Motor Vehicle Paint & Sundries

From: Pinellas County Schools(School)
22-060-503

Basic Details

started - 25 Jan, 2024 (3 months ago)

Start Date

25 Jan, 2024 (3 months ago)
due - 14 Oct, 2024 (in 5 months)

Due Date

14 Oct, 2024 (in 5 months)
Contract

Type

Contract
22-060-503

Identifier

22-060-503
Pinellas County Schools

Customer / Agency

Pinellas County Schools
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

(22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 1 of 23 SUBMIT TO: PURCHASING DEPARTMENT School Board of Pinellas County, Florida 301 – Fourth Street S.W. Largo, Florida 33770-3536 REQUEST FOR QUOTATION TITLE: Motor Vehicle Paint & Sundries RFQu NO. 22-060-503 F.O.B. Countywide Vehicle Maintenance Compounds BUYER: Jason O'Toole DESTINATION (727) 588-6232 POINT: ISSUE August 27, 2021 DATE: DUE DATE AND TIME: September 24, 2021 @ 3:00 PM E.T. PURCHASING CARDS: Not applicable to this bid District personnel may choose to use a Visa Purchasing Card in place of a purchase order to make purchases from this bid. Unless exception to this condition is checked below, the bidder, by submitting a bid, agrees to accept the purchasing card as an acceptable form of payment and may not add additional service fees or handling charges to purchases made with the purchasing card. Refusal to accept this condition may cause your bid to be
declared non-responsive. I do not accept the above condition Note to Bidder: A. A signed response submitted to the School Board obligates the bidder to all terms, conditions and specifications stated in this document, unless exceptions are taken and clearly stated in the bidder’s proposal. B. Quotes received after the date & time specified will not be accepted. Delivery days after receipt of order: Date Submitted: Payment Terms BIDDER MUST FILL IN THE INFORMATION LISTED BELOW AND SIGN WHERE INDICATED FOR QUOTE TO BE CONSIDERED Company Name: FEIN: Address: Telephone: ( ) - Ext. City, State: Zip: FAX: ( ) - NON COLLUSION: - The bidder, by affixing its signature to this proposal, certifies that its bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a bid for the same item(s), and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. Signature of Owner or Authorized Officer/Agent E-mail: Typed Name of Above: Title: RFQu.dot (22-503pr196RFQu.doc) Category Y GENERAL REQUIREMENTS (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 2 of 23 REQUEST FOR QUOTATION DOCUMENTS The Pinellas County Schools Purchasing Department has partnered with Public Purchase, a web based eProcurement service. Public Purchase provides government agencies and their vendors with a comprehensive and easy to use web based eProcurement system. For our vendors, this eProcurement system provides you with automatic notification and transmittal of bid solicitations to vendors. In addition, Public Purchase gives you access to bid opportunities with other governmental entities. All of this is provided at no charge. • Go to www.publicpurchase.com to obtain a copy of the Request for Quotation and any associated addenda. (This is a secured site and you must be registered in Public Purchase to access these documents.) Quoted Prices: Prices are to be submitted in accordance with the quantities required, which appear in the bid invitation. Unit prices will prevail over extended totals whenever the extended amount is in conflict with the estimated quantity (x) the unit price. When a total group price of two or more distinct items is requested, the purchasing department reserves the right to verify mathematical extensions and totals, correct extensions and totals if necessary and recommend an award based upon the overall group total. Freight Terms: All items are to be bid FOB destination with all transportation charges prepaid and included in the bid prices and title transferring to the district at the time of delivery, unless otherwise stated in bid invitation. Any exceptions to these freight terms taken by the bidder must be clearly stated in the bidder’s proposal. The purchasing department will evaluate any such exceptions and determine if the exception constitutes grounds for rejection of the bidder’s proposal. Item Specifications: Specifications in this document may reference specific manufacturers’ products and list their model or part numbers, followed by the words “or equal” or “approved brands”. Unless the words “only” or “No Substitutes” is used in place of “or equal”, these references are intended to establish a quality and performance standard only. Anything listed, herein, of a proprietary nature is done so without express knowledge or intent to exclude other manufacturers’ products from consideration. i) Any item bid as an alternate which lacks sufficient descriptive literature or technical information to enable a complete comparative analysis, may prevent its consideration. ii) If the bidder does not clearly state in their bid proposal that an item proposed is an alternate to that specified, the bidder must furnish the specified item upon receipt of a purchase order or else be declared in breach of contract. Insurance Certificate: When an insurance certificate is requested, the “Requested” box will be checked on the Submittals Checklist form included with the bid. Detailed specifications will be included in the “Insurance Specifications for Contractors” section of the bid. AMENDMENT & CANCELLATION: The purchasing department reserves the right to cancel, recall and/or reissue all, or any part, of a request for quotation, bid, or request for proposal, at any time. PUBLIC ENTITY CRIME & CONVICTED VENDOR LIST Per the provisions of Florida Statute 287.133 (d), “A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Florida Statute 287.017 for CATEGORY 3 for a period of 36 months from the date of being placed on the convicted vendor list”. http://www.publicpurchase.com/ GENERAL REQUIREMENTS (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 3 of 23 TAXES: Purchases are exempt from ALL Federal excise and most State sales tax. FISCAL NON-APPROPRIATIONS CLAUSE: In the event sufficient budgeted funds are not available for a new fiscal period, the purchasing department shall notify the vendor of such an occurrence and the contract shall terminate on the last day of the current fiscal period without penalty or expense to the district. BID SAMPLES: The bidder shall provide product samples, without charge, when requested. Criteria used to determine compliance with specifications include, but are not limited to: performance, delivery lead time, workmanship, fit and finish, compatibility with existing stock, and durability. If the sample is not consumed through testing, it will be returned to the bidder when said request is submitted with the bid. Unused samples will be returned at the bidder’s risk and expense. The successful bidders’ samples may be retained until all the terms of the purchase order or contract have been fulfilled. All samples are to be submitted at the place indicated in the Special Conditions section of the document in accordance with the instructions outlined therein. AUTHORIZATION TO PERFORM UNDER A CONTRACT: All purchases must be properly authorized in advance. Vendors must first obtain either a printed purchase order, a purchase order number or a purchasing card account number before commencing performance under a contract . Vendors shall take no directions to modify (increase, change, decrease, cancel) a purchase order, once issued, from anyone other than the buyer listed on the purchase order. Additional work must be authorized in advance by the buyer who will issue either a change order to the original purchase order or a supplemental purchase order. The vendor assumes all liability for any costs or damages incurred and payment will be denied for additional work if this procedure is not strictly followed. LICENSES AND PERMITS: The vendor shall obtain and pay for all necessary licenses, permits, and related documents required to comply with the bid specifications. The vendor shall save and hold harmless the district as a result of any infraction of the aforementioned. CONDITION OF ITEMS: Unless otherwise specified in the Special Conditions section of the bid, all items requested must be new, the latest model manufactured, first quality, carry the manufacturer’s standard warranty and be equal to or exceed the specifications listed in the bid. Bids for “used, remanufactured or reconditioned “ equipment or “blems or seconds” will not be considered unless specifically requested in the bid documents. INSPECTION: The district reserves the right to have inspectors on the premises of the bidders or manufacturers at any time during the manufacturing or assembly process to verify compliance with bid specifications. GENERAL REQUIREMENTS (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 4 of 23 PACKAGING: All products require adequate packaging to protect them from damage in transit. Packaging must fully cover and protect merchandise. Vendors must fully comply with all special packaging requirements, if and when specified in the bid document. When corrugated carton packaging is specified, poly wrap or blanket wrap will not be acceptable. Bidders are requested to provide products with environmentally safe packaging if at all possible. The district assumes no responsibility for damage of any kind incurred while the items are in transit. Bidders may adjust unit packaging up or down only when attempting to reach the next standard unit pack. Otherwise, only exact quantities requested will be accepted and no overages will be allowed. INDEMNIFICATION/HOLD HARMLESS AGREEMENT: Awarded bidders/bidders shall, in addition to any other obligation to indemnify The School Board of Pinellas County, Florida, and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the Board, its agents, officers, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), costs arising out of any actual or alleged: 1. Bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of, or claimed to have resulted in whole or in part from any actual or alleged act or omission of the contractor, subcontractor, anyone directly or indirectly employed by any of them, of anyone for whose acts any of them may be liable in the performance of the work; or 2. Violation of law, statute, ordinance, governmental administrative order, rule or regulation by contractor in the performance of the work; or 3. Liens, claims or actions made by the contractor or any subcontractor or other party performing the work. The indemnification obligations hereunder shall not be affected by any limitation on the amount, type of damages, compensation or benefits payable by or for the contractor of any subcontractor under workers’ compensation acts; disability benefit acts; other employee benefit acts or any statutory bar. The bidder will carry comprehensive general liability insurance, including contractual and product liability coverage, with minimum limits acceptable to the Board, and will, at the request of the Board, supply certificates evidencing such coverage. This article will survive the termination of the Contract. ITEM SUBSTITUTIONS & DISCONTINUATIONS: Under no circumstances may a vendor substitute a different product for any item they were awarded from this bid without prior approval from the purchasing department. In the event an awarded item is discontinued by the manufacturer or the vendor no longer offers the item in their product line during the term of this bid, the vendor must provide an acceptable substitute item at a mutually acceptable negotiated price, or risk being found in default. The vendor must file a written request with the purchasing department and be granted approval to substitute, in writing, before any substitution may be made. Requests to substitute should be accompanied by complete detailed, technical specifications for the proposed substitute item, and a sample, if requested. The district reserves the right to purchase on the open market while negotiations are being conducted. RECEIPT OF MERCHANDISE & DELIVERY NOTIFICATION: The purchaser reserves the right to reject any and all materials or products delivered which, in its opinion, do not comply with the bid specifications, within 5 calendar days of receipt. All materials or products rejected by the purchaser shall be promptly removed and replaced by the vendor at no charge. All shipments are to be off-loaded from the delivery vehicle to the loading dock or brought inside the building if the facility has no loading dock. The exception will be for materials obviously intended for outdoor use. All shipments must be made by door-to-door rail freight or motor truck line. There are no rail sidings at any of our locations. Deliveries shall be made between the hours of 8:00 a.m. and 2:30 p.m., Monday through Friday, excluding holidays. GENERAL REQUIREMENTS (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 5 of 23 Exceptions to this schedule will be stated in the Special Conditions or on the purchase order. For shipments which may require the assistance of district personnel to off-load merchandise, or when the purchase order specifies vendor installation, the person to whose attention the items are being shipped should be notified a minimum of forty-eight (48) hours prior to delivery to allow sufficient time to prepare the area. Telephone numbers are included on all purchase orders directly below the Ship-To Destination address for this purpose. EQUIPMENT DEAD ON ARRIVAL (D.O.A.): Any product shipped which arrives inoperable or ceases to function within seven (7) business days of the initial installation shall be considered D.O.A. and shall be replaced by the vendor with a new product identical to the one ordered within 30 days of notification. INVOICES AND PAYMENT TERMS: All invoices, packing lists, and correspondence should reference our purchase order number. Unless otherwise stated in the Special Conditions, payment will only be made after the merchandise or services have been: • Received complete or substantially complete; • Inspected and found to comply with all specifications and be free of damage or defect; • Properly invoiced. To ensure timely payment, all original invoices should be submitted to the Accounts Payable Department, Pinellas County School Board, PO Box 2942, Largo, FL., 33779-2942. A minimum of thirty (30) days is required for payment. Photocopies of original invoices may be sent to other district personnel if requested, but the original copies must be sent to the Accounts Payable Department. Only the Accounts Payable Department may direct you otherwise. Failure to follow this procedure may result in payment delays. Occasionally a school may issue its own internal purchase order. Invoices associated with a SCHOOL purchase order should be submitted directly to the school for payment. Do not send invoices associated with school purchase orders to the Accounts Payable Department. E-VERIFY A. Pursuant to Section 448.095 F.S. (2020) Contractor shall use the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all employees hired during the term of this Agreement. B. Subcontractors: i. Contractor shall require all subcontractors performing work under this Agreement to use the E-Verify system for any employees they may hire during the term of the Agreement. ii. Contractor shall also require all of its Subcontractors to provide Contractor with an affidavit stating the subcontractor does not employ, contract with, or subcontract with an unauthorized alien, as defined by Section 448.095, F.S. (2020). iii. Contractor shall provide a copy of such Subcontractor affidavits to the School Board upon receipt and shall maintain a copy for the duration of the Agreement. C. Contractor must provide to the School Board evidence of compliance with Florida law regarding E-Verify during any initial procurement application phase or, if a current vendor, no later than December 10, 2020. Evidence may consist of, but not limited to, Contractor’s Subcontractors similarly comply with the law. D. Failure to comply with these provisions is a material breach of the Agreement, and School Board may choose to immediately terminate the Agreement at is sole discretion without penalty. Further, in accordance with Florida law, if School Board gains a good faith belief that Contractor and/or any of its Subcontractors are violating this or other applicable laws during the course of the performance of work under the Agreement, described in this subsection D., Contractor is liable for all costs associated with School Board as a result of the termination of the Agreement, including but not limited to higher costs for the same services and costs of re-procurement. GENERAL REQUIREMENTS (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 6 of 23 BREACH OF CONTRACT AND TERMINATION FOR CAUSE: The District reserves the right to terminate this contract for cause which shall include without limitation the failure of the vendor to comply with any provision of this contract. In the case of termination, only the portion of the contract satisfactorily performed before the date of termination will be due and payable to the vendor. Either party may terminate the contractual relationship between them, including the obligation for payments for goods or services not yet delivered, without cause by sending ninety (90) days written notice to the other party. ACCESS TO RECORDS: The District, a Federal grantor agency, the Comptroller General of the United States, or any of their duly authorized representatives shall have access to any books, documents, papers, and records of the bidder, contractor or subcontractor which are directly pertinent to this specific contract for the purpose of making audit, examination, excerpts, and transcriptions. SPECIAL CONDITIONS (4-852-a.dot) Rev . 04/21/10 (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 7 of 23 SCOPE The purpose and intent of this invitation to bid is to select suppliers to provide and deliver Motor Vehicle Paints & Sundries to various locations county-wide on an as needed basis, and to secure firm, net pricing or discounts for the contract period. CONTRACT PERIOD The Contract Period shall commence on October 15, 2021, and end October 14, 2022. Prices and discounts shall remain firm for this period and shall include ALL freight and handling charges. CONTRACT VALUE For the purposes of calculating the amount of a protest bond, this contract is valued at approximately $40,000.00/year, excluding renewal options. This is only an estimate and the actual amount could vary up or down. The district will not be held responsible if actual purchases are less than this amount. BID CONTENT & SUBMITTAL Two (2) complete copies (1 original & 1 copy) of the bid proposal shall be submitted by respondents. Each bid proposal shall include all information and submittals required or requested in this bid. Incomplete bid proposals may be declared non-responsive. Please refer to the Submittal Checklist on page 20 for a list of required or requested submittals. AWARD This bid will be awarded by category to the lowest responsive and responsible bidder. All items in the category must be bid to be considered responsive. The District reserves the right to delete any item(s) from a category and award the balance of that category. RENEWAL OPTION By mutual consent of the School Board of Pinellas County, Florida, and the successful bidder, this contract may be renewed for two (2) additional one-year periods as long as price increases do not exceed the rate of inflation determined by the Consumer Price Index for urban wage earners and clerical workers, U.S. city average, all items (1982-84=100), published by the U.S. Bureau of Labor Statistics or any successor or substitute index appropriately adjusted from the commencement of the initial term of the contract to commencement of each extension period. If bidding discounts from list price, discounts offered may not change. SERVICE REQUIREMENTS 1. Replacement parts shall be made available in sufficient supply to keep equipment purchased from this bid in operational condition for a minimum of five (5) years after equipment delivery and acceptance. After expiration of any warranties and during this five (5) year period, all required parts shall be shipped within sixty (60) days after receipt of customer’s purchase order. 2. If requested by the customer, the bidder must be prepared to provide a free demonstration of the equipment sold under this bid to acquaint the customer with its operation. 3. The successful bidder shall include the cost of installation when requested in the specifications. If the specification calls for assembly by the vendor, equipment shall be assembled either before or upon delivery. If equipment is assembled prior to delivery, the vendor must package merchandise appropriately and take all necessary precautions to avoid damage in transit. The recipient shall make every attempt to inspect merchandise upon delivery, if possible, SPECIAL CONDITIONS (4-852-a.dot) Rev . 04/21/10 (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 8 of 23 and make note of any damage on the bill of lading. Damaged goods discovered after delivery personnel have left, shall be reported to the vendor within ten (10) calendar days of receipt for replacement or repair. When installation is complete, the vendor will be responsible to dispose of all packing materials, and to leave the site in a clean and orderly state. 4. The vendor will be expected to make simple electrical or plumbing connections to existing utilities to confirm that equipment is functioning properly. Under no circumstances will the vendor be required to run new electrical or plumbing service to the equipment, unless specifications call for this. In these cases, only licensed contractors shall perform the work and the vendor must provide an acceptable insurance certificate to the district before work commences. BACKGROUND SCREENING As required by The Jessica Lunsford Act [s.21 of Ch.2005-28, L.O.F.], if anyone representing a vendor under contract with the school district will have access to school grounds when students are present, have direct contact with students or have access to or control of school funds, such personnel are required to be screened at Level 2, to include fingerprinting, statewide criminal and juvenile justice records checks through the Florida Department of Law Enforcement and federal criminal records checks through the Federal Bureau of Investigation. [s. 1012.465, Florida Statutes] The requirements of this law must be met in order for the School Board to contract with your company. To make an appointment to be screened by Pinellas County Schools, go to: http://fieldprintflorida.com/ For a full submission (fingerprinting and badge) use code FPPCSVendors. For a badge only (badge replacement) use code FPPCSBadge. If Contractor/Vendor is awarded all or a portion of this bid, Contractor/Vendor hereby acknowledges and agrees to abide by the Florida Jessica Lunsford Act (1012.465, F.S.) and obtain, at its own cost, Level 2 clearance of all employees, agents, and subcontractors who (1) have access to school grounds when students are present, (2) have direct contact with students, on or off school grounds, or (3) have access to or control of school funds. WARRANTY All equipment purchased from this bid shall carry the manufacturers’ standard warranty, unless otherwise specified. BUSINESS HOURS & DAYS OF OPERATION Regular School Year Days of operation are Monday thru Friday (excluding holidays) 8 a.m. to 4:30 p.m. Warehouse receiving 6:30 a.m. to 2p.m. Summer From approximately the 1st week of June thru the 1st week of August all schools are closed, with the exception of those that may be in summer session. Beginning the 2nd week of August, schools are once again in session. For more specific information call (727) 588-6143 to confirm if a school can accept deliveries. Days of operation are Monday thru Thursday as follows: • Administrative Facilities and Schools: 7:30 a.m. to 5:30 p.m. • Walter Pownall Service Center: 6:30 a.m. to 5 p.m. (receiving 6:30 a.m. to 4:30 p.m.) http://fieldprintflorida.com/ SPECIAL CONDITIONS (4-852-a.dot) Rev . 04/21/10 (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 9 of 23 HOLIDAY BREAKS Each year, schools and administrative offices are closed for Thanksgiving, winter and spring break periods. Shipments cannot be accepted during these periods. These dates will vary each year depending upon our negotiated personnel calendar and when the Holidays actually fall. Thanksgiving, 2021 November 24 thru November 26, 2021 Winter Break, 2021: December 20 thru December 31, 2021 Spring Break, 2022: Schools: March 14 thru March 18, 2022 Administrative Offices: March 15 thru March 18, 2022 KEY EVENTS & DATES: • August 27, 2021 Request for Quotation e-mailed to prospective bidders & bidding documents posted on the www.publicpurchase.com • September 24, 2021 Proposals due in Purchasing @ 3 p.m. E.T. Request for Quotations are not sealed bids. Email response to (provide email address) Upload responses to Public Purchase www.publicpurchase.com NOTE: Please allow sufficient time if delivering proposals in person. You must present a government issued drivers’ license or ID to the officer at the front desk in order to be issued a visitor’s badge to access entry to the School Administration Building. • September 28 – October 6, 2021 Evaluate bids and make selection of contractor(s) • October 7, 2021 Recommendation For Award Submitted to Purchasing by Vehicle Maintenance Department ADDITIONAL QUESTIONS/CLARIFICATIONS Additional questions or clarifications regarding this Request for Proposal shall be directed in writing to: Jason O’Toole, Buyer II otoolej@pcsb.org REVIEW OF STATE CONTRACTS Prior to the release of this Invitation to Bid, a review of the State of Florida purchasing agreements was conducted to determine if their use would be economically advantageous to the District. PUBLIC RECORD LAW Public Records: Section 119.0701, Florida Statutes, requires that the Contractor comply with Florida’s public records laws with respect to services performed on behalf of the School Board. Specifically, the statute requires that the Contractor: a. Keep and maintain public records required by the School Board to perform the service. http://www.publicpurchase.com/ http://www.publicpurchase.com/ SPECIAL CONDITIONS (4-852-a.dot) Rev . 04/21/10 (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 10 of 23 b. Upon request from the School Board’s custodian of public records, provide the School Board with a copy of the requested records 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 of the Florida Statutes or as otherwise provided by law. c. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the term of this Agreement and following completion of the Agreement if the Contractor does not transfer the records to the School Board. d. Upon completion of the Agreement, transfer, at no cost, to the School Board all public records in the possession of the Contractor or keep and maintain public records required by the School Board to perform the service. If the Contractor transfers all public records to the School Board upon completion of the Agreement, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e. A request to inspect or copy public records relating to this Agreement must be made directly to the School Board. If the School Board does not possess the requested records, the public agency shall immediately notify the Contractor of the request, and the Contractor must provide the records to the School Board or allow the records to be inspected or copied within a reasonable time. f. The failure of the Contractor to comply with these provisions, if applicable, shall constitute a default and material breach of this Agreement, which may result in immediate termination, with no penalty to the School Board and may also result in penalties under Section 119.10, Florida Statutes. g. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, ANGELA BROWN, SUPERVISOR OF RECORDS MANAGEMENT AT 727- 793-2701 X 2021, 2393 COUNTY ROAD 193, CLEARWATER, FL 33759, brownangel@pcsb.org. FILLABLE BID FORMS For your convenience, some of the forms which must be completed and submitted along with your bid proposal will be posted along with the bid document on the district website in a protected Word file format which will enable you to type your responses on the forms. The file will be named 22-503bidforms. Please use these forms to avoid the need to hand write information. If sufficient room has not been provided on the form to enable you to enter a complete response, please include a supplemental attachment if necessary. Please note that this file may not include all the forms that should be submitted with your bid proposal so please check the Submittals Checklist near the end of this document for a complete list of requested and required submittals. mailto:brownangel@pcsb.org REQUEST FOR QUOTATION PROPOSAL FORM (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 11 of 23 CATEGORY I: ACCELERATORS, ACTIVATORS, ADDITIVES, HARDENERS, FIBERGLASS MATTING, PAINTS, PRIMERS, REDUCERS, REMOVERS AND THINNERS ACCELERATORS TERMS Item Number Description Part Number Unit of Measure Estimated Annual Usage Unit Price Extended Price 63018705 OMNI Paint Additive, Speed up MX 200 or Equal Pint 35 $ $ Brand & Part Number of equal product (if bid) ACTIVATORS TERMS Item Number Description Part Number Unit of Measure Estimated Annual Usage Unit Price Extended Price 63018063 Delfleet Paint Hardener ESH 200 or Equal Pint 72 $ $ Brand & Part Number of equal product (if bid) 63018064 Delfleet Paint Activator ESX 510 or Equal Pint 24 $ $ Brand & Part Number of equal product (if bid) 63018065 Delfleet Paint Activator ESX 520 or Equal Pint 20 $ $ Brand & Part Number of equal product (if bid) 63018066 Delfleet Paint Activator ESX 530 or Equal Pint 20 $ $ Brand & Part Number of equal product (if bid) REQUEST FOR QUOTATION PROPOSAL FORM (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 12 of 23 CLEAR URETHANE – HS TERMS Item Number Description Part Number Unit of Measure Estimated Annual Usage Unit Price Extended Price 63018152 High Tech Activator 7103 or Equal Quart 8 $ $ Brand & Part Number of equal product (if bid) 63018145 High Tech Clear 7100 or Equal Gallon 2 $ $ Brand & Part Number of equal product (if bid) FILLER / HARDENER TERMS Item Number Description Part Number Unit of Measure Estimated Annual Usage Unit Price Extended Price 63037735 USC Duraglass, Fiberglass-filled filler with white cream hardener USC- 24030 or equal Gallon 6 $ $ Brand & Part Number of equal product (if bid) MATTING (Fiberglass) – For use with Polyester or Epoxy resin to replace, repair or restyle TERMS Item Number Description Part Number Unit of Measure Estimated Annual Usage Unit Price Extended Price 63018759 USC Mat, Fiberglass Cloth/Repairs used with Resin Hardener USC- 58075 or equal Box (6 Packs) 4 $ $ Brand & Part Number of equal product (if bid) REQUEST FOR QUOTATION PROPOSAL FORM (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 13 of 23 PAINTS, POLYURETHANE TERMS Item Number Description Part Number Unit of Measure Estimated Annual Usage Unit Price Extended Price 63017318 Delfleet Essential, Silver ESSS 4262 or Equal 3⁄4 Gallon 5 $ $ Brand & Part Number of equal product (if bid) 63017319 Delfleet Essential, Black ESSS 9000 or Equal 3⁄4 Gallon 6 $ $ Brand & Part Number of equal product (if bid) 63018140 Delfleet Essential, Yellow ESSS - 84447 or Equal 3⁄4 Gallon 45 $ $ Brand & Part Number of equal product (if bid) 63018105 Delfleet Essential, White ESSS 4015 or Equal 3⁄4 Gallon 10 $ $ Brand & Part Number of equal product (if bid) BLENDER TERMS Item Number Description Part Number Unit of Measure Estimated Annual Usage Unit Price Extended Price 63018160 OMNI Blender DX-830 or Equal Gallon 10 $ $ Brand & Part Number of equal product (if bid) REQUEST FOR QUOTATION PROPOSAL FORM (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 14 of 23 PRIMERS TERMS Item Number Description Part Number Unit of Measure Estimated Annual Usage Unit Price Extended Price 63017322 5-Star Primer, Polyester, 2K High Build 5453-1 or Equal Gallon 10 $ $ Brand & Part Number of equal product (if bid) 63017323 5-Star Primer, Polyester, 2K High Activator 5457-4 or Equal Quart 10 $ $ Brand & Part Number of equal product (if bid) 63031995 OMNI Epoxy Primer Catalyst MP-170 or Equal Gallon 6 $ $ Brand & Part Number of equal product (if bid) 63031996 OMNI Epoxy Primer Catalyst MP-175 or Equal Quart 5 $ $ Brand & Part Number of equal product (if bid) 63031998 OMNI Etch Primer MP-176 or Equal Quart 12 $ $ Brand & Part Number of equal product (if bid) 63031999 OMNI Etch Primer MP-177 or Equal Quart 12 $ $ Brand & Part Number of equal product (if bid) CLEANERS TERMS Item Number Description Part Number Unit of Measure Estimated Annual Usage Unit Price Extended Price 63019750 Omni AV Pre-Cleaner MX- 190 or Equal Gallon 5 $ $ Brand & Part Number of equal product (if bid) REQUEST FOR QUOTATION PROPOSAL FORM (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 15 of 23 REDUCERS TERMS Item Number Description Part Number Unit of Measure Estimated Annual Usage Unit Price Extended Price 63018138 OMNI AU, Medium Reducer PPG MR- 186 or Equal Gallon 2 $ $ Brand & Part Number of equal product (if bid) 63018148 OMNI AU, Very Slow Reducer PPG MR- 188 or Equal Gallon 2 $ $ Brand & Part Number of equal product (if bid) 63018149 OMNI AU, Slow Reducer PPG MR- 187 or Equal Gallon 9 $ $ Brand & Part Number of equal product (if bid) 63018199 OMNI AU, Fast Reducer PPG MR- 185 or Equal Gallon 12 $ $ Brand & Part Number of equal product (if bid) THINNERS TERMS Item Number Description Part Number Unit of Measure Estimated Annual Usage Unit Price Extended Price 63019001 CLEAR COAT CORP., Thinner Regular Wash or equal 5 Gallon Pail 8 $ $ Brand & Part Number of equal product (if bid) REQUEST FOR QUOTATION PROPOSAL FORM (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 16 of 23 CATEGORY 1 SUBTOTALS Accelerators $ Activators $ Clear Urethane $ Filler/Hardener $ Matting (Fiberglass) $ Polyurethane Paints $ Blender $ Primers $ Cleaners $ Reducers $ Thinners $ GRAND TOTAL $ CATEGORY II: SPRAY PAINTS (VARIOUS COLORS, 12 oz. CANS) TERMS Item Number Description Part Number Unit of Measure Estimated Annual Usage Unit Price Extended Price 63018134 SEY Yellow 98-34 or equal Case of 6 cans 2 $ $ Brand & Part Number of equal product (if bid) 63018135 SEM Gloss Black 61033 or equal Case of 6 cans 6 $ $ Brand & Part Number of equal product (if bid) 63018136 SEM Flat Black 61013 or equal Case of 6 cans 6 $ $ Brand & Part Number of equal product (if bid) 63018137 SEM Gloss White 61093 or equal Case of 6 cans 4 $ $ Brand & Part Number of equal product (if bid) 63018194 SEM Shadow Blue 15043 or equal Case of 6 cans 3 $ $ Brand & Part Number of equal product (if bid) GRAND TOTAL CATEGORY II $ REQUEST FOR QUOTATION PROPOSAL FORM (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 17 of 23 CATEGORY III: SPRAY PAINTS, PRESSURIZED ACRYLIC ENAMEL - MIXED TERMS Item Number Description Part Number Unit of Measure Estimated Annual Usage Unit Price Extended Price 63018114 Paint, Interior Gray 25116+32664 or Equal Each 12 $ $ Brand & Part Number of equal product (if bid) 63018116 Paint, Interior Blue 25116+17011 or Equal Each 12 $ $ Brand & Part Number of equal product (if bid) 63018117 Paint, Interior Yellow 25116+84447 or Equal Each 12 $ $ Brand & Part Number of equal product (if bid) GRAND TOTAL CATEGORY III $ CATEGORY IV: 3M Automotive After Market Catalog (Latest Revision) NOTE: Vendor will be responsible for providing up-to-date pricing catalogs to the purchasing department and vehicle maintenance department during the initial contract period and subsequent contract renewal periods, as well as each time market revisions or up-dates are provided to the Vendor. Description Catalog Discount % from List Multiplier ((100% - Discount % from list)/100) 3M (Products & Systems) Catalog # 60-440- 7496-5 (Weatherly Index # 736) % ADDENDUM ACKNOWLEDGEMENT FORM (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 18 of 23 ADDENDA ACKNOWLEDGMENT: The undersigned also acknowledges the receipt of the following Addenda: ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED SUBMITTALS CHECKLIST (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 19 of 23 Name of Bidder: Signature of Buyer: Signature of Evaluator: To help ensure that you include all the submittals necessary to complete a thorough evaluation of your proposal, we ask that you use this checklist to make sure you have enclosed all Required submittals. The list below comprises the Required Submittals, and they must be submitted at the time you submit your proposal or your proposal will be declared non-responsive. Submit Two (2) copies of your complete proposal, 1 original and 1 copy. Verified by Bidder Verified by Buyer Verified by Evaluator Description of Required Submittal Page No. Completed and signed Request for Quotation Form 1 Request for Quotation Proposal Forms 11-17 Items listed as Requested should be submitted at the time you submit your bid to facilitate the bid evaluation process, but will not be cause for declaring your bid non-responsive. Verified by Bidder Verified by Buyer Verified by Evaluator Description of Requested Submittal Page No. Completed and signed Drug Free Workplace Certification Form (optional) 20 Completed and signed Certification Regarding Debarment Form AD-1048 21 (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 20 of 23 DRUG FREE WORKPLACE CERTIFICATION FORM In accordance with Florida Statute 287.087, preference shall be given to businesses with drug- free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid 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 vendors have a drug-free workplace program. In order to have a drug-free program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under 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 in the employee’s community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. ____________________________ (vendor’s signature) (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 21 of 23 CERTIFICATION REGARDING DEBARMENT, SUSPENSION INELIGIBILITY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section 3017.510, Participants responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages 4722-4733). ***** BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON REVERSE SIDE ***** (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attached an explanation to this proposal. Organization Name PR/Award Number or Project Name Name(s) and Title(s) of Authorized Representative(s) Signature(s) Date Form AD-1048 (1/92) (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 22 of 23 INSTRUCTIONS FOR CERTIFICATION 1. By signing and submitting this form, the prospective lower tier participant is providing the certification set out on the reverse side in accordance with these instructions. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier 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 with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this form that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decided the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. 8. 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. 9. Except for transactions authorized under paragraph 5 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 with which this transaction originated may pursue available remedies, including suspension and/or debarment. (22-503RFQ) The School Board Of Pinellas County Prohibits Discrimination In All Purchasing And Contracting Page 23 of 23 Executive Order 12549--Debarment and Suspension Source: The provisions of Executive Order 12549 of Feb. 18, 1986, appear at 51 FR 6370, 3 CFR, 1986 Comp., p. 189, unless otherwise noted. By the authority vested in me as President by the Constitution and laws of the United States of America, and in order to curb fraud, waste, and abuse in Federal programs, increase agency accountability, and ensure consistency among agency regulations concerning debarment and suspension of participants in Federal programs, it is hereby ordered that: Section 1. (a) To the extent permitted by law and subject to the limitations in Section 1(c), Executive departments and agencies shall participate in a system for debarment and suspension from programs and activities involving Federal financial and nonfinancial assistance and benefits. Debarment or suspension of a participant in a program by one agency shall have government-wide effect. (b) Activities covered by this Order include but are not limited to: grants, cooperative agreements, contracts of assistance, loans, and loan guarantees. (c) This Order does not cover procurement programs and activities, direct Federal statutory entitlements or mandatory awards, direct awards to foreign governments or public international organizations, benefits to an individual as a personal entitlement, or Federal employment. Sec. 2. To the extent permitted by law, Executive departments and agencies shall: (a) Follow government-wide criteria and government-wide minimum due process procedures when they act to debar or suspend participants in affected programs. (b) Send to the agency designated pursuant to Section 5 identifying information concerning debarred and suspended participants in affected programs, participants who have agreed to exclusion from participation, and participants declared ineligible under applicable law, including Executive Orders. This information shall be included in the list to be maintained pursuant to Section 5. (c) Not allow a party to participate in any affected program if any Executive department or agency has debarred, suspended, or otherwise excluded (to the extent specified in the exclusion agreement) that party from participation in an affected program. An agency may grant an exception permitting a debarred, suspended, or excluded party to participate in a particular transaction upon a written determination by the agency head or authorized designee stating the reason(s) for deviating from this Presidential policy. However, I intend that exceptions to this policy should be granted only infrequently. Sec. 3. Executive departments and agencies shall issue regulations governing their implementation of this Order that shall be consistent with the guidelines issued under Section 6. Proposed regulations shall be submitted to the Office of Management and Budget for review within four months of the date of the guidelines issued under Section 6. The Director of the Office of Management and Budget may return for reconsideration proposed regulations that the Director believes are inconsistent with the guidelines. Final regulations shall be published within twelve months of the date of the guidelines. Sec. 4. There is hereby constituted the Interagency Committee on Debarment and Suspension, which shall monitor implementation of this Order. The Committee shall consist of representatives of agencies designated by the Director of the Office of Management and Budget. Sec. 5. The Director of the Office of Management and Budget shall designate a Federal agency to perform the following functions: maintain a current list of all individuals and organizations excluded from program participation under this Order, periodically distribute the list to Federal agencies, and study the feasibility of automating the list; coordinate with the lead agency responsible for government-wide debarment and suspension of contractors; chair the Interagency Committee established by Section 4; and report periodically to the Director on implementation of this Order, with the first report due within two years of the date of the Order. Sec. 6. The Director of the Office of Management and Budget is authorized to issue guidelines to Executive departments and agencies that govern which programs and activities are covered by this Order, prescribe government-wide criteria and government-wide minimum due process procedures, and set forth other related details for the effective administration of the guidelines. Sec. 7. The Director of the Office of Management and Budget shall report to the President within three years of the date of this Order on Federal agency compliance with the Order, including the number of exceptions made under Section 2(c), and shall make recommendations as are appropriate further to curb fraud, waste, and abuse.

301 4th St SW, Largo, FL 33770, USALocation

Address: 301 4th St SW, Largo, FL 33770, USA

Country : United StatesState : Florida

You may also like

Motor Vehicle Batteries

Due: 12 Oct, 2024 (in 5 months)Agency: Pinellas County Schools

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.