city of belleair beach, florida
TRANSCRIPT
Page 1 of 28
CITY OF BELLEAIR BEACH,
FLORIDA
B21-02 Monument Sign with Electronic
Message Display
Issue Date: Wednesday, January 20, 2021
Bid Opening: Tuesday, February 16, 2021 2:00 PM (Local Time) City Hall Conference Room
Submit Bids to:
City of Belleair Beach
444 Causeway Blvd.
Belleair Beach, Florida 33786
Pre-Bid Meeting: Thursday, January 28, 2021 at 10:00 AM at Belleair Beach Community
Center.
Page 2 of 28
BID SUBMITTAL LABEL
Cut along the outer border and affix this label to your sealed bid envelope to identify it as a “Sealed
Bid”. Be sure to include the name of the company submitting the bid where requested.
SEALED BID • DO NOT OPEN
SEALED BID NO.: B21-02 BID TITLE: Monument Sign with Electronic Message Display DUE DATE/TIME: February 16, 2021 @ 2:00 P.M. SUBMITTED BY: ___________________________________ (Name of Company)
DELIVER TO: City of Belleair Beach
444 Causeway Blvd.
Belleair Beach, FL 33786
Please Note:
Addenda may be issued to this bid. Any such addenda will be posted on the same Website,
www.cityofbelleairbeach.com, from which you obtained this bid.
Before submitting your bid you should check our Website to download any addenda that may have been
issued. Please remember to sign and return Addenda Acknowledgement Form with completed bid
package if applicable.
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 3 of 28
TABLE OF CONTENTS BID SUBMITTAL LABEL ........................................................................................................................ 2
INVITATION TO BID ............................................................................................................................... 5
INTENT ...................................................................................................................................................... 6
DEFINITIONS ............................................................................................................................................ 6
SECTION A – GENERAL TERMS AND CONDITIONS ........................................................................ 6
1. PREPARATION OF BIDS ............................................................................................................. 6
2. BOND REQUIREMENTS ............................................................................................................. 7
3. INTERPRETATIONS PRIOR TO BID OPENING ....................................................................... 7
4. INTEGRITY OF BID DOCUMENTS ........................................................................................... 7
5. SUBMISSION AND RECEIPT OF BIDS ..................................................................................... 7
6. BIDDER CAPABILITY/REFERENCES ....................................................................................... 8
7. ESTIMATED QUANTITIES ......................................................................................................... 8
8. F.O.B. BELLEAIR BEACH, FLORIDA........................................................................................ 8
9. BRAND NAMES............................................................................................................................ 8
10. QUALITY ....................................................................................................................................... 8
11. DISCOUNTS .................................................................................................................................. 8
12. WITHDRAWAL OF BID............................................................................................................... 8
13. ARITHMETIC DISCREPANCIES IN BIDS ................................................................................. 8
14. REJECTION OF BID ..................................................................................................................... 9
15. PUBLIC REVIEW AT BID OPENING ......................................................................................... 9
16. BID TABULATION INQUIRIES .................................................................................................. 9
17. AWARD ......................................................................................................................................... 9
18. FIRM PRICES .............................................................................................................................. 10
19. ACCEPTANCE OF MATERIAL................................................................................................. 10
20. TIMELY DELIVERY .................................................................................................................. 10
21. COPYRIGHT OR PATENT RIGHTS ......................................................................................... 10
22. CONFLICT OF INTEREST ......................................................................................................... 10
23. COLLUSION ................................................................................................................................ 10
24. TAXES .......................................................................................................................................... 10
25. COMPETENCY OF BIDDERS ................................................................................................... 10
26. NON-EXCLUSIVE CONTRACT ................................................................................................ 11
27. LICENSES .................................................................................................................................... 11
28. MANUFACTURER’S CERTIFICATION ................................................................................... 11
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 4 of 28
29. MATERIAL SAFETY DATA SHEETS ...................................................................................... 11
30. WARRANTY ............................................................................................................................... 11
31. COMPLIANCE WITH ORDERS AND LAW............................................................................. 11
32. PLANS AND SPECIFICATIONS ............................................................................................... 11
33. INDEMNIFICATION................................................................................................................... 11
34. INSURANCE ................................................................................................................................ 12
35. PUBLIC ENTITY CRIMES ......................................................................................................... 12
36. INVOICES .................................................................................................................................... 12
37. DEFAULT OF CONTRACT ........................................................................................................ 12
38. TERMINATION ........................................................................................................................... 12
39. MERGERS/ACQUISITIONS....................................................................................................... 13
40. QUESTIONS ................................................................................................................................ 13
SECTION B - SPECIFICATIONS ........................................................................................................... 14
SECTION C – Equipment Locations ........................................................................................................ 16
SECTION D – BID SUBMITTAL FORMS ............................................................................................ 18
BID PROPOSAL FORM ...................................................................................................................... 19
W-9 ....................................................................................................................................................... 21
SIGNATURE ACKNOWLEDGEMENT ............................................................................................ 22
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER..................................................................... 23
PUBLIC ENTITY CRIMES STATEMENT ........................................................................................ 24
REFERENCES ..................................................................................................................................... 26
NOTICE OF AWARD .............................................................................................................................. 27
STATEMENT OF NO BID ...................................................................................................................... 28
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 5 of 28
CITY OF BELLEAIR BEACH, FLORIDA
INVITATION TO BID
B21-02 Monument Sign with Electronic Message Display
The City of Belleair Beach is soliciting sealed Bids to furnish all necessary labor, supplies, equipment, materials
and incidental items, for the Bid project entitled, “B21-02 MONUMENT SIGN WITH ELECTRONIC
MESSAGE DISPLAY”, which will be received at the City of Belleair Beach, 444 Causeway Blvd, Belleair
Beach, Florida 33786, until 2:00 PM, local time, on Tuesday, February 16, 2021, at which time and place they
will be publicly opened and read in the Conference Room. A non-mandatory Pre-Bid Meeting/site visit will be
held on Thursday, January 28, 2021 at 10:00 AM at Belleair Beach Community Center at 444 Causeway Blvd,
Belleair Beach, FL 33786. Bid documents, including specifications and design, will be available at no charge by
contacting Laura Mataluni at [email protected] beginning Wednesday, January 20,
2021. Questions regarding this bid should be submitted in writing to Kyle Riefler, Community Services
Administrator at [email protected]. All questions must be submitted by 2:00 PM local time
on Tuesday, February 9, 2021.
Sealed bids shall be submitted on proposal forms as provided in Section D (or exact copies thereof) and identified
with the provided Bid Submittal Label. The City requires that a MARKED ORIGINAL, TWO (2) paper copies
and ONE (1) pdf format electronic copy of the bid proposal forms be submitted for review. The City of Belleair
Beach reserves the right to waive any informality or to accept or reject any or all bids in part or in total. The
successful bidder will, within ten (10) days after the acceptance of proposal, enter into a contract with the City of
Belleair Beach for the services proposed to be performed.
Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call
(727) 595-4646 (voice), (727) 593-1409 (fax), not later than seven days prior to the proceeding.
CITY OF BELLEAIR BEACH, FLORIDA
Lynn Rives
City Manager
Advertisement Schedule: Tampa Bay Times – Wednesday, January 20, 2021
Bid Document Available and Appear Online: Wednesday, January 20, 2021
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 6 of 28
CITY OF BELLEAIR BEACH, FLORIDA
BIDDER INSTRUCTIONS AND GENERAL INFORMATION
INTENT
The City of Belleair Beach is seeking bids for the purchase and installation of a Monument Sign with
Electronic Message Display for the Community Center, located at 444 Causeway Blvd, Belleair Beach,
FL 33786.
DEFINITIONS
• Addendum: A modification, revision or clarification of the plans or other contract documents,
issued by the engineer and distributed to prospective bidders before the opening of bids.
• Bid: The offer of a price by the bidder.
• Bidder: The person or firm making the offer.
• Calendar Day: Every day shown on the calendar, ending and beginning at Midnight.
• City: The City of Belleair Beach, Florida.
• City Council: The legislative body of the City of Belleair Beach.
• Invitation to Bid (ITB): A solicitation of formal sealed bids.
• Regular Work Day: Any calendar day except a Saturday, Sunday or recognized Holiday.
• Responsible Bidder: A bidder who has the capability in all respects to perform fully the contract
requirements, and the tenacity, perseverance, experience, integrity, reliability, capacity, facilities,
equipment, and credit which will assure good faith performance.
• Responsive Bidder: A bidder who has submitted a bid which conforms in all material aspects to
the requirements set forth in the ITB.
SECTION A – GENERAL TERMS AND CONDITIONS
1. PREPARATION OF BIDS A. A marked “Original” bid must be submitted with two paper (2) copies and one (1) electronic copy.
Copies shall be executed by the bidder who will be responsible for their correctness. All bids must be
submitted on the Bid Proposal Form provided and all pages marked “submittal” must be submitted
with the bid.
B. Bidders are expected to examine all instructions, general terms and conditions, specifications,
drawings, and all submittal forms. Failure to do so will be at the bidder’s risk.
C. In Unit Price bids, the unit price for each unit offered shall be shown, and such price shall include
packing and shipping unless otherwise specified. A total shall be entered in the “Total” column for
each item offered. In case of discrepancy between the unit price and the extended price, the unit price
will be presumed correct. In Lump Sum bids, the base bid will be entered in the space on the Bid
Proposal Form and will include all materials, labor, and services required to perform the work
specified in the bid documents.
D. The bidder should retain a copy of all bid documents for future reference.
E. All bids must be signed with the firm name and by an officer or employee having authority to bind
the company or firm by their signature.
F. Bids may be considered irregular and subject to rejection if they show serious omission, unauthorized
alterations of form, unauthorized alternate bids, incomplete or unbalanced bids, or irregularities of
any kind.
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 7 of 28
G. Only one (1) bid from any individual, firm, partnership, or corporation under the same or different
names will be considered. Should multiple bids be submitted from one bidder, all bids submitted by
the bidder will be rejected.
H. Bids by partnerships must be executed in the partnership name and signed by a partner. His title must
appear under his signature and the official address of the partnership must be shown below the
signature.
2. BOND REQUIREMENTS
A. Bid Bond – Not required B. Payment/Performance Bond – Prior to commencing work, the bidder shall provide a certified copy of
the recorded payment/performance bond, in accordance with Florida Statute 255.05, each in the
amount of 100% of the Agreement amount, the costs of which are to be paid by the Bidder.
3. INTERPRETATIONS PRIOR TO BID OPENING No oral interpretations will be made to any bidder as to the meaning of the Specifications, or any other
bid documents. Every request for such interpretation must be in writing and shall be addressed to the
contact listed in the ITB by the date and time specified. Every interpretation made to a bidder will be
made by an addendum to the bid documents. As promptly as practicable, any such addenda will be
posted online at www.cityofbelleairbeach.com. All such addenda shall become part of the bid documents.
No substitution of any kind or riders of any nature to the bids will be considered except by the above-
described method. For purposes of this bid the term “Interpretations” shall include the approval of
product substitution.
4. INTEGRITY OF BID DOCUMENTS Bidders shall use the original Bid Submittal Forms provided by the City and enter information only in the
spaces where a response is requested. Any modifications or alterations to the original bid documents by
the Bidder, whether intentional or otherwise, will constitute grounds for rejection of a bid. Any such
modifications or alterations a Bidder wishes to propose must be clearly stated in the Bidder’s proposal
response and presented in the form of an addendum to the original bid documents.
5. SUBMISSION AND RECEIPT OF BIDS A. It is the responsibility of the bidder to assure that their bid is delivered at the proper time and place
PRIOR to the bid opening. All bids openings shall be public, at the date and time specified in the
Invitation to Bid. Bids, which for any reason are not so delivered, will not be considered. BID
SUBMITTAL FORMS USING FACSIMILE OR EMAIL WILL NOT BE ACCEPTED.
B. Bids shall be submitted on the forms provided and in the quantities and formats identified in the Bid
document. Bids must be enclosed in sealed envelopes addressed to the City Clerk, City of Belleair
Beach, 444 Causeway Blvd., FL 33786.
C. Each envelope shall display the bid label provided herein and must show the name of the bidder. It is
the bidder's responsibility to assure that their bid is delivered to the City of Belleair Beach by the
proper date and time specified by the ITB.
D. Samples of items, when required, must be submitted within the time specified at no expense to the
City. If not destroyed by testing, vendor(s) will be notified to remove samples, at their expense,
within thirty (30) calendar days after notification. Failure to remove the samples will result in the
samples becoming the property of the City.
E. Bids must be typed or printed in black or blue ink. Erasable ink is not permitted. Corrections made
by bidder to any bid entry must be initialed by the person who signs the bid. Any corrections on the
submittals must be initialed by the bidder in ink.
F. Failure to follow these procedures is cause for rejection of bid.
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 8 of 28
6. BIDDER CAPABILITY/REFERENCES Prior to bid award, any bidder may be required to show that the company has the necessary facilities,
equipment, ability, and financial resources to perform the work specified in a satisfactory manner and
within the time specified. In addition, the company must have experience in work of the same or similar
nature, and can provide references, which will satisfy the City. Bidders must furnish a reference list of at
least three (3) customers for whom they have performed similar services.
7. ESTIMATED QUANTITIES The quantities or usage shown in this ITB are estimates only, with no guarantee made by the City that
these quantities shall be purchased. The quantities shown are for the bidders’ information ONLY, and the
City shall be bound ONLY for actual quantities ordered.
8. F.O.B. BELLEAIR BEACH, FLORIDA
Unless otherwise specified in the ITB, all prices quoted by the bidder must be F.O.B. Belleair
Beach, Florida with all delivery costs and charges included in the bid price. Failure to do so may
be cause for rejection of bid. Successful bidder(s) will be responsible for making any and all
claims against carriers for missing or damaged items.
9. BRAND NAMES If and whenever in the specifications brand names, make, name of any manufacturer, trade name, or
vendor catalog number is specified, it is for the purpose of establishing a grade or quality of material
ONLY. When the City does not wish to rule out other competitors’ brands or makes, the phrase OR
EQUAL is added. However, if a product other than the specified is bid, it is the bidding vendor’s
responsibility to identify such product in their bid and they must prove to the City that said product is
equal to or better than the product specified. Unless otherwise specified, evidence in the form of samples
may be requested if the proposed brand is other than specified by the City. Such samples are to be
furnished after the date of bid opening only upon the request of the City. If samples should be requested,
such samples must be received by the City no later than four (4) business days after formal request is
made. The determination of equivalency will be at the sole discretion of the City.
10. QUALITY All materials used in the manufacture or construction of supplies, materials or equipment covered by this
bid shall be new. The items bid must be new, the latest make or model, of the best quality, and highest
grade of workmanship.
11. DISCOUNTS Bidders may offer a cash discount for prompt payment; however, such discounts shall NOT be considered
in determining the lowest net cost for bid evaluation purposes. Bidders are encouraged to reflect cash discounts in the unit prices quoted.
12. WITHDRAWAL OF BID A. A bid may not be withdrawn after the time set for the bid opening for a period of time as specified.
B. A bid may be withdrawn prior to the time set for the bid opening. Such request must be in writing.
13. ARITHMETIC DISCREPANCIES IN BIDS A. For the purpose of the initial bid evaluation, the following criteria will be utilized in resolving
discrepancies in arithmetic found on the Bid Proposal Form as submitted by the bidders:
1. The written unit price shall take precedence over the numerical unit price.
2. Obviously misplaced decimal points will be corrected.
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 9 of 28
3. In case of discrepancy between the unit price and extended price, the unit price shall take
precedence.
4. Errors in extension of unit prices will be corrected by the City.
5. Errors in addition of lump sum and extended prices to determine the total bid amount will be
corrected by the City.
B. The City will proceed on the assumption that the bidder intends for their bid to be evaluated on the
basis of the written unit prices, the numerical unit prices, extensions and totals arrived at by resolution
of arithmetic discrepancies as provided above.
14. REJECTION OF BID A. The City may reject a bid if:
1. The bidder misstates or conceals any material fact in the bid.
2. The bid does not strictly conform to the law or requirements of bid.
3. The bid is conditional, except that the bidder may qualify his bid for acceptance by the City on
an "all or none" basis, or a "low item" basis. An "all or none" basis bid must include all items
upon which the bid was invited.
B. Late bids will be rejected.
C. The City may reject all bids whenever it is deemed in the best interest of the City to do so. The City
may also waive any minor informalities or irregularities in any bid.
15. PUBLIC REVIEW AT BID OPENING Bids will be opened immediately after the bid submittal date and time by the City of Belleair Beach or
designee. The public may attend the bid opening at City Hall, 444 Causeway Blvd., Belleair Beach, FL
33786, but may not immediately review any of the bids submitted. The names of the respondents will be
read aloud at the time of opening. Pursuant to Florida Statute, Section 119.071(1)(b)2, all bids submitted
shall be subject to review as public records after 30 calendar days from opening, or earlier as deemed
appropriate.
16. BID TABULATION INQUIRIES Inquiries relating to the results of this bid, prior to the official bid award by the City Council may be made
by contacting the City of Belleair Beach. Tabulations will be posted online at
www.cityofbelleairbeach.com after 30 days to comply with Florida Statute 119.071(1)(b)2.
17. AWARD A. The bid will be awarded to the lowest responsive, responsible bidder whose bid, conforming to the
specifications and/or instructions to bidder will be most advantageous to the City, price and other
factors considered. The City reserves the right to award the bid on such material as the City deems
will best serve its interests
B. The City reserves the right to accept or reject any or all bids or part of bids, to waive irregularities and
technicalities, and to request re-bids on the material described in the ITB.
C. If two or more bids received are for the same total amount or unit price, quality and service being
equial, the Contract shall be awarded to one Bidder by publicly drawing lots.
D. The City reserves the right to award the bid on a split-order basis; lump-sum or individual-item basis,
or such combination as shall best serve the interest of the City. Prior to the award of the bid, the City
may require the Bidder to submit an analysis of any lump sum bid prices bid.
E. If the bid is awarded, the City will notify the successful bidder by written notice. A written award of
acceptance (Purchase Order), mailed or otherwise furnished to the successful Bidder, shall
result in a binding Contract without further action by either party
F. In the event that the total Bid is greater than funds available for the project the City reserves the right
to reduce the quantities of work to be done, in order that a useful unit or units of work can be
completed within the amount of available funds.
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 10 of 28
G. The City also reserves the right to increase the extent of the Project at the same unit or lump sum
prices as bid.
18. FIRM PRICES The bidder warrants that prices, terms and conditions quoted in their bid will be firm and irrevocable for
acceptance for a period of not less than ninety (90) calendar days from the bid opening date unless
otherwise specified in the ITB. Such prices will remain firm for the period of performance of resulting
purchase orders or contracts which are to be performed over a period of time.
If, during the course of this contract, the bidder extends a lower price to another customer for
these same services, then the bidder shall extend the same pricing to the City.
19. ACCEPTANCE OF MATERIAL The material delivered under this ITB shall remain the property of the seller until a physical inspection
and actual usage of this material and/or service is made, and thereafter is accepted to the satisfaction of
the City. It must comply with the terms herein and be fully in accord with specifications and of the
highest quality. In the event the material and/or services supplied to the City is found to be defective or
does not conform to specifications, the City reserves the right to cancel the order upon written notice to
the bidder and return the product to bidder at the bidder’s expense.
20. TIMELY DELIVERY Time will be of the essence for any order placed as a result of this bid. The City reserves the right to
cancel such orders, or any part thereof, without obligation, if delivery is not made within the time(s)
specified on the proposal form.
21. COPYRIGHT OR PATENT RIGHTS Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing,
producing or selling of the goods ordered or shipped as a result of the bid, and bidder agrees to hold the
City harmless from any and all liability, loss, or expense occasioned by any such violation.
22. CONFLICT OF INTEREST The bidder, by submission of this bid, certifies that to the best of their knowledge or belief, no
elected/appointed official or employee of the City of Belleair Beach is financially interested, either
directly or indirectly, in the purchase of goods or services specified in this ITB.
23. COLLUSION The bidder, by affixing his signature to this bid, agrees to the following: “Bidder certifies that their bid is
made without previous understanding, agreement, or connection with any person, firm or corporation
making a bid for the same item(s) or service(s) and is in all respects fair, without outside control,
collusion, fraud, or otherwise illegal action”.
24. TAXES The City of Belleair Beach is exempt from Florida Sales/Use taxes and most levied by the Federal
Government. Exemption certificates will be provided upon request.
25. COMPETENCY OF BIDDERS The City reserves the right to make such investigations as it may deem necessary to establish the
competency and financial ability of a Bidder to perform the work; and if after the investigation, the
evidence of their competency or financial ability is not satisfactory, the City reserves the right to reject
their bid.
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 11 of 28
26. NON-EXCLUSIVE CONTRACT Award of this bid shall impose no obligation on the City to utilize the awarded vendor for all work of this
type, which may develop during the contract period. This is not an exclusive contract. The City
specifically reserves the right to concurrently contract with other companies for similar work if it deems
such action to be in the City's best interest. In the case of multiple-term contracts, this provision shall
apply separately to each term.
27. LICENSES The bidder shall secure and maintain all State, County, and Local Contractor licenses required for the
prosecution of the specified work. Fees for licenses that the bidder is required to obtain shall be paid by
the bidder.
28. MANUFACTURER’S CERTIFICATION The City reserves the right to request from bidders a separate manufacturer certification of all statements
made in the bid. Failure to provide such certification may result in rejection of bid or default termination
of contract for which the bidder must bear full liability.
29. MATERIAL SAFETY DATA SHEETS If any chemicals, materials, or products containing toxic substances, in accordance with OSHA
Hazardous Communications Standards, are contained in the products purchases by the City as a result of
this bid, the successful bidder shall provide a Material Safety Data Sheet at the time of each delivery.
30. WARRANTY Unless otherwise specified, the bidder agrees that the services furnished under this bid shall be covered by
the most favorable commercial warranty the bidder gives to any customer for comparable services, and
that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the
City by any other provision of this bid.
31. COMPLIANCE WITH ORDERS AND LAW The Contractor agrees to comply, at its own expense, with all Federal, State and Local laws, codes,
statutes, ordinances, rules, regulations, and requirements applicable to the Project, including but not
limited to, those dealing with taxation, Workers' Compensation, equal employment, safety (including, but
not limited to, the Trench Safety Act, Chapter 553.60-553.64, Florida Statutes), labor, work hours, labor
conditions, environment, and related matters. If the Contractor observes that the Contract Documents are
at variance therewith, it shall promptly notify the Design Professional/Engineer/Project Manager in
writing.
32. PLANS AND SPECIFICATIONS The specifications and other bid documents upon which the prices in the vendor’s bid proposal are based
on are hereby made a part of the Bid and Contract Documents by reference thereto.
33. INDEMNIFICATION A. The first ten dollars ($10.00) of compensation received by the bidder pursuant to this bid represents
specific consideration for the following indemnification: bidder shall indemnify, pay the cost of
defense, including attorneys' fees, and hold harmless the City from all suits, actions or claims of any
character brought on account of any injuries or damages received or sustained by any person, persons
or property by or from the said bidder; or by, or in consequence of any neglect in safeguarding the
work; or through the use of unacceptable materials in the construction of improvements; or by, or on
account of any act or omission, neglect or misconduct of the said bidder; or by, or on account of, any
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 12 of 28
claim or amounts recovered under the "Workers' Compensation Law" or of any other laws, by-laws,
ordinance, order or decree, except only such injury or damage as shall have been occasioned by the
sole negligence of the City.
B. Unless specifically prohibited by Florida Law, the successful bidder(s) agrees to indemnify the City
and hold it harmless from and against all claims, liability, loss, damage, or expense, including counsel
fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement
or litigation based thereon, with respect to the goods or any part thereof covered by this order, and
such obligation shall survive acceptance of the goods and payment thereof by the City.
34. INSURANCE
A. The successful vendor must submit a certificate of insurance for general liability and automobile
liability in the amount of $500,000 each, and Worker’s Compensation and employers’ liability (or an
exemption certificate for Worker’s Compensation) prior to the commencement of work. The
certificate of insurance must be submitted to the City of Belleair Beach (email to
[email protected] or fax to 727-593-1409) and the City of Belleair Beach must
be named as an additional insured. The certificate of insurance must be on file in City Hall before
a purchase order will be issued.
35. PUBLIC ENTITY CRIMES The bidder is directed to the Florida Public Entity Crimes Act, FS 287.133, Florida Statutes, and the
City’s requirement that the successful bidder comply with it in all respects prior to and during the term of
this contract.
36. INVOICES The successful bidder shall submit a properly certified invoice to the City at the prices bid. All invoices
for payment will be paid in accordance with the requirements of Section 218.70 et. seq, Florida Statutes,
“The Local Government Prompt Payment Act”. Invoices shall be submitted to the address below unless
instructed otherwise on the purchase order:
Accounts Payable
City of Belleair Beach
444 Causeway Blvd.
Belleair Beach, FL 33786
37. DEFAULT OF CONTRACT
In case of default by the bidder, the City may procure the items or services from other sources
and hold the bidder responsible for any excess costs occasioned or incurred thereby, and shall be
entitled to reasonable attorney fees for the enforcement of this section.
38. TERMINATION A. The City of Belleair Beach reserves the right to terminate this contract without cause by giving thirty
(30) calendar days prior notice to the contractor in writing of the intention to terminate or with cause
if at any time the contractor fails to fulfill or abide by any of the terms or conditions specified.
B. Failure of the bidder to comply with any of the provisions of this contract shall be considered a
material breach of contract and shall be cause for immediate termination of the contract at the
discretion of the City of Belleair Beach.
C. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify
the vendor of such occurrence and contract shall terminate on the last day of current fiscal period
without penalty or expense to the City.
D. In addition to all other legal remedies available to the City of Belleair Beach, the City reserves the
right to terminate and obtain from another source, any items/services which have not been delivered
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 13 of 28
within the period of time stated in the proposal, or if no such time is stated, within a reasonable period
of time from the date of order as determined by the City of Belleair Beach.
39. MERGERS/ACQUISITIONS In the event of a corporate acquisition and/or merger, the awarded vendor shall provide written notice to
the City within thirty (30) calendar days of vendor’s notice of such action or upon the occurrence of said
action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably
exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition
and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws.
40. QUESTIONS The deadline for questions is Tuesday, February 9, 2021 at 2:00 p.m. All questions must be submitted in
writing to via email to [email protected]. All questions will be answered via
written addendum. Questions submitted after the specified date/time will not be answered.
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 14 of 28
SECTION B - SPECIFICATIONS 1. SCOPE OF WORK:
Furnish all labor, materials, equipment, and incidentals required for the installation of
monument sign with electronic message display per approved design (SECTION C) at
Belleair Beach Community Center, located at 444 Causeway Blvd., Belleair Beach, Florida
33786.
2. PRE-BID MEETING/SITE VISIT: THURSDAY, JANUARY 28, 2021 AT 10:00 AM EST. The Pre-Bid Meeting/Site visit is not
mandatory; however, it is suggested potential bidders attend the meeting to familiarize
themselves with the work site, architecture, and to take any necessary measurements to
accurately bid on the project. The meeting will take place at the Community Center, located at
the address stated above.
3. PERMITS: The Contractor will be responsible for obtaining permits from Pinellas County Building
Department.
4. TECHNICAL SPECIFICATIONS:
A. Manufacture and install One (1) V-shaped overall 9’-0” x 12’-0” with a V-shape
footprint from 2’-0” at one end to 6’-0” at the farther end.
Includes the following:
• Two (2) circular logos to be internally LED illuminated with a digitally
generated.
• “Wave” topper painted blue (exact color TBD) to have LED lighting upwards to
illuminate the under portion.
• Two (2) HYOCO QPCB09T-3-IN-1-MS OR EQUAL Master/ Slave 9.9mm 3’-
4” x 5’- 5” MATRIX 96 X 160 full color RGB electronic message center, (EMC)
cabinets.
• Base to be block installed with individual LED illuminated channel letters
reading: “COMMUNITY CENTER” to have blue faces with a white “trapline”
perimeter, (for better visibility).
B. Please note Three (3) 20 Amp 110 Volt independent circuit have be wire to the site: (1) circuit for the sign and (2) circuits, one for each side of the EMC displays.
C. Prices of bid shall include any fees or costs for:
• Site surveys, engineered drawings and permits.
• Electrical hookups where electric has been provided at the sign location by others
prior to installation date.
Permit prep and acquisition fees; includes our trips to and from municipality, permit application, Letter of
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 15 of 28
• Authorization, Notice of Commencement, site plan review, scheduling final inspections and filing with Pinellas County.
• State of Florida engineering
D. Installation shall include all mounts, wires, switches and miscellaneous components, and
prices bid shall be inclusive of all installation requirements.
5. SPECIAL PROVISIONS:
A. References shall be included for inspection of previous projects and administrative
verification of bidder’s ability to complete the work specified.
B. Bidders are responsible to confirm/provide their own measurements of the property for
verification of required quantities to perform the work. The Bid Submittal shall include
all labor, equipment, materials, and incidentals to complete the project.
C. Hours of work for the project shall be between 7:00 am and 4:00 pm weekdays, in
accordance with the City Code.
D. Site access, material storage, and parking will be made available for the Contractor by
the Owner and the Contractor shall coordinate all parking with Owner prior to
commencing work. The successful bidder shall be responsible for all materials stored on
the site and shall be responsible for the restoration of the area utilized for material
storage and operations.
E. Bidders shall have all necessary or required construction licenses to perform the work
required. Copies of documents are to be furnished along with the Bid Submittal.
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 16 of 28
SECTION C – APPROVED DESIGN
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 17 of 28
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 18 of 28
SECTION D – BID SUBMITTAL FORMS
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 19 of 28
BID PROPOSAL FORM (Submittal)
The undersigned bidder, in compliance with the Invitation to Bid, and having examined the General Terms and Conditions, and Specifications of this document and the sites of the proposed work, and being familiar with all the conditions surrounding the proposed work, including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies for the work in accordance with the contract documents, within the time set forth therein, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the contract documents, of which this proposal is a part. In the event of a discrepancy between the unit price bid and the extended total for items submitted by the bidder, the unit price shall be considered correct and the extended total for the item shall be computed by the City for purposes of determining the total amount bid for the project. Payment for work accepted and completed shall be made at the unit price for the work items received and installed.
A. BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit price(s) or lump sum(s) listed below.
Item No.
Qty. UOM Description Unit Price (in dollars)
Extended Price (in dollars)
1 1 EA Manufacture and install V-shaped Monument Sign with electronic messaging displays per specifications.
$______________
$_______________
A. Total Base Bid (line 1 above):
$_______________________
B. Contingency of ten (10) percent: $ _______________________ C. Total Base bid, including Contingency (A + B)
$_______________________
TOTAL BASE BID, INCLUDING CONTINGENCY (A + B) - In words:
______________________________________________________________________________________________ ______________________________________________________________________________________________
D. Addenda: Receipt of the following Addenda is hereby acknowledged: Addendum No.: Date Received: Received by:
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 20 of 28
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 is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder.
Authorized Representative-Sign in Ink
Authorized Signature (typed) Title
(Corporate Seal)
Company Name
Mailing Address
City, State, Zip
(Area Code) Telephone Number
SUBSCRIBED AND SWORN BEFORE ME AT:
THIS DAY OF 20____
NOTARY PUBLIC MY COMMISSION EXPIRES:
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 21 of 28
(Submittal)
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 22 of 28
SIGNATURE ACKNOWLEDGEMENT
(Submittal)
To the City of Belleair Beach
Date:
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 construction, service or material
and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of
this bid and certify that I have read and understand the bidding documents. I have completed
and submitted all bid submittal forms, and I am authorized to sign this bid for the bidder. In
submitting a bid to the City, the bidder offers and agrees that if the bid is accepted, the
bidder will convey, sell, assign or transfer to the City all rights, titles and interests in and to
all causes for 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 the City. At the City’s discretion, such assignment shall
be made and become effective at the time of the City tenders final payment to the bidder.
Vendor Name Authorized Signature (manual)
Mailing Address Name (typed or printed)
City, State, Zip Title (typed or printed)
(Area code) Telephone Number Toll Free Number
(Area code) Fax Number Email Address
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 23 of 28
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
(Submittal)
State of )
County of )
, being first
duly sworn, deposes and says that:
1. He/she is of , the
Bidder that has submitted the attached Bid;
2. He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent
circumstance respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidders nor any of its officers, partners, owners, agents, representatives, employees or
parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly
or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with
such Contract or has in any manner, directly or indirectly, sought by agreement or collusion of
communication or conference with any other Bidder, firm or person to fix the price or prices in the
attached bid of any other Bidder, or to fix any overhead, profit or cost element of the Bid Price or the Bid
Price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful
agreement any advantage against the City or any person interested in the proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion,
conspiracy, connivance, or unlawful agreement on the part of the Bidder or any of its agents,
representatives, owners, employees or parties in interest, including this affiant.
Signed:
Title:
Subscribed and sworn to before me this day of , 20
(Title)
My Commission Expires:
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 24 of 28
PUBLIC ENTITY CRIMES STATEMENT SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
(Submittal)
1. This sworn statement is submitted to (print name of the public entity)
by (print individual’s name and title)
for (print name of entity submitting sworn statement)
whose business address is:
and (if applicable) its Federal Employer Identification Number (FEIN) is
(If the entity has no FEIN, include the Social Security Number of the individual signing this sworn
statement:
2. I understand that a “public entity crime” as defined in Paragraph 287.133(1)(g), Florida Statutes,
means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or any agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, robbery, collusion, racketeering, conspiracy, or material misrepresentation.
3. I understand that “convicted” or “conviction” as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere.
4. I understand that an “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes, means: a. A predecessor or successor of a person convicted of a public entity crime; or b. An entity under the control of any natural person who is active in the management of the entity
and who has been convicted of a public entity crime. The term “affiliate” includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm’s length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate.
5. I understand that a “person” as defined in paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term “person” includes those officer, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity.
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 25 of 28
6. Based on information and belief, the statement in which I have marked below is true in relation to the entity submitting this sworn statement. (Indicate which statement applies).
Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (attach a copy of the final order).
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.
Authorized Representative-Sign in Ink
Authorized Signature (typed) Title
(Corporate Seal)
Company Name
Mailing Address
City, State, Zip
(Area Code) Telephone Number
SUBSCRIBED AND SWORN BEFORE ME AT:
THIS DAY OF 20____
NOTARY PUBLIC MY COMMISSION EXPIRES:
REFERENCES
(Submittal)
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 26 of 28
THE FOLLOWING INFORMATION IS REQUIRED IN ORDER THAT YOUR BID MAY BE REVIEWED
AND PROPERLY EVALUATED.
COMPANY NAME:
LENGTH OF TIME COMPANY HAS BEEN IN BUSINESS:
BUSINESS ADDRESS:
HOW LONG IN PRESENT LOCATION:
TELEPHONE NUMBER: FAX NUMBER:
TOTAL # OF CURRENT EMPLOYEES: FULL TIME: PART TIME:
NUMBER OF EMPLOYEES YOU PLAN TO USE TO SERVICE THIS CONTRACT:
All references will be contacted by a City Designee via email, fax, mail or phone call to obtain answers to
questions, as applicable before an evaluation decision is made.
LOCAL COMMERCIAL AND/OR GOVERNMENTAL REFERENCES THAT YOU HAVE PREVIOUSLY
PERFORMED SIMILAR CONTRACT SERVICES FOR:
Company #1:
Address:
Telephone:
Contact:
Email:
Company #2:
Address:
Telephone:
Contact:
Email:
Company #3:
Address:
Telephone:
Contact:
Email:
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 27 of 28
NOTICE OF AWARD B21-02 MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
THIS NOTICE OF AWARD FOR WORK UNDER THE ABOVE IDENTIFIED CONSTRUCTION CONTRACT IS HEREBY ISSUED TO:
CONTRACTOR CONTRACTORS ADDRESS
The City of Belleair Beach, represented by the undersigned, has considered the Bid Proposal submitted
by the above listed Contractor for the work described in the Bid Document referenced above.
You are hereby notified that the City has accepted your Bid Proposal, in the amount of
$ , for the
work described in the referenced Bid Document. You are required by this Notice and the Instructions to
Bidders to execute the formal Contract with the City of Belleair Beach and, if applicable, all Insurance
Certificates within ten (10) days from the date of delivery of this Notice or by the date of the pre-
construction meeting, if applicable. If you fail to execute said Contract within the prescribed time the
City of Belleair Beach will be entitled to consider all your rights arising out of the City's acceptance of
your Proposal as abandoned and to award the work covered by this Bid Document to another Bidder, or
to re-advertise the work, or otherwise dispose thereof as the City may see fit.
DATED this day of , 20 .
FOR PROJECT OWNER/CITY: THE CITY OF BELLEAIR BEACH, FLORIDA 444 CAUSEWAY BLVD. BELLEAIR BEACH, FLORIDA 33786
SIGNATURE: ______________________________
NAME: ___________
TITLE: __ ______________
ACKNOWLEDGMENT OF ACCEPTANCE OF NOTICE OF AWARD:
FOR THE CONTRACTOR:
SIGNATURE: _____________________ __
NAME: ______________ _
TITLE: _________________ _
DATE: _____________________________
B21-02: MONUMENT SIGN WITH ELECTRONIC MESSAGE DISPLAY
Page 28 of 28
STATEMENT OF NO BID
If you do NOT intend to bid on this requirement, please return this form immediately. Forms can be faxed to
(727) 593-1409 or emailed to [email protected].
The undersigned have declined to submit a bid for the above reference bid for the following reason(s):
Specifications too “restrictive” (explain below)
Insufficient time to respond to the Invitation to Bid
We do not offer this product or service
Our schedule would not permit us to perform
Unable to meet specifications
Unable to meet Bond requirement
Specifications unclear (explain below)
Unable to meet insurance requirements
Remove us from your “notification list” altogether
Other (specify below)
Remarks:
We understand that if the "No Bid" letter is not executed and returned our name may be removed from the
Bidders List for the City of Belleair Beach.
Company Name:
Date:
Signature:
Typed Name of Above:
Telephone: Fax:
Email: