Santa Rosa County School Board s4

Total Page:16

File Type:pdf, Size:1020Kb

Santa Rosa County School Board s4

Santa Rosa County School Board RFB-03-17 On-Line Procurement SANTA ROSA COUNTY SCHOOL BOARD John W. Rogers, Superintendent of Schools Purchasing Department Judson C. Crane, CPPO, Director of Purchasing & Contract Administration 6544 Firehouse Road Milton, FL 32570-3411

Phone (850) 983-5130 FAX (850) 983-5133 Suncom 689-5130 E-mail: [email protected] Website: http://www.santarosa.k12.fl.us/purchasing/

The Santa Rosa County School Board solicits a submission as listed in this request for bid. All terms and conditions below are a part of this bid request, and no bids will be accepted unless all these terms and conditions have been met, unless superseded by the bid specification. Rights are reserved to reject any and all bids and to waive technicalities. Bids not submitted in accordance with this bid request will be rejected.

GENERAL TERMS AND CONDITIONS

1. The purchasing department will be the point of contact for this bid, unless otherwise noted in the bid specifications. Under no circumstances are the superintendent of schools, board members, school administrators or any other school board employee to be contacted concerning this bid until after award. Any such contact may result in bid disqualification. 2. Price, quality, specifications, payment discounts, warranty, travel time for warranty service, ability to provide service and time of guaranteed delivery will be the determining factors in the awarding of this bid. 3. Bid price shall be the delivered and unloaded price to the designated point according to the purchase order. *** Collect shipments will be refused *** 4. Bids may be awarded or rejected in whole or item by item, with rights being maintained to make joint awards if in the best interest of the district. The Santa Rosa County School Board will retain all copyright and patent rights that may be created by the contract resulting from this bid. These rights are to include, but are not to be limited to written works, computer software and mechanical devices that are created as a requirement of this bid. 5. Enough detail is given in the bid to describe the item being bid, although not written, full manufacturer's specifications are implied. Manufacturer's specifications take precedent over information within this bid if any discrepancy exists. Manufacturer's literature is available from the office of the Purchasing Agent upon request. 6. Any manufacturer's name, trade name, brand name, information and/or catalog numbers listed in a specification are for information only in order to describe and establish general quality levels, not to limit competition. Such references are not intended to be restrictive. The bidder may offer any brand for which authorized to represent, which meets or exceeds the specifications for any and all items. If bids are based on equivalent products, indicate on the bid form the manufacturer's name and number and indicate any deviations from the specifications. IMPORTANT NOTE: If bidding an alternate, complete manufacturer's literature, giving full description of the alternate being bid, must be submitted. Failure to submit manufacturer's descriptive literature when bidding an alternate can result in bid rejection for failing to comply with bid instructions. Any bid lacking written indication of intent to quote an alternate brand will be considered and received as a bid in complete compliance with the specifications as listed in the bid. If upon receipt it is found not to meet specifications, payment will not be made and the item will be returned at the bidders expense. 7. For Service and Term contracts, the board reserves the right to provide all services internally, and similar goods and services may be procured through a general contractor or other existing contract. The board also reserves the right to separately bid out large purchases of similar goods and services. 8. In the event more than one bid is submitted for a line item, please indicate the alternate item by inserting "ALT" after the unit price. 9. To be considered all bids must be submitted on the enclosed bid form, properly signed by an authorized representative on the company placing the bid, and delivery date stated. 10. In the event of an error in extending the total cost of an item, the total price submitted will prevail. 11. Sealed bids must be submitted by hand delivery or mail only as noted in the bid specifications. Bids by telephone, fax or e-mail will not be accepted. Only those submitting a bid or a bid marked "NO BID" will be retained on the bid mailing list. No Bids may be sent via mail, e-mail or fax. 12. The bid opening shall be public and at the time noted in the bid specifications. 13. Tie bids will be awarded to the bidder with the earliest postmark or if hand delivered, the earliest actual time noted or stamped on the envelope. It is the bidders responsibility to insure the actual date and time are noted on the envelope. The only exception to this rule is if the tie bids are between an out of state company and a company headquartered in Florida, the Florida company will prevail. 14. A notice of intended decision will be posted in the office of the Purchasing Director one week prior to award. A notice of intended decision will be furnished only to bidders who supply a self addressed, stamped envelope with their bid or by downloading from the purchasing department internet web site at http://www.santarosa.k12.fl.us/purchasing. Bidders and interested parties may examine the bid tabulations and files during normal business hours (public record) after bids have been awarded. 15. Rights are reserved to purchase additional quantities at bid price. 16. Payment will not be made until an order is completed in full. 17. The successful bidder will allow duly authorized representatives of the board, the Auditor General of the State of Florida, the Comptroller General of the United States, or other authorized representatives access to any books, documents, papers, and records of the bidder which are directly pertinent to this contract for the purpose of making audits, examinations, excerpts, and transcriptions. 18. Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of preceding under Chapter 120, Florida Statutes. All contact in this regard to be made exclusively with the purchasing department. 19. (Service bids only) Insurance required to be carried shall include: A. Insurance 1) The Company shall furnish proof of the following insurance to the Board by Certificate of insurance. 2) The Certificate of Insurance shall state that the Board, it’s members, officers, elected officials, employees, agents and volunteers are additional insureds under the policy or policies. 3) The Company shall provide Certificates of Insurance to the District’s Risk Manager at 8056 Canal St., Milton, FL, 32570 prior to the start of any work under this contract. 4) The Companies insurers shall provide thirty (30) days advance written notice via certified mail in the event of cancellation of any insurance program required by this contract. 5) All insurance policies shall be issued by companies either of the following qualifications: 6) The company must be (1) authorized by subsisting certificates of authority by the Department of Insurance of the State of Florida or (2) an eligible surplus lines insurer under Florida Statutes. In addition, the insurer must have a Best’s Rating of “A” or better and a Financial Size Category of “VI” or better according to the latest edition of Best’s Key Rating Guide, Published by A.M. Best company. Or 7) With respect only to Workers’ Compensation insurance, the company must be (1) authorized as a group self-insurer pursuant to Florida Statutes or (2) authorized as a commercial self-insurer fund pursuant to Florida Statutes. 8) Workers’ Compensation Insurance. The Company shall maintain Workers’ Compensation coverage as required by Florida Statute 440, covering all Company employees employed in connection with this contract and Employers Liability Insurance with minimum limits of $500,000 per occurrence. 9) Comprehensive General Liability Insurance. The Company shall procure and maintain for the life of the contract/agreement, Comprehensive Liability Insurance, Broad Form, including Products and Completed Operations Liability. This policy shall provide coverage for death, bodily injury, personal injury, or property damage that could arise directly or indirectly form performance of the contract. The coverage must be on an occurrence form basis with minimum limits of $500,000 per occurrence, combined single limit for bodily injury and property damage liability 10) Business Automobile Liability. The Company shall procure and maintain, for the life of the contract/agreement Business Automobile Liability Insurance with minimum limits of $500,000 per occurrence, combined single limit for bodily injury liability and property damage liability. This coverage shall be on an “Any Auto” or “Comprehensive Form” policy. The coverage shall be on an occurrence form policy. In the event the Company does not own any vehicles, hired and non-owned coverage shall be provided in the amounts listed above. B.Indemnification / Hold Harmless 1) Company shall indemnify the Santa Rosa County School Board and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the Board, its agents, officers, elected officials, employees and volunteers from and against all claims, actions, liabilities, losses (including economic losses), and costs arising out of any actual or alleged; 2) Bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting there from, 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 company or subcontractor, any directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in performance of the work; or 3) Violation of law, statute, ordinance, governmental administration order, rule or regulation by the company in the performance of the work; or 4) Liens, claims or actions made by the Company or any subcontractor or other party performing the work. 5) The indemnification obligations hereunder shall not be limited to any extent on the amount, type of damages, compensation or benefits payable by or for the company or any subcontractor under workers’ compensation acts, disability benefit acts, other employee benefit acts or any statutory bar. 6) Any cost or expense, including attorney’s fees, incurred by the board to enforce the contract shall be borne by the company.

Direct all insurance inquiries to David Ford, Risk Manager, (850) 983-5007.

20. Other governmental agencies which qualify under School Board of Education Rule 6A-1.012(5) may purchase from this bid. This is also a joint bid with the Emerald Coast Purchasing Co-op and the Gulf Coast Purchasing Cooperative who's members may also purchase from this bid at bid prices. 21. In accordance with Florida Statute 1011.14, funding is subject to availability of appropriated funds.

NOTE: Do not return this document with bid submission.

2 DRUG FREE WORKPLACE Section 287.087 Florida Statutes

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 workplace program, a business shall:

1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.

3. Give each employee engaged in providing the commodities or contractual services that are under 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 employees 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 an 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

3 SWORN STATEMENT PURSUANT TO SECTION 287.133 (3)(A), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES

THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIALS/AUTHORIZED TO ADMINISTER OATHS.

1. This sworn statement is submitted to (print name of public entity)

by (print individual's name and title)

for (print name of entity submitting sworn statement)

whose business address:

And (if applicable its Federal Employer Identification Number (FEIN) is:

(If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement):

2. I understand that a "public entity crime" as defined in Paragraph 287.33(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision or any other state or of the United States. Including, but not limited to, any bid contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.

3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction or a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry or a plea of guilty or nolo contender.

4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means:

a. A predecessor or successor of a person convicted of a public entity crime: or b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate.

4 5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below, is true in relation to the entity submitting this sworn statement. (Indicate which statement applies.)

Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989.

The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989.

The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order.)

I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OR THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECITON 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.

(signature)

Sworn to and subscribed before me this day of , 20 .

Personally known: or Produced Identification:

Type of Identification: Notary Public - State of

Notary Signature: Notary Stamp:

Form PUR 7068 (Rev. 06/18/92)

5 Santa Rosa County School Board RFB-03-17 On-Line Procurement *** BID SPECIFICATIONS ***

The purpose of this bid is to establish a contract for purchases of supplies and equipment to be made online via the internet.

This solicitation represents a cooperative bid by the Gulf Coast Purchasing Cooperative, an organization that consists of governmental entities in the Gulf Coast area from coastal Alabama through the northwest panhandle of Florida. Governmental entities include, but are not limited to, Bay County, Bay County School Board, Calhoun County Sheriff’s Department, City of Dothan, City of Gulf Shores, City of Milton, City of Pensacola, Escambia County, Escambia County School Board, Gulf Coast Community College, Jackson County, Jackson County School Board, Leon County, Mobile County Public School System, Okaloosa County, Okaloosa County School District, Okaloosa Walton Community College, Pensacola Junior College, University of West Florida, Santa Rosa County, Santa Rosa County Sheriff’s Office, Santa Rosa County School Board, Santa Rosa Island Authority, Walton County, and Washington County. The Santa Rosa County School Board is acting as lead entity and will be responsible for this solicitation, receiving bids, and recommending final award.

All purchases resulting from this bid will be made through AcquireX, an online shopping portal, located on the web at www.acquirex.com. It will be the responsibility of all interested vendors to contact AcquireX and negotiate arrangements to place products online. Point of contact at AcquireX is:

Chris Amano, CFO AcquireX 1000 N. Studebaker Road, Suite 4 Long Beach, CA 90815 Phone: 562-296-1002 Fax: 562-296-1001 Email: [email protected]

Pricing is requested for the following categories:

Art Supplies Office Supplies School Supplies Science Supplies Sporting Goods Janitorial Supplies Janitorial Chemicals Office Equipment MRO/Hardware

A maximum of 3 vendors per category will be awarded, based on prices taken from a list of frequently purchased items, as on the enclosed bid forms. Vendors must also supply a list with pricing for all items offered per category. This can consist of a percentage discount off a price list, catalog or other method, however whatever is used must be readily available and auditable. Any and all exclusions to be listed on bid form. Documentation of pricing to be included (price list, catalog or other method) with sample items listed on bid form clearly marked.

A separate form has been provided for each category.

Award will be based on the price of items listed on the bid form. Availability of items will be a major factor in the award of this bid. While it will not be mandatory for each bidder to supply every item listed on the bid form, bidders who do not carry a majority of the items listed will be found non-responsive to this bid request, as the items listed on the bid forms are representative of purchases which will be made as a result of this bid.

Vendors must accept procurement (credit) card payments. Other payment methods, such as purchase orders, may be used depending on local governmental procedures.

Shipping to be included in the item cost (exclusions excepted).

This bid will be good for a period of one year, with the option to renew for four (4) additional one-year terms. A new price list may be submitted each year, providing the percentage discount is not reduced.

6 Santa Rosa County School Board RFB-03-17 On-Line Procurement

*** Bid Form ***

Date:

Company:

Address:

City, State & Zip Code

Phone:

Toll Free Phone:

Internet Web Site (URL):

E-Mail:

Fax:

By: (Signature And Print Name)

Title:

Accept Procurement Card (Visa) Payment: Yes No

Additional Discount for use of Procurement Card:

Delivery Time In Days:

All bids must be filed in the Purchasing Director’s office of the Santa Rosa County School Board, located at 6544 Firehouse Road, Milton Florida prior to 3:00 PM, September 26, 2003 and clearly marked "RFB-03-17 On-Line Procurement". The sealed bids will be publicly opened in the Purchasing Director’s office at 8:00 AM, September 29, 2003 to be acknowledged and referred to the Purchasing Director for tabulation. The notice of intended decision will be posted by 4:00 P.M. October 16, 2003. The award of the bid will be at the School Board meeting of October 23, 2003 or at a later date if additional study is required. Bidders and interested parties are invited and encouraged to attend both the bid opening and the bid award.

Note: To receive a copy of the notice of intended decision, send a stamped, self addressed envelope with this bid. The notice of intended decision will be posted in the purchasing office by 4:00 P.M. on October 16, 2003, and on the Internet at http://www.santarosa.k12.fl.us/purchasing

♦ REMINDER: OTHER THAN THIS COMPLETED SHEET AND INDIVIDUAL BID FORMS, DID YOU REMEMBER TO INCLUDE THE FOLLOWING IN YOUR BID PACKET:

1. PRICE LIST, CATALOG OR OTHER PRICING METHOD WITH ITEMS BEING BID HI-LIGHTED OR CLEARLY MARKED.

2. LIST OF EXCLUDED ITEMS

3. COMPLETED DRUG FREE WORKPLACE FORM

4. COMPLETED PUBLIC ENTITY CRIME FORM

** BID MUST BE SUBMITTED ON THIS FORM TO BE CONSIDERED **

Santa Rosa County School Board 7 RFB-03-17 On-Line Procurement

***BID FORM – ART SUPPLIES***

ART SUPPLY COMPANY NAME: ______

POINT OF CONTACT, PHONE: ______

DISCOUNT: ______%

SOURCE OF PRICING ______

ADDITIONAL VOLUME DISCOUNTS: ______

EXCLUSIONS: ______

PLEASE COMPLETE THE SAMPLE ORDER BELOW:

ITEM *ALT QTY UNIT TOTAL PRICE PRICE CONSTRUCTION PAPER 18”X24”, 50/PK, BLACK, RIVERSIDE TRU-RAY 15 PKS TR57SC ART PAPER, BEMISS JASON 5007, 36”X1000’, YELLOW 1 RL

TEMPERA, 6 COLOR BLOCK SET, ¾”X2 ¼ “ RD W/PALETTE 12 EA

WATER COLORS, WHOLE PAN, 8 ASSORTED COLOR W/#7 12 EA BRUSH – PRANG 85 CHALK, COLORED 24/BOX PRANG PASTELLO 1044-24 12 BX

ELMER’S SCHOOL GLUE, 16 OZ. WHITE, SQUEEZE BOTTLE, 48 EA WASHABLE, NON-TOXIC CRAYOLA WASHABLE FINGER PAINT, RED, NON-TOXIC, PINT 48 EA

CRAYOLA WASHABLE CLASSIC MARKERS, CONE TIP, EIGHT 48 COLORS PER SET BS7708 SETS TEMPERA PAINT, LIQUID 16 OZ ARTISIA II, BLACK, NON- 48 EA TOXIC JUMBO CRAYON SET, 8 COLORS PER BOX, CRAYOLA #2108 48 BX

Sub Total ______

Discount % ______

Total Price ______

*Alternates: Preferred specifications listed. Alternates accepted only if preferred specification not supplied by company. Complete specifications must be submitted on alternates or bid will be considered non-responsive.

Santa Rosa County School Board RFB-03-17 On-Line Procurement 8 ***BID FORM – OFFICE SUPPLIES***

OFFICE SUPPLY COMPANY NAME: ______

POINT OF CONTACT, PHONE: ______

DISCOUNT: ______%

SOURCE OF PRICING ______

ADDITIONAL VOLUME DISCOUNTS: ______

EXCLUSIONS: ______

PLEASE COMPLETE THE SAMPLE ORDER BELOW:

ITEM *ALT QTY UNIT TOTAL PRICE PRICE PAPER CLIP JUMBO GEM METAL, 100/BOX (NON-RUST) ACCO 72545 288 BOXES MARKER, HI-LITER ASSORTED 4/PK 96 PKS (GREEN,YELLOW,PINK,ORANGE) FABER CASTELL TEXTLINER 48 PAD, LEGAL RULED WHITE PERFORATED 8-1/2 X 11 50SHT/PAD 192 PADS LEADER TOPS 7415 CLIPBOARD, LETTER 9X12 – 12 ½, LEONARD 89003 120 EACH

RUBBER BAND ¼ LB BOX #18PCE, ALLIANCE #18 288 BOXES FILE FOLDER, LETTER, 1/3 CUT, VERTICAL., 11 PT MANILA 100/BOX, 12 BOXES SMEAD/OXFORD SEALING TAPE 2” X 55 YD PVC CLEAR NATURAL RUBBER 3M 120 BRAND ROLLS POST IT PAD 3 X 5 YELLOW, 3M 6559 192 PADS

STENO PAD, 6X9 GREG RULE/MEAD 80 SHEET 144 PADS

SCISSORS, 9” HD CAST STEEL STRAIGHT ACME 125C-9 OFFICE 96 EACH SHEARS

Sub Total ______

Discount % ______

Total Price ______

*Alternates: Preferred specifications listed. Alternates accepted only if preferred specification not supplied by company. Complete specifications must be submitted on alternates or bid will be considered non-responsive

Santa Rosa County School Board RFB-03-17 On-Line Procurement 9 ***BID FORM – SCHOOL SUPPLIES***

SCHOOL SUPPLY COMPANY NAME: ______

POINT OF CONTACT, PHONE: ______

DISCOUNT: ______%

SOURCE OF PRICING ______

ADDITIONAL VOLUME DISCOUNTS: ______

EXCLUSIONS: ______

PLEASE COMPLETE THE SAMPLE ORDER BELOW:

ITEM *ALT QTY UNIT TOTAL PRICE PRICE NOTEBOOK THREE RING 8 - 1/2 X 11 VINYL 1" CAP BLUE SAMSILL 48 EA 1138L NATIONAL 67881 B&P 88-7301 CHART TABLET 24" X 32", 25 SHEETS, 1" RULED 12 EA BEMISS JASON 7461-0 SENTENCE STRIP SEALWRAP 100/PACK 3" X 24" WHITE GRADELINE 24 PACKS 1-1/2" BEMISS JASON 7342-0 CLIPBOARD, LETTER 9 X 12-1/2, LEONARD 89003 60 EA

DUO TANG FOLDER, 8-1/2 X 11, ASSORTED, COMBO WITH FASTNERS 144 EA & POCKETS FILE EZ #128 PENCIL #2 BEROLA MIRADO SERIES/ 60 BOX EF VELVET 3557 2HB 12/BX GRAPH PAPER 8 ½ X 11, 3 HOLE, 5 SQUARE PER INCH, 50/SHEETS/PER 24 PACKS PACK, TOPS 3315 TAPE FROSTED TRANSPARENT 3/4" WIDE X 1" COREX 1296 3M-810 60 ROLLS /SCOTCH 6200B

SCISSORS SHARP 5" METAL W/PLASTIC HANDLE RT/LT FISKAR 24 EA

RULER 18" STANDARD S-EDGE HARDWOOD 1-3/8 WIDWESTCOTT 48 EA R501

Sub Total ______

Discount % ______

Total Price ______

*Alternates: Preferred specifications listed. Alternates accepted only if preferred specification not supplied by company. Complete specifications must be submitted on alternates or bid will be considered non-responsive

Santa Rosa County School Board RFB-03-17 On-Line Procurement

***BID FORM – SCIENCE SUPPLIES*** 10 SCIENCE SUPPLY COMPANY NAME: ______

POINT OF CONTACT, PHONE: ______

DISCOUNT: ______%

SOURCE OF PRICING ______

ADDITIONAL VOLUME DISCOUNTS: ______

EXCLUSIONS: ______

PLEASE COMPLETE THE SAMPLE ORDER BELOW:

ITEM *ALT QTY UNIT TOTAL PRICE PRICE PYREX BOROSILICATE BEAKER, GRIFFIN LOW FORM, 600 ML 6 EACH

PYREX BOROSILICATE ERLENMEYER FLASKS, 125 ML 12 EACH

STUDENT CELESTIAL GLOBE 12” WITH ILLUSTRATED STUDY GUIDE 1 EACH

9” BEAKER TONGS, PLATED STEEL, PLAIN JAWS 36 EACH

MEDIUM VINYL GLOVES, ROLLED CUFF, DISPENSER PKG OF 100/PK 10 PACKS

PETRI DISHES, DISPOSABLE, 100 MM DIA X 15 MM, 20 PER CASE 36 CASES

MAGNET MARBLES, .50” DIAMETER, 50 PER BAG 10 BAGS

BARNES DROPPING BOTTLE, FLINT GLASS, 30 ML, 12 PER PACK 6 PACKS

MICROSCOPE SLIDES, 27 X 75 MM, 0.95-1.05 THICK, 72 PER PACK 12 PACK

DISPOSABLE SCALPELS WITH SATINLESS STEEL BLADE, 10/PK 27 PACKS

Sub Total ______

Discount % ______

Total Price ______

*Alternates: Preferred specifications listed. Alternates accepted only if preferred specification not supplied by company. Complete specifications must be submitted on alternates or bid will be considered non-responsive

Santa Rosa County School Board RFB-03-17 On-Line Procurement

***BID FORM – SPORTING GOODS***

11 SPORTING GOODS COMPANY NAME: ______

POINT OF CONTACT, PHONE: ______

DISCOUNT: ______%

SOURCE OF PRICING ______

ADDITIONAL VOLUME DISCOUNTS: ______

EXCLUSIONS: ______

PLEASE COMPLETE THE SAMPLE ORDER BELOW:

ITEM *ALT QTY UNIT TOTAL PRICE PRICE EQUIPMENT BAG 36” X 20” RED NYLON OXFORD MESH USG 4092 12 EACH

BALLS, PLAYGROUND # PG-7, 2 PLY 100% NATURAL RED RUBBER 60 EACH VFG7HXXX VOLLEYBALL NET HD POLYETHYLENE ROPE CABLE TOP CHAMP 4 EACH VN2B TENNIS BALLS 3/CAN, PENN HEAVY DUTY CHAMPIONSHIP 24 CANS

BASKET BALL VOIT CB6 VCB6XXX 36 EACH

SOCCERBALL, OFFICIAL SIZE VOIT, SIZE 5 RUBBER USG 1435 36 EACH VCS33XXX TENNIS RACQUET ALUMINUM, MCGREGOR, YOUTH PRO BS- 12 EACH MTMRAQJP JUMP ROPE, BEADED 9FT HI-IMPACT PLASTIC SECTION ON NYLON 144 EACH ROPE COVER, WHISTLE RUBBER (TO FIT METAL REFEREE WHISTLE) 32 DZ MSWHISCODZ WHISTLE, REFEREE, METAL, SPLIT RING, NATURAL CORK BALL 48 EACH ACME 60-1/2

Sub Total ______

Discount % ______

Total Price ______

*Alternates: Preferred specifications listed. Alternates accepted only if preferred specification not supplied by company. Complete specifications must be submitted on alternates or bid will be considered non-responsive

Santa Rosa County School Board RFB-03-17 On-Line Procurement

***BID FORM – JANITORIAL SUPPLIES***

12 JANITORIAL SUPPLY COMPANY NAME: ______

POINT OF CONTACT, PHONE: ______

DISCOUNT: ______%

SOURCE OF PRICING ______

ADDITIONAL VOLUME DISCOUNTS: ______

EXCLUSIONS: ______

PLEASE COMPLETE THE SAMPLE ORDER BELOW:

ITEM *ALT QTY UNIT TOTAL PRICE PRICE BOWL MOP, 100% ACRYLIC FIBER 14” HANDLE RUBBERMAID #6311 56 EACH

BOWL BRUSH, W/ NYLON TWISTED WIRE CENTER RUBBERMAID, 56 EACH 10136 COUNTER BRUSH HUBCITY, FLO PAK 380B 24 EACH

BRUSH, DECK SCRUB CRYSTAL LAKE 10370 24 EACH

CORN BROOM, 22-24LB CONTINENTAL CE 502024 24 EACH

DUST MOP HANDLE, WOODEN 5 FT. W/HETAL ATTACHMENT 15 EACH CRYSTAL LAKE 12640 DUST PAN 12”, PLASTIC HEAVY DUTY CONTINENTAL DP1 56 EACH

FLOOR MAT, 3’ X 4’ CROWN MT-TMS36485D 6 EACH

GLOVES, LATEX, DISPOSABLE, 100/BX. MEDIUM ANCEL AC-A150- 24 EACH 2BID GLOVES, LATEX, DISPOSABLE, 100/BOX LARGE ANCEL AC-A150- 24 EACH 3BID

Sub Total ______

Discount % ______

Total Price ______

*Alternates: Preferred specifications listed. Alternates accepted only if preferred specification not supplied by company. Complete specifications must be submitted on alternates or bid will be considered non-responsive

Santa Rosa County School Board RFB-03-17 On-Line Procurement

***BID FORM – JANITORIAL CHEMICALS***

JANITORIAL CHEMICAL SUPPLY COMPANY NAME: ______

POINT OF CONTACT, PHONE: ______

13 DISCOUNT: ______%

SOURCE OF PRICING ______

ADDITIONAL VOLUME DISCOUNTS: ______

EXCLUSIONS: ______

PLEASE COMPLETE THE SAMPLE ORDER BELOW: ITEM *ALT QTY UNIT TOTAL PRICE PRICE ANTISEPTIC HAND SANITIZER, 24/4OZ/CASE PUREL 9651-24- 12 CS No rinse hand gel w/germ killing on contact. Can be used for health care, foodservice and institutional facilities. HAND SOAP, LIQUID, 4/1GAL/CASE BETCO WINNING HANDS 14104- 12 CS Antiseptic, kills HIV AIDS Virus. Ready to use. SWEEPING COMPOUND, 50LB BOX SNEE 11WB – Wax base floor 24 BX sweeping compound for all type floors. DUST MOP TREATMENT, 4/1GAL/CASE BETCO 03523 – Eliminate oily 20 CS residue, water based, compatible with all floor finishes and gym floor seals. No streaking or film. Can be used for entrance mats and furnace filters to reduce tracking and airborne soils. NEUTRALIZER/CONDITIONER, 4/1GAL/CASE SPARTAN SHINELINE 24 CS FLOOR PREP 3029-Eliminates alkaline residue, leaves floors conditioned and film free, ready for seal and finish application, can be applied to concrete before applying finish. Neutralize hard water deposits and dishwasher detergent build upon quarry tile. Eliminate urine salts on restroom floors. SEALER/FINISH LOW MAINTENANCE, 5 GAL PAIL BETCO 12 PAILS UNTOUCHABLE 60605 – 25% solids, metal cross linked, polymer finish. Detergent resistant, non-scuffing, durable. Suitable for use on all floors; maintained by damp mopping. Finish performs well with spray or high speed buffing. Can be used as a basecoat, gloss for floor finishes, slip resistant. SEALER/FINISH LOW MAINTENANCE, 50 GAL DRUM BETCO 1 DRUM UNTOUCHABLE 60655- Same as specifications for 5 gal pail. SEALER/FINISH HIGH MAINTENANCE, 5 GAL PAIL BETCO BEST 640 10 PAILS Specifically for high traffic floors, durable. Acrylic polymer formulation designed to respond to regular burnishing with propane equipment. Also respond to high speed electric equipment. Self sealing, slip resistance, minimum 30% solids. SEALER/FINISH HIGH MAINTEANCE, 50 GAL DRUM BETCO BEST 640 1 DRUM Same as specifications for 5 gal pail. FLOOR STRIPPER, 5 GAL PAIL BETCO AX-IT PLUS 15405- No rinse, no 12 PAILS neutralizing, floor machine not required, ammonia free, low odor.

Sub Total ______

Discount % ______

Total Price ______

*Alternates: Preferred specifications listed. Alternates accepted only if preferred specification not supplied by company. Complete specifications must be submitted on alternates or bid will be considered non-responsive

Santa Rosa County School Board RFB-03-17 On-Line Procurement

***BID FORM – OFFICE EQUIPMENT***

OFFICE EQUIPMENT CATALOG NAME: ______

POINT OF CONTACT, PHONE: ______

14 DISCOUNT: ______%

SOURCE OF PRICING ______

ADDITIONAL VOLUME DISCOUNTS: ______

EXCLUSIONS: ______

PLEASE COMPLETE THE SAMPLE ORDER BELOW:

ITEM *ALT QTY UNIT TOTAL PRICE PRICE CANON 12 DIGIT COMMERCIAL PRINT CALCULATOR, CANCP1213D 1 EACH

DYMO LABELPOINT 300 HANDHELD LABELMAKER, ESS36369 1 EACH

SONY PRESSMAN MICROCASSETTE RECORDER SONM430 4 EACH

COMMERCIAL, HEAVY-DUTY PENCIL SHARPENER BOSTON HUN1606 1 EACH

LEXMARK Z43 COLOR JETPRINTER LEX11PO848 1 EACH

COMMERCIAL ELECTRIC THREE-HOLE PUNCH PANKX30P 1 EACH

40 SHEET HEAVY DUTY THREE HOLE PUNCH SWINGLINE ACC74440 1 EACH

HEAVY DUTY WOOD BASE TRIMMERS X-ACTO HUN26358, 18” 1 EACH

POWERSHRED PS60-2 SHREDDER STRIP CUT FELLOWES FEL38601 1 EACH

COMMERCIAL AUTOMATIC STAPLER PANASONIC PANAS300NN 1 EACH

Sub Total ______

Discount % ______

Total Price ______

*Alternates: Preferred specifications listed. Alternates accepted only if preferred specification not supplied by company. Complete specifications must be submitted on alternates or bid will be considered non-responsive

Santa Rosa County School Board RFB-03-17 On-Line Procurement

***BID FORM –MRO/ HARDWARE SUPPLIES***

HARDWARE SUPPLY CATLOG NAME: ______

POINT OF CONTACT, PHONE: ______

15 DISCOUNT: ______%

SOURCE OF PRICING ______

ADDITIONAL VOLUME DISCOUNTS: ______

EXCLUSIONS: ______

PLEASE COMPLETE THE SAMPLE ORDER BELOW:

ITEM *ALT QTY UNIT TOTAL PRICE PRICE FLOURESCENT LAMPS, 30/CASE, GE F34/CW/RS/WM/ECO 6 CASES

#10 THHN ELECTRICAL WIRE, RED SOLID, 500FT PER ROLL 5 ROLLS

BATTERIES, AA ALKALINE INDUSTRIAL, RAYOVAC AL-AA 192 EACH

¾”-10 USS COARSE THREAD 2” LENGTH, GRADE 8 HEX HEAD CAP 5 BOXES SCEWS, 20/BOX PVC CENMENT, HEAVY DUTY 8 OZ CAN, E-Z WELD WW20602 60 CANS

DUCT TAPE PREMIUM GRADE 13 GAUGE(MIL) 2” X 60 YDS CLOTH 12 ROLLS

100% COTTON SHOP TOWEL, APPROX. 15” X 15”, 25 PER BUNDLE, 12 OIL-DRI # L90951G BUNDLES SAFETY GLASSES, NORTON 180 PROTECTIVE EYEWEAR, CLEAR, 48 PAIR NORTH T18000 KLEIN 8-1/2 HIGH LEVERAGE NE-TYPE SIDE CUT PLIERS # D213-8NE 6 EACH

COPPER WATER PIPE, TYPE L, 1” ID, 0.050 WALL, PER 10 FT LENGTH 14 PIECES

Sub Total ______

Discount % ______

Total Price ______

*Alternates: Preferred specifications listed. Alternates accepted only if preferred specification not supplied by company. Complete specifications must be submitted on alternates or bid will be considered non-responsive

16

Recommended publications