Santa Rosa County School Board s5

Total Page:16

File Type:pdf, Size:1020Kb

Santa Rosa County School Board s5

Santa Rosa County School Board RFB-04-12 County Wide Cabinets SANTA ROSA COUNTY SCHOOL BOARD John W. Rogers, Superintendent of Schools Purchasing Department Judson C. Crane, CPPB, 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a part of this bid request, and no bids will be accepted unless all these terms and conditions have been met, unless superseded by the bid specification.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, its 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 whose 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-04-12 County Wide Cabinets *** BID SPECIFICATIONS ***

The Santa County School Board, Milton Florida, solicits your company to submit a bid on “RFB-04-12 County Wide Cabinets” as listed in this bid request. All terms and conditions below are a part of this bid request. No bids will be accepted unless these terms and conditions have been met. Rights are reserved to reject any and all bids and to waive technicalities. Bids which are not submitted in accordance with this bid request will be rejected.

SCOPE OF BID Provide labor and materials as specified to build and install cabinets, shelving and counters at various schools and departments in Santa Rosa County. Questions may be directed to: Frank Melvin, Supervisor Building Maintenance at 850-983-5120

TERM OF CONTRACT This bid is for a five-year contract beginning on or about September 2004.

GENERAL The contractor shall furnish all labor, materials, tools, equipment, and perform all work and services for laminated plastic casework not specifically indicated as work of other sections, as shown on drawings and as specified in accordance with provisions of the contract documents, and completely coordinated with work of all other trades. (DRAWINGS MAY BE REQUESTED BY CONTACTING SHIRLEY MOLNARI WITH THE PURCHASING DEPT. AT 850-983-5130)

Although such work is not specifically indicated, furnish and install all supplementary or miscellaneous items, appurtenances and devices incidental to or necessary for a sound, secure and complete installation.

Contractor to report in at school upon arrival and check out upon departure. Contractor is expected to abide by School Board policy 2.45, Drug-Free Workplace Act of 1988, Tobacco-Free School District and School Board dress code.

QUALITY STANDARDS This specification is based on casework as manufactured by TMI Casework Systems, Dickinson North Dakota. Other manufacturers may be required to furnish samples and literature to the Maintenance Department for approval.

It is the intent of this specification to provide a quality and functional installation of plastic laminate casework. Standards have been established in this specification to comply with the intent. Only plastic laminate casework manufactured in accordance with the design, construction and material requirements will be accepted.

Systems 32 type or dowel construction is acceptable. Approval equal does not imply acceptance of that manufacturer's "standard" construction and/or materials. Materials and construction shall comply with those specified. Casework shall be of the design and dimensions indicated on the drawings, and shall include any special sizes and supports to accommodate the designs shown.

Fully dadoed and rabetted construction or doweled construction with concealed mechanical fastenings shall be provided.

MATERIALS Bottom, sides, tops and unexposed surfaces behind doors shall be 3/4 in., 45-pound density particleboard with a high-pressure melamine laminate finish or laminated high-pressure cabinet liner.

All backs shall be 1/2 in., 45-pound density particleboard, with a melamine laminate finish or laminated low-pressure cabinet liner.

All exposed surfaces, ends, backs, door and drawer fronts, shelves, and edges shall be 1/32 in. high-pressure plastic laminate from manufacturer's standard color selections. Provide balanced backing sheet on all door and drawer fronts.

Exposed edges of cabinets, shelves, dividers, and doors shall have a protective 1 MM polyvinyl chloride impact/chip/mar-resistant edge.

All hardware shall be institutional, heavy-duty, satin chrome or baked-on black enamel. Hinges shall be of the five-knuckle fixed pin type. All doors equipped with magnetic catches. All pulls shall be bar or flush pulls.

All drawers 1/2 in. particleboard with melamine finish front, back and sides with 1/4 in. Tempered masonite bottoms or 1/2 in. thick doweled sides, fronts, and backs laminated with melamine liners. All drawers equipped with heavy duty, ball bearing glides, #1300 K.V. Drawer Guides, 150 lb. rated. File drawers equipped with file followers. Santa Rosa County School Board 6 RFB-04-12 County Wide Cabinets

*** BID SPECIFICATIONS ***

All shelving, where applicable, shall be fully adjustable on 1 in. centers. Unless noted otherwise on the drawings, shelves shall be 1 in., 45 lb. density particle board with a melamine laminate finish, two sided and with 1MM front edge.

Countertops and window stools shall be 1/16 in. high-pressure plastic laminate. Countertops are to be bonded to 45-pound density particleboard, using contact bond cement with factory recommended pressure. Exposed edges shall have matching 1/16 in. material built up to 1 1/4 in. thickness. Backsplashes shall be attached by means of screws from underside of deck through continuous bead of silicone sealant. Window stools and countertops, where lavatories are installed, to have 3/4 in. PFPA exterior grade plywood.

Casters shall be 5 in. general purpose, heavy duty, with all steel frames. Full double floating ball bearing raceway construction, with hard rubber non-marring wheels, and a load capacity of 250 pounds per caster.

All Mobiles: Exposed edges on all exterior parts shall have a protective 1 MM PVC Bumper Guard. Unexposed interior edges shall have a polyvinyl chloride protective edge.

Library Shelving: All library shelving, where applicable, shall be fully adjustable on 1 in. centers. All backs to be 1/4 in. tempered hardboard with a melamine laminated finish or laminated low-pressure cabinet liner.

Music Casework: All tops, ends, and vertical dividers shall be champions 3/4 in. Lebonite hardply with 1 MM PVC edging. All bottoms, horizontals, and shelves shall be champions 3/4 in. Lebonite hardply with stainless steel wrap-around edging.

Tumbler locks on doors and drawers shall be provided if required. All locks shall be keyed as directed.

Scribe Trim - provide scribe pieces and strips, fillers, trim, etc, for casework, throughout the job as conditions require for recessed items and for proper fitting of work. Such trim shall be of same material and finish as adjoining casework.

Color and pattern selection shall be made by the Maintenance Department from standard laminated plastic colors as manufactured by Wilson Art, or approved equal. There will be more than one color with feature strips and borders.

INSTALLATION

Install work plumb, level and true with no distortions. Provide solid shims as required.

Provide and install scribe molds to adjoining walls, accurately fitted, installed with fastenings.

All exposed screws, fasteners and accessories are to be color matched to adjacent finishes.

SAMPLES The successful vendor may be required to submit samples made in accordance with the specification. These shall be delivered within 30 days from request, at no cost to owner. Samples shall be full size, production type samples. Miniature "Showroom" type samples are not acceptable. Samples shall include, but not be limited to: (1) One combination drawer cupboard base unit showing complete construction details, including one shelf. (2) One sample of all top materials shown or called for. (3) Sample of all mechanical service fittings, locks, door pulls, hinges, interior hardware and drawer glides. The above samples by the successful manufacturer will be retained by the owner to insure that material delivered to job site conforms in every respect to the samples submitted.

JOB CONDITIONS Examine areas to receive work. Do not proceed until unsatisfactory conditions have been corrected. The School Board Maintenance Department shall be responsible for prep of area. Start of work constitutes acceptance of conditions, and responsibility for performance.

Drawings indicate type, arrangement, and location of items of finish carpentry and millwork. If necessary to vary from arrangements or profiles indicated, because of structural or other considerations, request approval from Maintenance Department. Make approved variations at no added expense to owner.

Santa Rosa County School Board 7 RFB-04-12 County Wide Cabinets *** BID SPECIFICATIONS ***

Contractor is responsible for fitting to all recesses, including all trim pieces, fillers and closers required.

GUARANTEE Guarantee all materials and workmanship. Correct any defects occurring, at no additional expense to owner for a period of one year from time of installation completion.

SHOP DRAWINGS Furnish shop drawings on all items to Purchasing/Maintenance Department for approval before fabrication.

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 August 20, 2004 and clearly marked "RFB-04-12 County Wide Cabinets". The sealed bids will be publicly opened in the Purchasing Director’s office at 8:00 AM, August 23, 2004 to be acknowledged and referred to the Purchasing Director for tabulation. The notice of intended decision will be posted by 4:00 P.M. September 2, 2004. The award of the bid will be at the School Board meeting of September 9, 2004 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.

Delivery to be FOB delivery point to: Various Schools in Santa Rosa County

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 September 2, 2004 and on the Internet at http://www.santarosa.k12.fl.us/purchasing

Santa Rosa County School Board RFB-04-12 County Wide Cabinets

*** Bid Form *** 8 Date: Company:

Address: City, State & Zip Code

Phone: Toll Free Phone:

Internet Web Site (URL): Fax:

E-Mail:

By: (Signature And Print Name) Title:

Warranty/Guarantee on all workmanship and materials:

COST PER LF FOR ADDITIONAL PROJECTS NOT LISTED ABOVE: $ ______

Payment Terms:

Cabinet Description Approximate Qty Price per Cabinet 1. Base Cabinet 2 doors, no drawers, 24" to 133 36" wide 24" deep finished height 30" to 36" 2. Base Cabinet 2 doors, 2 drawers, 24" to 47 36" wide 24" deep finished height 30" to 36" 3. Base Cabinet-Sink-2 doors-24"to 36" wide 8 24" deep finished height 30" to 36" 4. Base Cabinet - 4 drawers-24" to 30" wide 38 24" deep finished height 30" to 36" 5. Base Cabinet -poster-4 drawers-36" to 19 48"wide 24" deep finished height 30" to 36" 6. Shelf Unit- poster board storage-84" 33 height-30" depth-48" width-includes 8 1" thick adjustable shelves 7. Computer station including 30" deep 167 counter with support brackets and 1 grommet- station width-32" each 8. Wall Cabinet- 2 doors - width 24" to 36"- 17 depth overall 13"-height 24" to 30" 9. Base Cubby 24” to 36” wide 24” deep 8 finished height 30” to 36” with adjustable shelves. Base Cabinet Prices include countertop and also backsplash were required. Bid quantities are estimated, and not a guaranteed purchase. Purchases are subject to availability of appropriated funds.

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

9

Recommended publications