Custodial Equipment

expired opportunity(Expired)
From: Tulsa Public School(School)
24025

Basic Details

started - 26 Feb, 2024 (2 months ago)

Start Date

26 Feb, 2024 (2 months ago)
due - 19 Mar, 2024 (1 month ago)

Due Date

19 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
24025

Identifier

24025
Tulsa Public School

Customer / Agency

Tulsa Public School
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.

February 26, 2024 REQUEST FOR PROPOSAL #24025 CUSTODIAL EQUIPMENT Tulsa Public Schools (“TPS”, the “District”) wishes to contract with a reliable vendor to provide custodial equipment, as specified in Section 6 for use at various district locations accordance with the terms and conditions detailed herein. Proposals will be accepted until March 19, 2024 at 9:00 am., at which time the District will hold a public opening. Proposals received after this time will not be accepted. One (1) original and one (1) copy of your proposal and a thumb drive must be submitted. No award will be made until Tulsa Public Schools has had sufficient time to evaluate the proposals. Tulsa Public Schools reserves the right to contract in the district’s best interest. Responses must be sealed and marked on the lower left-hand corner with the proposal name and number, name and address of the vendor, opening date and time. Fax/electronic responses cannot be accepted. Address, mail or deliver all proposals and
accessory documents to: Purchasing Department Tulsa Public Schools 3027 South New Haven, Room 527 Tulsa, Oklahoma 74114 Inquiries for information regarding procurement procedures, proposal submission requirements, or other fiscal/administrative concerns shall be directed to our office at RFPpurchasing@tulsaschools.org. Thank you for your participation. Terry “Matt” Cummings Buyer-Purchasing Department mailto:RFPpurchasing@tulsaschools.org RFP 24025 CUSTODIAL EQUIPMENT 2 REQUEST FOR PROPOSAL #24025 CUSTODIAL EQUIPMENT 1. PURPOSE: Tulsa Public Schools (“TPS”, the “District”) wishes to contract with a reliable vendor to provide custodial equipment as specified in Section 6 for use at various district locations. 2. BACKGROUND: TPS is the largest school district in northeastern Oklahoma. The district contributes significantly to the economic base of the area with approximately 5,520 employees. Currently, about 33,220 students are enrolled at 44 elementary schools, 10 middle schools, 9 high schools and 7 alternative schools. 3 TIMELINE AND PERIOD OF CONTRACT PERFORMANCE: The period of performance for goods is subject to this solicitation and any resulting agreement shall be from award through June 30, 2024. All goods must be delivered and invoiced prior to June 30, 2024. TIMELINE: The schedule below provides estimated dates for the RFP and contracting process. Tulsa Public Schools may adjust this schedule as needed. EVENT: DATE RFP Issue Date 02/26/2024 Deadline for Questions 03/06/2024 Addendum Posting (if applicable) 03/08/2024 PROPOSAL DUE DATE 03/19/2024 Review and Evaluation/PO Issuance Week of 3/19/24 pending board approval Required Delivery and Invoicing No later than 6/30/2024 4. CONTRACT ADMINISTRATOR: The following individual shall serve as the monitor of the conditions of the contract and shall work directly with the contractor on a regular basis in scheduling and coordinating performance of services, answering technical questions in connection with the scope of work, and providing general direction under the resulting contract: Ms. Brenda Royal, Custodial Manager. 5. QUESTIONS REGARDING THE RFP: Email any technical issue and specification questions pertaining to this RFP at RFPpurchasing@tulsaschools.org by 3/06/2024, 4:00 pm. Include a phone number and specifically in reference to the section of the RFP in question. All questions must be submitted in writing. Questions and answers will be distributed to all suppliers solicited to avoid any unfair advantage. These guidelines for communication have been established to ensure a fair and equitable evaluation process for all respondents. Any attempt to bypass the above lines of communication may be perceived as establishing an unfair or biased process and could lead to disqualification as a potential supplier. Any statements made by the district representatives do not modify the terms, conditions, and specifications of this RFP. Any changes to this RFP will be issued in a written addendum to the solicitation. RFP 24025 CUSTODIAL EQUIPMENT 3 6. SPECIFICATION: 6.1 14” Upright Vacuum with HEPA grade filtration, deep cleaning two motor vacuuming power, detachable hose for quick and easy detail vacuuming, pile height adjustment control and an electronic clutch that protects the motor and belt that meets or exceeds this specification, based on this product: Model: Karcher Versamatic HEPA 14 (or approved equal) • 12-inch cleaning path • Non-slip toothed, enclosed, electronic safety clutch and speed control brush drive belt. • .24 hp brush motor • 1.4 hp vacuum motor • 2700 rpm brush speed • 40-foot cable • 3.5-liter dust bag, triple layer • 120 v electrical • 48 inches in height • Injection molded, high impact ABS and PP Plastic housing • 69.5 dBA sound level • 17 lbs with cord • 2-inch wheels 6.2 20” Stand-on floor scrubber with swiveling no-adjustment squeegee that ensures 100% water pick up for dry safe floors, on-board charger that allows for charging anywhere, two transport speeds, two operating speeds, an easy-to-clean fully accessible hygienic recovery tank, a solution dump hose that rotates to the floor for easy operator free dumping, easy access to batteries, tight 48 inch turning radius for maneuverability that meets or exceeds this specification, based on this product: Model: Karcher Chariot 2 ISCRUB 20 Deluxe (or approved equal) • 20 in cleaning path/width • 10/10 solution/recovery tank capacity • 18,000 ft. 2/hour practical productivity • .63 hp vacuum motor • 47.3 inch of water lift • 36V 3x12V 130 Ah, 36V 3x12V 114 Ah AGM Electrical system • 67 dBA noise level • 10% grade climbing ability – maximum slope • 2.4 mph max working speed • 2.13 ft minimum turning radius • 615 lbs. with batteries • 44 x 27.2 x 51.75 in (L x W x H) 6.3 18” scrubber with cylindrical scrub deck with medium stiff bristles for all-around 3 cleaning on smooth and textured floors, squeegee blade set, lithium-ion batteries and on-board charger that meets or exceeds this specification, based on this product: Model: Karcher BR 45/22 C BP (or approved equal) RFP 24025 CUSTODIAL EQUIPMENT 4 • 18” cleaning path • 3.75” brush diameter • 20” squeegee width • 6/6 tank capacity (solution/recovery) • 13,560/19,375 sq ft/hour productivity (practical/theoretical) • 66/62 dBA operating noise level (standard/eco!) • 25 V total machine battery voltage • 210 lbs. down pressure • 750/1050 rpm brush speed (min/max) • 121 lbs. weight with batteries • 36 x 22 x 44 in (L x W x H) 6.4 26” Stand-on carpet extractor with dual vacuum motors, dual floating counter- rotating brushes, on-board charging, lithium batteries, simple no tool removal of brushes and vacuum shoes for ease of daily maintenance, fits through standard doors and elevators, auto-adjust dual vac shoes allow for maximum water pick up while still accommodating threshold crossing that meets or exceeds this specification, based on this product: Model: Karcher Chariot 3 IEXTRACT 26 Duo (or approved equal) • 26-inch cleaning path • 14,185/6,864 (interim/restorative ft2/hr. productivity (practical) • 25/28-gal solution/recovery capacity • 2 x .75 hp vacuum • 71.8 inch of water lift • 36V: 3 x 12V 205-234 AH electrical system • 69 dBA operating noise level • 10% grade climbing ability – maximum slope • .5-1.0 mph max working speed • 4.1 mph transport speed • 2.7 ft minimum turning radius • 825 lbs. with batteries • 56.1 x 29.5 x 50 in (L x W x H) 6.5 18” Self-propelled, walk-forward carpet extractor with steerable extractor head which provides excellent maneuverability in any direction, steering wheel adjust to operator height for optimum ergonomics, no tools required for the removal of the brush or vacuum shoe for ease of daily maintenance, multiple spray jets for deep cleaning in- line solution filter is easy to access, LCD display is configured with 4 different languages that meets or exceeds this specification, based on this product: Model: Karcher Armada BRC 45/38 (or approved equal) • 18 in cleaning path • 10-gal tank capacity (solution/recovery) • 6,116/10,938 ft2/hr. practical productivity • 68 dBA operating noise level • 50 ft power cord • 1.5 hp, 3 stage vacuum RFP 24025 CUSTODIAL EQUIPMENT 5 • 120 in water lift • 100/50 psi pump pressure • .8/15 gpm flow rate • 125 lbs. weight • 37.5 x 21.75 x 43 in (L x W x H) 6.6 All items specified must be the same item or, "an approved equal". Alternates to any specification must be thoroughly detailed in accompanying documentation. An "approved equal" is, in the sole opinion of the buyer, deemed to be satisfactory for the designed use. An equal will not be approved unless it meets the same warranty criteria and is constructed equally or better than the item specified. Substitutions and/or alternates must be clearly identified by manufacturer and model number. 7. PROPOSAL SUBMISSION REQUIREMENTS: In order to be considered for selection, the offeror must submit a complete response to this RFP. One (1) original, one (1) copy and a thumb drive of each proposal shall be submitted to TPS as indicated on the cover sheet. Offeror shall make no other distribution of the proposal. Offerors are required to submit the following items as a complete proposal: 7.1 Attachment A, Pricing Proposal completed in detail, with additional information as requested. 7.2 Return this Request for Proposal document with all other supporting (Attachments B, C, D, and E) filled out as required and signed. 8. EVALUATION AND AWARD CRITERIA: The evaluation committee will review all proposals and make a recommendation to the school board for award to a responsive and responsible offeror(s) who submits the proposal that is in the best interest of the District. TPS reserves the right to award products as listed on Attachment A on a line-by-line basis. Delivery will be a critical factor in the award decision. ● Cost (50%) ● Lead Time (30%) ● References/Prior Experience (20%) RFP 24025 CUSTODIAL EQUIPMENT 6 9. GENERAL TERMS AND CONDITIONS: 9.1 DOWNLOADED RFP: An Internet link will be provided to Respondents who have provided e-mail addresses to the Purchasing Department staff responsible for the specific solicitation. This RFP, accompanying exhibits/attachments, and any addenda are available for download from the web at Purchase Bids - Tulsa Public Schools (tulsaschools.org). Respondents are responsible for checking the website for clarifications and/or addenda. Failure to obtain clarifications and/or addenda from the website shall not relieve such Respondents from considering addenda, if any, in preparing responses. Note that there may be multiple clarifications and/or addenda. Any harm to a respondent resulting from such failure shall not be grounds for a protest award(s) made under this RFP. 9.2 APPLICABLE LAWS AND COURTS: This solicitation and any resulting contract shall be governed in all respects by the laws of the State of Oklahoma. The contractor shall comply with applicable federal, state, and local laws and regulations. 9.3 RIGHT TO REJECT: TPS reserves the right to reject any or all proposals. In addition, Suppliers should recognize the right of TPS to reject a proposal if they fail to submit the data required in the RFP or if the proposal is in any way incomplete. 9.4 ETHICS IN PUBLIC CONTRACTING: By submitting their proposals, Suppliers certify that their proposals are made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other Supplier, supplier, manufacturer, or subcontractor in connection with their proposal, and that they have not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised unless consideration of substantially equal or greater value was exchanged. 9.5 MANDATORY USE OF FORM AND MODIFICATION OF TERMS AND CONDITIONS: Failure to submit a proposal in the official form provided for that purpose may cause rejection. Return of the complete document is required. Modification of or additions to the General Terms and Conditions of this solicitation may cause rejection; however, the Director of Materials Management reserves the right to decide, on a case basis, in their sole discretion, whether to reject such a proposal. 9.6 CONTRACT PROVISIONS BY REFERENCE: It is mutually agreed by and between TPS and the Supplier that the District’s acceptance of the Supplier’s proposal by the issuance of a purchase order shall create a contract between the parties thereto containing all specifications, terms, and conditions in the solicitation except as may be amended in the purchase order. Any exceptions made by the Supplier not included in the resulting contract will not be a part of the contract. Therefore, in the event of a conflict between the terms and conditions of this solicitation and information submitted by a Supplier, the terms and conditions of the solicitation and resulting purchase order/contract will govern. 9.7 CHANGES: Statements made by TPS representatives do not modify the terms, conditions, and specifications of this RFP. Changes and modifications to any section of the RFP will not be valid unless said changes are confirmed in writing as an addendum and issued by the Director of Materials Management. Changes may be made to the contract if the parties agree in writing to modify the scope of the contract. Any increase or decrease in the price of the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement to modify the scope of the contract. 9.8 ERRORS OR OMISSIONS: The Supplier shall not be allowed to take advantage of any errors or omissions in the specifications. Where errors or omissions occur in the specifications, the Supplier shall promptly notify the contact person listed. Inconsistencies in the specifications are to be reported before proposals are submitted. 9.9 TAX EXEMPTION: TPS is exempt from paying sales/use taxes. The price submitted must be net, exclusive of sales/use taxes. When under established trade practice, any federal excise tax is included in the list price, the Supplier may quote the list price and shall show the amount of federal excise tax separately, either as a flat sum or as a percentage of the list price, which TPS shall deduct. https://www.tulsaschools.org/connect-with-us/partner-with-us/purchase-bids https://www.tulsaschools.org/connect-with-us/partner-with-us/purchase-bids RFP 24025 CUSTODIAL EQUIPMENT 7 9.10 TESTING AND INSPECTION: TPS reserves the right to conduct any test or inspection it may deem advisable to ensure supplies and services conform to the specification. 9.11 PROPRIETARY INDEMNITY: Supplier warrants that all products and services used by or furnished do not infringe upon or violate any patent, copyright, trade secret, trademark, or any other proprietary right of any third party. In the event of a claim by any third party against TPS, TPS shall promptly notify the Supplier and defend and indemnify TPS against any loss, cost, expense, claim, or liability arising from such claim, whether such claim is successful. 9.12 PATENT AND COPYRIGHT MATERIALS: Unless otherwise expressly provided in a contract, the Supplier shall be solely responsible for clearing the right to use any patented or copyrighted materials in the performance of this contract. 9.13 QUALIFICATIONS OF SUPPLIERS: TPS may make such reasonable investigations as deemed proper and necessary to determine the ability of the Supplier to perform the work/furnish the item(s), and the Supplier shall provide to TPS all such information and data for this purpose as may be requested. TPS further reserves the right to reject any proposal if the evidence submitted by, or investigations of, such supplier fails to satisfy TPS that such Supplier is properly qualified to carry out the obligations of the contract and to complete the work/furnish the item(s) contemplated therein. 9.14 LATE PROPOSALS: Proposals must be received by the TPS Purchasing Office by the designated date and hour to be considered for selection. Proposals received in the Purchasing Department after the date and hour designated are automatically disqualified and will not be considered. TPS is not responsible for delays in mail delivery by the U.S. Postal Service, private couriers, or any other means of delivery. The Supplier's responsible for ensuring that its proposal reaches the Purchasing Department by the designated date and hour. TPS may choose to issue an extension if the Education Service Center has a documented closure. This is not to be confused with school site closures. Any extension will be posted to the TPS website. 9.15 OBLIGATION OF SUPPLIER: By submitting a proposal, the Supplier covenants and agrees that they are satisfied, from their investigation of the conditions to be met, that they fully understand their obligation and that they will not make any claim for, or have right to, cancellation or relief from the contract because of any misunderstanding or lack of information. 9.16 PROPOSAL ACCEPTANCE PERIOD: The proposal shall be binding upon the Supplier for a minimum of ninety (90) calendar days following the proposal receipt and opening date. 9.17 COSTS OF RESPONSE TO RFP: TPS will not be liable for any costs of preparing materials for the Supplier’s submission. 9.18 METHOD OF PAYMENT: Standard payment terms are 30 days from the receipt of the invoice. Payment will be made after satisfactory performance of the contract by all of the provisions thereof and upon receipt of an adequately itemized invoice. At their sole option, TPS may elect to pay using a Purchasing/Bank/Charge card. No additional charges, fees, or price increases may be assessed by the Supplier for using Procurement/Charge/Bank cards during the life of any award resulting from this RFP and any applicable extensions. The Board of Education reserves the right to withhold any or all payments or portions thereof for the Supplier's failure to perform in accordance with the provisions of the contract/agreement or any modifications thereto. 9.19 AUDIT: Contractor hereby agrees to retain all books, records, and other documents related to this Contract/agreement for five (5) years after final payment or until audited by TPS, whichever is sooner. TPS, its authorized agents, and/or auditors reserve the right to perform or have performed an audit of the Suppliers’ records and, therefore, shall have full access to and the right to examine any of said materials within a reasonable period. 9.20 OPEN RECORDS: The Supplier’s proposal/bid and all accompanying data, materials, and documentation are public records and are subject to inspection and reproduction in accordance with the Oklahoma Open Records Act. 9.21 COMPLIANCE WITH PROCEDURES: The Supplier shall comply with all procedural instructions that may be issued from time to time by TPS; however, the terms and conditions of the contract will not change. RFP 24025 CUSTODIAL EQUIPMENT 8 9.22 EXTRA CHARGES NOT ALLOWED: Proposed pricing shall be for the complete product/service. 9.23 ASSIGNMENT OF CONTRACT: A contract shall not be assigned or subcontracted by the Supplier in part or whole without the written consent of TPS. 9.24 TERMINATION: Failure to comply with the terms and conditions of this solicitation or to deliver materials, supplies, or services identified in the solicitation and contract at the discounts quoted will void the contract award. In case of failure to deliver goods or provide services in accordance with the contract terms and conditions, TPS, after due oral or written notice, may procure them from other sources and hold the contractor responsible for any resulting additional purchase and administrative costs. TPS reserves the right to cancel and terminate any resulting contract/agreement, in part or whole, should the Director of Materials Management determine that such a termination is in the best interest of TPS. Any such termination shall be affected by delivery to the contractor, at least thirty (30) working days before the termination date, a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which such termination becomes effective. After receipt of a notice of termination, the contractor must stop all work or deliveries under the purchase order/contract on the date and to the extent specified; however, any contract termination notice shall not relieve the contractor of the obligation to deliver and/or perform on all outstanding orders issued before the effective date of termination. No amount shall be allowed for anticipated profit on unperformed services. 9.25 STANDARDS OF PERFORMANCE: Supplier shall devote and shall cause all of its staff and any subcontractors to devote such of their time, attention, best skill and judgment, knowledge, and professional ability as is necessary to perform all Services effectively, efficiently, and consistent with the best interests of the District and to the satisfaction of the District. Supplier shall retain and utilize sufficient staff to assure the most effective and efficient performance of services. Supplier shall use efficient business administration methods and perform the Services in the best way and the most expeditious and economical manner consistent with the best interests of the District to assure, among other things, that the Services are performed at a reasonable cost to the District and that Services performed by other entities or persons in connection with the Contract are efficiently and cost-effectively delivered. Supplier acknowledges and accepts a relationship of trust and confidence with the District and agrees to cooperate with the District and all other persons or entities which the District may retain in performing Services to further the District's best interests. 9.26 MINORITY BUSINESSES: TPS will take all necessary affirmative steps to ensure that minority businesses, women's business enterprises, and labor surplus area firms are used when possible. 9.27 DOMESTIC PREFERENCES FOR PROCUREMENT: TPS will, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products) 9.28 FAVORED NATION: Supplier shall furnish Services to the District at the lowest price that Supplier charges to other similarly situated parties. If the Supplier overcharges, in addition to all other remedies, the District is entitled to a refund in the amount of the overcharge, plus interest at the rate of 1% per month from the date the District paid the overcharge until the date the refund is made. The District has the right to offset any overcharge against any amounts due to the Supplier under this or any other agreement between the Supplier and the District, and, at the District's sole option, the right to declare the Supplier in default under the Contract. 9.29 CONFIDENTIAL INFORMATION: In performing Services to the District, the Supplier may have access to or receive certain information that is not generally known to others (“Confidential Information”). Supplier agrees not to use or disclose any Confidential Information, or any records, reports, or documents prepared or generated as a result of the Contract without the prior written consent of the District. 9.30 DISSEMINATION OF INFORMATION: Supplier agrees not to use or disclose any Confidential Information, or any records, reports, or documents prepared or generated as a result of this Agreement (“Work Product”) without the prior written consent of the District. Supplier shall not issue publicity news releases, or grant press interviews, except as may be required by law, during or after the performance of the Services, nor shall Supplier disseminate any information regarding Services without the prior written consent of the District. RFP 24025 CUSTODIAL EQUIPMENT 9 Suppose the Supplier is presented with a request for documents by any administrative agency or with a subpoena duces tecum regarding any records, data, or Work Product that may be in the Supplier’s possession as a result of Services under this Contract. In that case, the Supplier shall immediately notify the District and its General Counsel with the understanding that the District shall have the opportunity to contest such process by any means available to it before submitting any documents to a court or other third party. The Supplier will not be obligated to withhold delivery of documents beyond the time ordered by a court of law or administrative agency unless the request for production or subpoena is quashed or withdrawn or the time to produce is otherwise extended. Supplier agrees to cause its personnel, staff and/or subcontractors, if any, to undertake the same obligations of confidentiality agreed to by Supplier under this Contract. 9.31 OWNERSHIP: All intellectual property, Work Product, and any other records, reports, documents, and materials prepared or generated as a result of this contract/agreement shall at all times be and remain the property of the District. All of the foregoing items shall be delivered to the District upon demand at any time and, in any event, shall be promptly delivered to the District upon expiration or termination of the Contract. If any of the above items are lost or damaged while in the Supplier’s possession, such items shall be restored or replaced at the Supplier’s expense. Supplier shall minimize the use of proprietary materials and resources, third party or otherwise, except as agreed to by the District, so that the District may continue using such property beyond any license or subscription terms relevant to the RFP. 9.32 RESERVATION OF RIGHTS: Contract Administrator or designee may require the removal from contract work of any employee of the contractor who is incompetent, careless, or insubordinate; who appears to be alcohol or drug impaired or otherwise objectionable; whose continued employment is contrary to a consistently good relationship between the parties to this contract; or who poses a safety risk. 9.33 INSURANCE REQUIREMENTS: By signing and submitting a proposal under this solicitation, the Supplier agrees to carry workers' compensation insurance with limits for the employers' liability part of the workers' compensation policy not less than $500,000 per category, at its own expense. Supplier agrees to carry Commercial General Liability insurance with limits not less than $1,000,000 combined single limits for bodily injury and property damage, COMMERCIAL AUTOMOBILE LIABILITY INSURANCE WITH LIMITS NOT LESS THAN $1,000,000 COMBINED SINGLE LIMIT FOR BODILY INJURY AND PROPERTY DAMAGE, AS WELL AS A COMMERCIAL EXCESS UMBRELLA POLICY WITH A LIMIT NOT LESS THAN $4,000,000.00 DESIGNED TO ATTACH TO THE EMPLOYER’ LIABILITY LIMITS ATTACHED TO THE WORKERS’ COMPENSATION POLICY, THE COMMERCIAL GENERAL LIABILITY POLICY LIMIT AND THE COMMERCIAL AUTOMOBILE LIABILITY POLICY LIMIT. Supplier agrees to provide District with a certificate of insurance as evidence of the above lines of insurance carried by Supplier, which shall include a thirty (30) day notice, in writing, to the District in the event of cancellation of such insurance for any reason. This certificate of insurance should also name the District as "additional insured" EXCEPT FOR THE WORKERS’ COMPENSATION / EMPLOYERS’ LIABILITY POLICY, AND ALSO PROVIDE THE DISTRICT WITH A “WAIVER OF SUBROGATION ON ALL OF THE ABOVE INSURANCE POLICIES concerning work performed by Supplier on behalf of District. In addition to such insurance, and not in lieu thereof, Supplier agrees to indemnify and hold District and its agents, employees, and officers harmless (including defense costs) against any claim, demand, or action arising from or growing out of Supplier’s performance of its services hereunder. Insurance companies authorized to sell insurance in Oklahoma will provide all insurance coverage. 9.34 NON-DISCRIMINATION: Contractors or suppliers are obligated not to discriminate against any employee or applicant for employment because of race, religion, color, national origin, sex, sexual orientation, disability, genetic information, veteran status, marital status, or age. This obligation shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Contractors or suppliers are obligated to comply with all requirements of the Americans with Disabilities Act. 9.35 CLEAN AIR ACT: Supplier must comply with all applicable standards, orders, or regulations issued under the Clean Air Act (42. U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C.1251-1387). Violations must be reported to the Federal awarding agency and the Regional office of the Environmental Protection Agency (EPA). 9.36 BYRD ANTI-LOBBYING AMENDMENT (31 U.S.C.1352): Supplier must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a RFP 24025 CUSTODIAL EQUIPMENT 10 member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C.1352. 9.37 DOMESTIC PREFERENCES FOR PROCUREMENT (2 CFR § 200.322): As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). Tulsa Public Schools does not discriminate based on race, religion, color, national origin, sex, sexual orientation, disability, genetic information, veteran status, marital status, or age in its employment, programs, and activities. Attachment A RFP #24025 Custodial Equipment Pricing Please provide the following information. QTY TYPE OF EQUIPMENT MANUFACTURER MODEL # PRICE **EACH LEAD TIME **must be received before 6/30/2024 12 14” Upright Vacuum 9 20” Stand-on Scrubber 3 18” Scrubber 5 26” Stand-on Extractor 7 18” Carpet Extractor List any quantity discounts____________________________ Additional information may be included with the RFP- Provide up to 3 pages of marketing material. Offeror__________________________________________________ Signature________________________________________________ RFP 24025 CUSTODIAL EQUIPMENT ATTACHMENT B ****REQUIRED**** Per Federal Regulation 200.324: Must negotiate profit as a separate price element. Therefore, please provide the related profit information: § 200.324 CONTRACT COST AND PRICE: (a) The Non-Federal entity must perform a cost or price analysis concerning every procurement action over the Simplified Acquisition Threshold, including contract modifications. The method and degree of analysis depend on the facts surrounding the procurement situation, but as a starting point, the non-Federal entity must make independent estimates before receiving proposals. (b) The Non-Federal entity must negotiate profit as a separate element of the price for each contract in which there is no price competition and, in all cases, where cost analysis is performed. To establish a fair and reasonable profit, consideration must be given to the complexity of the work to be performed, the risk borne by the contractor, the contractor's investment, the amount of subcontracting, the quality of its record of past performance, and industry profit rates in the surrounding geographical area for similar work. (c) Costs or prices based on estimated costs for contracts under the Federal award are allowable only to the extent that costs incurred or cost estimates included in negotiated prices would be acceptable for the non-Federal entity under subpart E of this part. The non-Federal entity may reference its cost principles that comply with the Federal cost principles. (d) The cost plus a percentage of cost and percentage of construction cost contracting methods must not be used. Provide your cost analysis using the reasonableness of cost elements when certified cost or pricing % data is required in your proposal. TPS will use this information to verify that the overall price offered is fair and reasonable. STATE PROFIT REQUIREMENT DOLLAR AMOUNT EXAMPLE: Simplified Acquisition Threshold Total Direct Costs Ex: $160,000.00 $ Total Direct Negotiated Costs Ex: $150,000.00 $ Estimated Dollar Profit Ex: $10,000.00 $ OR STATE PROFIT REQUIREMENT BY PERCENTAGE: Profit As Percentage % https://www.ecfr.gov/current/title-2/part-200/subpart-E ATTACHMENT C REFERENCES Provide a listing of at least three (3) references, preferable companies of similar size/volume, for which the company has provided these products/services within the last three (3) years under multi-year contracts: (1) Customer Name: ____________________ Telephone: ______________ Contact Name: _________________________ Title: ___________________ Address: _________ ________________________________________________________ ______________________________________________________________________ Email Address: ________________________________________________________________ (2) Customer Name: ____________________ Telephone: ______________ Contact Name: _________________________ Title: ___________________ Address: _________ ________________________________________________________ ______________________________________________________________________ Email Address: ________________________________________________________________ (3) Customer Name: ____________________ Telephone: ______________ Contact Name: _________________________ Title: ___________________ Address: _________ ________________________________________________________ ______________________________________________________________________ Email Address:_________________________________________________________ ATTACHMENT D NON-COLLUSION AFFIDAVIT ***Pursuant to Title 74 Oklahoma Statue (1974) SS 85.22-25*** STATE OF ) ) SS: COUNTY OF ) , of lawful age, being first duly sworn, (Print Name of Contractor or Authorized Agent) on oath says that (s)he is the a g r e e m e n t tor, or the agent authorized by the contractor to submit the attached contract to INDEPENDENT SCHOOL DISTRICT NUMBER ONE OF TULSA COUNTY, OKLAHOMA. Affiant further states that the agreement or has not paid, given or donated or agreed to pay, give, or donate to any employee of said School District or member of its Board of Education any money or other thing of value, either directly or indirectly, in the procuring of the attached contract. Company Name Signature of Contractor or Authorized Agent SUBSCRIBED AND SWORN to before me this day of , 2023. Notary Public My commission expires: (SEAL) ATTACHMENT E VALIDATION Note: Proposals must be manually signed on this form in the space provided below. Has the Supplier, any officer of the Supplier, or any employee of the Supplier who has a proprietary interest in the proposal ever been debarred, suspended, declared ineligible, disqualified, removed, or otherwise prevented from participating in or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is Yes, please explain the circumstances in the following space: In compliance with this RFP, the Supplier has examined the specifications and is familiar with all the conditions and requirements. T h e S u p p l i e r meets all of the standards and requirements necessary to perform the services/provide the products and can furnish the services/products in the specified time frame and at the rates outlined in this proposal. On behalf of the Supplier, the undersigned certifies that this offer is made without previous understanding, agreement, or connection with any person, firm, or corporation proposing the same project and is fair and without collusion or fraud. I have read the terms and conditions of this RFP, truthfully answered the above question, and submitted for consideration the enclosed offer and accessory data, which will become part of any agreement. The undersigned has the authority to bind the Supplier and certify that all statements in the proposal are true and correct. If accepted by the District, this proposal is guaranteed as written and amended and will be implemented as stated. Please indicate if this business is Minority-owned or Female-owned. Company Name Signature of Representative Company Address Typed Name of Representative City, State, Zip Title Fax Number Telephone Number Date Email ATTACHMENT F SUPPLIER INFORMATION SHEET Supplier’s Legal Name: (Must be Respondent’s company name as reflected on its organizational documents, filed with the state in which Respondent is organized) State of Organization: __________________________________________________________________ Supplier’s Type of Legal Entity: (check one) ☐ Sole Proprietorship ☐ Limited Partnership ☐ Partnership ☐ Limited Liability Partnership ☐ Corporation ☐ Limited Liability Limited Partnership ☐ Limited Liability Company ☐ Other: _______________________ Supplier’s Address: Street City State Zip Code Supplier’s Website Address: ____________________ Sales Contact: Contact for Legal Notice: Name: Name: _________________ Title/Position : Title/Position : Street: Street: City: City: State: State: Phone: Phone: Email: Email: PACKING LABEL Please affix this label on the package, container, or envelope containing Your two completed responses: “Original” and “Copy.” We recommend that both responses (original and copy) be sent in the same envelope along with a thumb drive. This label ensures that Your Bid will be sent to the correct office (Purchasing Office) and that it is associated with the correct Solicitation (indicated by the RFP number). Bids must be sealed, mailed, or delivered to the Purchasing Department's Office. Proposals must also be received no later than 11:00 PM (CST) on the date listed on the first page of the RFP. FROM: Tulsa Public Schools Purchasing Office 3027 S. Newhaven Ave, Room 525 Tulsa, OK, 74114 Proposal Submission For: RFP 24025 DESCRIPTION: Custodial Equipment

3027 S. New Haven Ave. Tulsa, OK 74114Location

Address: 3027 S. New Haven Ave. Tulsa, OK 74114

Country : United StatesState : Oklahoma

You may also like

Commercial Cleaning Equipment and Custodial Supplies

Due: 30 Jun, 2024 (in 2 months)Agency: PureTek Group (formerly Pure Lighting Company)

SEVC Kitchen Equipment Maintenance

Due: 30 Jun, 2024 (in 2 months)Agency: Military and Veterans Affairs

Custodial Equipment

Due: 07 May, 2024 (in 8 days)Agency: Dekalb County School District

Please Sign In to see more like these.

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