or the National/Florida Minority Bidder
Development Council (NMSDC/FMSDC) and the Women Business Enterprise National Council
(WBENC).
• Each LDB firm shall submit a valid LDB letter of certification issued by the Greater Orlando
Aviation Authority or a copy of their OCPS LDB Certificate.
• Each VBE firm shall submit a valid VBE certification from the State of Florida or by the United
States Department of Veterans Affairs through the Center of Verification and Evaluation (CVE).
A firm must be certified by the bid award date.
A bidder may be considered non-responsive and may be rejected, at the sole discretion of OCPS, if the
bidder fails to provide the required data.
OCPS shall be the final authority in determining whether a bidder qualifies as an MWBE, or LDB or VBE
firm for purposes of this bid.
For clarification regarding OCPS’ MWBE, LDB or VBE programs and/or for LDB certification, please
contact The Office of Business Opportunity (407) 317- 3739 or visit the website at:
http://www.obo.ocps.net.
ITB1903056
Page 54 of 62
CERTIFICATE OF MWBE / LDB / VBE PARTICIPATION
The Office of Business Opportunity (“OBO”) is responsible for determining MWBE, LDB and VBE
participation by Bidder upon review of a Bid Submittal to provide supplies, equipment, or services to
OCPS. Bidder must include with the Bid Submittal this CERTIFICATE OF MWBE, LDB and VBE
PARTICIPATION and documentation of its status from the certifying agency. Thereafter, OBO will
determine whether the Bidder is in compliance with the MWBE, LDB and VBE participation goals
contemplated herein.
Prior to the award of the contract and periodically throughout the term of the contract, Bidder must
demonstrate that it is in compliance with the goals for MWBE, LDB and VBE participation.
If, at any time before or after the award of contract, Bidder determines that he/she will be unable to
comply, Bidder may request an evaluation of Good Faith by OBO. An OBO Specialist will make an
analysis to verify that Bidder has made a diligent, good faith effort to meet the goals for MWBE, LDB
and VBE participation, but due to circumstances beyond its control, it is impossible for the Bidder to
comply.
Notwithstanding, any of the forgoing requirements relating to the MWBE, LDB and VBE Participation
Guidelines contained in Appendix I, OCPS reserves the right to waive any technical requirements
relating to the submission of the certificates granting MWBE Ownership, LDB or VBE statuses, if to do
so would benefit OCPS in the increase of MWBE, LDB and VBE participation in contracts originating in
the Procurement Services Department.
ITB1903056
Page 55 of 62
APPENDIX J
MWBE/LDB/VBE SUBCONTRACTOR PARTICIPATION
OCPS has established annual participation levels for the procurement of goods and non-professional
services with Minority-Owned & W omen-Owned Business Enterprises (MW BEs), Local Developing
Businesses (LDBs) and Veterans Business Enterprise (VBEs). For the purpose of calculating
the MW BE, LDB and VBE participation percentages, only those dollars awarded to Certified MW BE, LDB
and VBE Bidders will be utilized. Monies contracted or subcontracted to MW BE, LDB and VBE Bidders
are included in the calculation. As a result, Bidders are asked to include certified MW BE, LDB and VBE
subcontractor participation information below. If Bidder has questions regarding a vendor’s certification,
he/she may contact the OCPS Office of Business Opportunity at (407) 317-3739.
Please complete the information below showing Bidder’s commitment to subcontract at least twelve
percent (12%) of its business related to this solicitation to one or more MW BE and ten percent (10%) for
one or more LDB Bidders and three percent (3%) for one or more VBE Bidders.
Overall percent of MWBE Sub-Contractor Participation expected:
Overall percent of LDB Sub-Contractor Participation expected:
Overall percent of VBE Sub-Contractor Participation expected:
Please complete the following table by indicating the name of the sub-contracting firm, whether or not the
firm is an MWBE and/or LDB and/or VBE, the type of work or material to be supplied by the sub-contractor,
anticipated dollar value, and the anticipated percent of the Contract value.
Sub-
Contractor
MWBE
and/or
LDB
and/or
VBE
Type of Work/Material $ Value % of Contract
Value
If Bidder has more than two MW BE, LDB and VBE vendors, Bidder should include information for
additional MW BE, LDB, and VBE vendors on an additional sheet of paper. Bidder agrees to supply
subcontractor payment information to OCPS. The due date and report format will be established upon
award of the contract.
___________________________________
Authorized Representative’s Signature Company Name
Printed Name and Title
ITB1903056
Page 56 of 62
APPENDIX K
BID PRICE SHEET
1. The price sheet is available electronically on vendor link. Please visit: https://vendorlink.ocps.net
2. VendorLink Electronic Submittal Notes:
2.1. Bids must be submitted electronically via VendorLink. OCPS will not accept paper submittals.
2.2. The price sheet is available and posted on VendorLink via an excel spreadsheet. Vendors
must upload a copy of their completed excel spreadsheet when uploading their ITB response.
The spreadsheet must be in .xlxs format.
2.3. Include PDF copy of completed spreadsheet with the ITB response.
Vendor Acknowledgment and Approval
I certify 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 in all respects fair and without
collusion or fraud. The following information, including an authorized representative Signature and witness,
is required to be submitted with your proposal in order to be considered for evaluation and award. The
individual signing below acknowledges and agrees to all proposed Terms and Conditions as submitted and
is an Authorized Representative of Vendor to enter into a Contractual Agreement with OCPS for the purposes
described herein.
Firm
Name _____________________________ Phone No. _________________________________
Authorized Representative's Signature __________________________ Date ________
Authorized Representative Name/Title __________________________
Witness Signature __________________________ Date ________
Witness Name/Title __________________________
ITB1903056
Page 57 of 62
APPENDIX L
BASKETBALL COURTS DRAWINGS – ELEMENTARY SCHOOLS
ITB1903056
Page 58 of 62
APPENDIX M
BASKETBALL COURTS DRAWINGS – MIDDLE & HIGH SCHOOLS
ITB1903056
Page 59 of 62
APPENDIX N
VOLLEYBALL TENNIS COURTS DRAWINGS – MIDDLE & HIGH SCHOOLS
ITB1903056
Page 60 of 62
APPENDIX O
DG 11 66 10 - OUTDOOR ATHLETIC FIELDS, FIELD EVENT FACILITIES AND PLAY COURTS
A. DEFINITION
1. This Design Guideline provides guidance for play courts, outdoor athletic fields and field event
facilities for Middle, K-8, and High Schools.
B. SELECTION CRITERIA
1. Applicable Standards
a. National Federation of State High School Associations Court and Field Diagram Guide,
Indianapolis, Indiana, current edition.
b. National Federation of State High School Track and Field Rules Book, current edition.
2. Applicable Publications
a. State Requirements for Educational Facilities
b. Department of Community Affairs
1) Florida Americans With Disability Implementation Act
2) Occupational Safety and Health Administration, U.S. Department of Labor, 29 CFR
3) Florida Building Code, current edition
c. Standards Development
1) Backstops and fencing required for the playfields shown on the drawings in this
standard can be found in DG 32 31 13 Chain-Link Fencing and Gates.
C. COMMISSIONING AND CERTIFICATION
1. Contractor Statement Of Compliance
a. Surfacing systems for competition 8-lane running tracks for high schools shall be installed
by a member of The United States Tennis Court & Track Builders Association.
2. Track Certification
a. Certification and registration of the running track shall be done by a Certified Track
Builder. Certification shall include construction for proper drainage, stable base, quality of
synthetic surface and for accurate marking. Level 4 Certification is required.
b. Certification of K-8 and Middle School running tracks is not required. If modification of the
running track layout and dimensions is necessary in order to fit the track within the school
site, dimensions provided by the United States Tennis Court & Track Builders Association
for both the track as well as for playfields inside the track may be disregarded.
D. HIGH SCHOOL RUNNING TRACK CONSTRUCTION
1. Surfacing System shall consist of an impervious base mat of single component polyurethane
bound black SBR rubber granules, sealed with a pigmented two component polyurethane resin
and then topped with a spray applied structural coating consisting of single component
polyurethane bound pigmented EPDM rubber granules. The system thickness shall be ½”.
2. Pavement construction shall consist of a structural base course of Type S-1 (or equal) asphalt
having a thickness of 1 1/2” and a top course of Type S-III asphalt having a thickness of 1” as
designed by a Professional Engineer.
3. A trench drain system along the inside edge of the running track that incorporates washed
stone and a perforated sock drain pipe all contained by a durable filter fabric is the preferred
method of providing proper sideline drainage. This drain is to be coordinated in a manner that
will accommodate the installation of artificial; turf.
4. No field events shall be located within the inside perimeter of the running track.
5. If an existing running track is to be upgraded (such as 6 lane to 8 lane or addition of synthetic
surface), a minimum of two core samples shall be taken for evaluation by the Engineer to
ITB1903056
Page 61 of 62
determine if complete removal and rebuild of the running track is necessary or if milling and
resurfacing will be an acceptable method of construction.
E. COURT AND FIELD DIAGRAMS
1. Dimensions and layout of fields and field events may be found in the National Federation of
State High School Associations Court and Field Diagram Guide as referenced in B (1) (a)
above.
2. K-8 and Middle School Track and Field
a. 6-lane 400 meter track shall include 55-meter dash, 1600 meter run, 92-meter dash,
4x100 meter relay, 400-meter dash, 800 meter run, 200 meter run & 4x400 meter relay.
Soccer Field shall be inside track. Line painting and events marking shall be as described
in the National Federation of State High School Track and Field Rules Book. Surfacing
systems are not provided tor these tracks. The 6 lane configuration shall be obtained by
eliminating the two innermost lanes of the 8 lane track that is required for high schools.
Track construction shall utilize 1 ½” of Type S-III asphalt as designed by a Professional
Engineer.
b. Long Jump
c. Long Jump runways with landing pits at opposite ends. Identify one runway with female
takeoff board and one runway with male takeoff board
d. White carpenter sand shall be used in the landing area.
e. Long Jump design and dimensions shall be as described in the National Federation of State
High School Associations Court and Field Diagram Guide, Indianapolis, Indiana, current
edition.
f. Shot put.
3. High School Track & Field
a. 8-lane 400 equal quadrant meter running track
1) Events markings are shown in Court and Field Guide.
2) Line painting shall be as described in the National Federation of High School Track and
Field Rules Book, current edition.
3) Track surfacing system is to be provided.
b. Discus Cage
c. Shot Put Circle
d. Long Jump and Triple Jump
1) Two (2) long jump runways with landing pits at opposite ends. Identify each runway
with a female take off board, one male take off board and one for triple jump.
e. High Jump
f. Pole Vault
g. All field event design and dimensions shall be as described in the National Federation of
State High School Associations Court and Field Diagram Guide, Indianapolis, Indiana,
current edition.
F. PLAYFIELDS AND HARDCOURTS
1. High School
a. High Schools shall have baseball fields, softball fields, tennis courts, basketball courts and
other outside athletic facilities as prescribed by the applicable OCPS Facilities List. The
design and dimensions of these facilities shall be as described in the National Federation of
State High School Associations Court and Field Diagram Guide, Indianapolis, Indiana,
current edition except as otherwise noted.
1) High School Softball Fields shall have a skinned, clay infield and base lines. The infield
area is determined by measuring a 60-foot arc from the front pitcher's plate, even if
other pitching distances are used. Base line layout shall be as shown in the National
ITB1903056
Page 62 of 62
Federation of State High School Associations Court and Field Diagram Guide. The
skinned infield surface shall be a 6” layer of clay and sand mixture meeting the
following criteria:
i. 15% to 19% passing the No. 200 sieve (between 15% and 19% silt
and clay-size particles).
ii. A D50 of between 0.15 and 0.25 mm (D50 is the size diameter
corresponding to 50% finer on the soil gradation curve).
iii. All soil particles shall pass the No. 4 sieve (4.75 mm opening) and at
least 97 percent of the soil particles shall pass the No. 10 sieve (2 mm
opening).
2) High School Baseball Fields shall have a skinned, clay infield. The area is determined
by measuring a 95-foot arc from the front center of the pitcher’s plate. Base line
layout shall be as shown in the National Federation of State High School Associations
Court and Field Diagram Guide. The skinned infield surface shall be a 6” layer of clay
and sand mixture meeting the following criteria:
i. 15% to 19% passing the No. 200 sieve (between 15% and 19% silt
and clay-size particles).
ii. A D50 of between 0.15 and 0.25 mm (D50 is the size diameter
corresponding to 50% finer on the soil gradation curve).
iii. All soil particles shall pass the No. 4 sieve (4.75 mm opening) and at
least 97 percent of the soil particles shall pass the No. 10 sieve (2 mm
opening).
b. When constructing a new baseball field for high school play, the distance from home plate
to the nearest obstruction on fair-ground must be at least 300 feet down the foul lines,
and at least 350 feet to center field.
c. Materials for pitching mound construction shall meet the same requirements as for the
clay infield surface specified above.
2. MIDDLE SCHOOLS AND K-8 SCHOOLS
a. Provide one non-competition softball field with a Bahia grass infield and outfield limits 200’
from home plate and a 16’ tall fenced backstop.
b. Provide three basketball courts with fenced enclosure measuring 102’ x 188’.
c. Provide three tennis courts.
d. The design and dimensions of these facilities shall be as described in the National
Federation of State High School Associations Court and Field Diagram Guide, Indianapolis,
Indiana, current edition unless otherwise noted.
3. HARDCOURT CONSTRUCTION FOR ALL SCHOOLS
a. The base and sub base for all hardcourts shall be as recommended by the Civil Engineer,
based on the Geotechnical Engineer’s report on existing soil conditions.
b. The top course of asphalt shall be Type S-3 (or equal) hot-mix asphalt in accordance with
National Federation State High Schools Association standards and specifications. Minimum
allowable thickness shall not to be less than one (1) inch
c. All courts shall have a textured coating of fibrated asphalt/acrylic emulsion manufactured
with graded rubber particles, fine silica sand and fillers. Fortified with acrylic latex suitable
for spray application.
d. For Elementary Schools, two basketball goals will allow for 8’-0” and 10’-0” height.
END OF DG 11 66 1
EXHIBIT 3