HomeMy WebLinkAboutInvitation to Bid 16The School Board of, Broward County, Florida INVITATION TO BI D
--- =- SUPPLY MANAGEMENT AND LOGISTICS DEPARTMENT
1 - = 7720 West Oakland Park Boulevard, Suite 323
Sunrise, Florida 33351-6704 (ITB}
754-321-0505
DUE DATE: Bids due at 2:00 p.m. Eastern Time (ET): iTB NO.: RELEASE DATE: PURCHASING AGENT:
MARCH 4, 2008 29.009R FEBRUARY 8, 2008 Mark Alan
754-321-0507
Bids must be submitted to the Supply Management and Logistics BID TITLE:
Department and received on or before 2:00 p.m. ET on the date INDUSTRIAL SUPPLIES, TOOLS AND ACCESSORIES
due. Bids may not be withdrawn for 90 days after due date. (MANUFACTURERS' CATALOGS) (CO.OP)
Faxed bids are not allowed and will not be considered.
SECTION 1, Bidder Acknowledgement
IN ACCORDANCE WITH GENERAL CONDITION 1, THIS SECTION MUST BE COMPLETED IN ITS ENTIRETY INCLUDING THE SIGNATURE OF
AN AUTHORIZED REPRESENTATIVE WHERE INDICATED BELOW.
Bidder's Name and stale "Doing Business As", where applicable:
"REMIT TO" ADDRESS FOR PAYMENT: If —payment(s)is/are to be
mailed to address other than as stated on left, please complete section
below. ❑ Check this box if address is the same as stated on the left.
Address:
P.O. Address:
City:
Stale: ZIP Code:
City:
Telephone Number:
State: ZIP Code:
Toll Free Number:
Contact:
Fax Number:
Telephone Number:
Internet Web Site:
Toll Free Number:
Internet E -Mail Address:
Fax Number:
Federal Tax Identification Number:
Internet E -Mail Address:
I certify that this bid is made without prior un erstanding, agreement or
connection with any corporation, firm or person submitting a bid for the same
materials, supplies, services or equipment and is in all respects fair and without
collusion or fraud. 1 agree to complete and unconditional acceptance of this bid, Signature of Authorized Representative (Manual)
all appendices and contents of any Addenda released hereto, t agree to be bound
to all specifications, terms and conditions contained in this !T8 and failure to
comply will result in disqualification of bid or bid item. 8idder acknowledges that Name of Authorized Representative (Typed or Printed)
all information contained herein is part of the public domain as defined by the
State of Florida Sunshine and Public Record Laws and all responses, data and
information contained in this bid are true and accurate. i certify that i am
authorized to sign this IT8 for the bidder Title
i agree that this bid cannot be withdrawn within 90 days from date due.
SECTION 2, Submittal Requirements
SUBMITTAL REQUIREMENTS: In order to assure that your bid is in compliance with bid requirements, please verify that the submittals indicated by the
® below have been submitted.
❑ Bid Bond ❑ Descriptive Literature ❑ Licenses
❑ Material Safety Data Sheets
Special Condition Special Condition ^ Special Condition _ Special Condition _
❑ Manufacturers Authorization ❑ References ❑ Bidder Questionnaire ® Catalogs/Price Lists
Special Condition ` Special Condition _ . Special Condition _ Special Condition 10
Note: If your firm wishes to not submit a bid in response to the ITB, please complete and return, via mail or fax, the Statement of No Bid
at#ached as the last page of this ITB.
C. 777nn O . —A r�,.,,..I„ 1n A.. Cn.I (lnnnr4„n;h,1C;ni 1 A—vo Gmnlnvor
SECTION 3, GENERAL CONDITIONS
1. SEALED BID REQUIREMENTS: The "Bidder Acknowledgement Section" must be '3,
completed, signed and returned with the bid. The Bid Summary Sheet pages on which
the bidder actually submits a bid, and any pages, upon which information is required to
be inserted, must be completed and submitted with the bid. SBBC reserves the right
to feject any bid that fails to comply with these submittal requirements.
a) BIDDER'S RESPONSIBILITY: It is the responsibility of the bidder to be certain
that all numbered pages of the bid and all attachments thereto are received and all
addendum released are received prior to submitting a bid without regard to how a
copy of this ITB was obtained. All bids are subject to the conditions specified
herein on the attached bid documents and on any addenda issued thereto.
b) BID SUBMITTED: Completed bid must be submitted in a sealed envelope with bid
number and name clearly typed or written on the front of the envelope. Bids must
be time stamped in the Supply Management and Logistics Department on or
before 2:00 p.m. ET on date due for bid to be considered. Bids will be opened at
2:00 p.m. ET on date due. Bids submitted by telegraphic or facsimile transmission
will not be accepted.
c) EXECUTION OF BID: Bid must contain an original manual signature of an
authorized representative in the space provided above. All bids must be completed
in ink or typewritten. if a price correction Is necessary, draw a single line
through the entered figure and enter the corrected figure or use an opaque
correction fluid. All price corrections must be initialed by the person signing
the bid even when using opaque correction fluid. SBBC reserves the right to
reject any bid or bid item completed in pencil or any bid that contains
illegible entries or price corrections not Initialed.
2. PRICES QUOTED: Deduct trade discounts and quote firm net prices. Give both unit
price and extended total. Prices must be stated in units to quantity specified in the
bidding specification. In case of discrepancy in computing the amount of the bid, the
Unit Price quoted will govern.
All prices quoted shall be F.O.B. destination and freight prepaid (bidder pays and bears
freight charges). Bidder owns goods in transit and files any claims unless otherwise
stated in Special Conditions. Discounts for prompt payment: Award, if made, will be in
accordance with terms and conditions stated herein. Each item must be bid separately
and no attempt is to be made to tie any item or items in with any other item or items.
Cash orquantity discounts offered will not be a consideration in determination of
award of bid(s). If a bidder offers a discount or offers terms less than Net 30, it is
understood that a minimum of 30 days will be required for payment, and if a payment
discount is offered, the discount time will be computed from the date of satisfactory
delivery at place of acceptance and receipt of correct invoice at the office specified.
a) TAXES: The School Board of Broward County, Florida does not pay Federal
Excise and State taxes on direct purchase of tangible personal property. The
applicable tax exemption number is shown on the purchase order. This exemption
does not apply to purchases of tangible personal property made by contractors who
use the tangible personal property in the performance of contracts for the
improvement of School Board owned real property as defined in Chapter 192 of the
Florida Statutes.
b) MISTAKES: Bidders are expected to examine the specifications, delivery
schedules, bid prices and extensions, and all instructions pertaining to supplies and
services. Failure to do so will be at bidder's risk.
c) CONDITION AND PACKAGING: It is understood and agreed that any item offered
or shipped as a result of this bid shall be new (current production model at the time
of this bid) unless otherwise specified. All containers shah be suitable for storage or
shipment and all prices shall include standard commercial packaging.
d) UNDERWRITERS' LABORATORIES: Unless otherwise stipulated in the bid, all
manufactured items and fabricated assemblies shall be UL listed where such has
been established by UL for the item(s) offered and furnished. In lieu of the UL
listing, bidder may substitute a listing by an independent testing laboratory
recognized by OSHA under the Nationally Recognized Testing Laboratories
(NRTL) Recognition Program.
e) BIDDER'S CONDITIONS: Bid conditions and specifications shalt not be changed,
altered or conditioned in any way. The Board specifically reserves the right to reject
any conditional bid.
SAMPLES: Samples of items, when required, must be fumished free of expense
within five working days of request unless otherwise stated and, it not destroyed, will,
Upon request, be returned at the bidder's expense. Bidders will be responsible for the
removal of all samples tuintshed within 30 days after bid opening. All samples will be
disposed of after 30 days. Each individual sample must be labeled wilh bidder's
name, bid number and item number. Failure of bidder to either deliver required
samples or to clearly identify samples as indicated may be reason for rejection of the
bid. Unless otherwise indicated, samples should be delivered to the office of the
Supply Management and Logistics Department of The School Board of Broward
County, Florida, Suite 323, 7720 West Oakland, Park Boulevard, Sunrise, Florida
33351-6704.
4. DELIVERY: All deliveries shall be F.O.B. destination point. Unless actual date of
delivery is specified (of if specified delivery cannot be met), show number of days
required to make delivery after receipt of purchase order in space provided. Delivery
time may become a basis for making an award (see Special Conditions). Delivery
shall be within the normal working hours of the user, Monday through Friday,
excluding legal holidays and days during which the school district administration is
closed.
5. INTERPRETATIONS: Any questions concerning conditions and specifications must
be submitted in writing and received by the Department of Supply Management and
Logistics no later than ten working days, or as stated in the Special Conditions,
prior to the original bid opening dale. If necessary, an Addendum will be issued.
6. AWARDS: In the best interest of.the School Board, the Board reserves the right to: 1)
withdraw this bid at any time prior to the time and date specified for the bid opening;
2) to reject any or all bids received when there are sound documented business
reasons that serve the best interest of SBBC; 3) to accept any item or group of items
unless qualified by bidder; and 4) to acquire additional quantities at prices quoted on
this ITB unless additional quantities are not acceptable, in which case, the bid sheets
must be noted "BID IS FOR SPECIFIED QUANTITY ONLY." All awards made as a
result of this bid shall conform to applicable Florida Statutes.
7. BID OPENING: Shalt be public, on the date and at the time specified on the bid form.
All bids received after that time shall not be considered.
8. ADVERTISING: In submitting a bid, bidder agrees not to use the results there from as
a part of any commercial advertising without prior approval of the School Board.
9. INSPECTION, ACCEPTANCE & TITLE: Inspection and acceptance will be at
destination unless otherwise provided. Title to/or risk of loss or damage to all items
shalt be the responsibility of the awardee until acceptance by the buyer unless loss or
damage resulting from negligence by the buyer. If the materials or services supplied
to the Board are found to be defective or, not conform to specifications, the Board
reserves the fight to cancel the order upon written notice to the seller and return
product at awaidee's expense.
10. PAYMENT: Payment will be made by the buyer after the items awarded to a vendor
have been received, inspected, found to comply with award specifications and free of
damage or defect and properly invoiced.
11. CONFLICT OF INTEREST: In addition to full and complete adherence to the
requirements provided in Chapter 112.313, Florida Statutes, ail bidders must
disclose with their bid the name of any officer, director, or agent who has a material
interest in the bidder's firm and who is also an employee of The School Board of
Broward County, Florida.
12. INSURANCE: Bidder, by virtue of submitting a bid, shall be in full compliance with
paragraph 20: LIABILITY INSURANCE, LICENSES AND PERMITS of the General
Conditions. Insurance Requirements are shown in FORMS AND ATTACHMENTS
Section of this ITB. Bidder shall take special notice that SBBC shall be named as an
additional insured under the General Liability policy including Products Liability.
The insurance policies shall be issued by companies Qualified to do business in the State
of Florida and grant The School Board of Browafd County. Florida thirty days of advanced
wriften notice of a cancellation, expiration or any material change in the specified coverage.
The insurance companies must be rated at least A -VI by AM Best or Aa3 by Moodv's
Investor Service. All policies must remain in effect during the performance of the contract.
o....:—A ne 1oni)nn'7 n. J r , n tir., c...— ,.. A., r- -1 f\ --- .a. Aar.. —1 A -----
c
13. DISPUTES: In case of any doubt or difference of opinion as to the items to be furnished
hereunder, the decision of the School Board shall be final and binding on both parties.
14. LICENSES, CERTIFICATIONS AND REGISTRATIONS: As of the Bid Opening Date,
Bidder must have all Licenses, Certifications and Registrations required when
performing the services as described herein, in order for Bid to be considered a
responsive and responsible Bid. Licenses, Certifications and Registrations required for
this Bid shall be as required by Chapter 489, Florida Statutes, as currently enacted or
as amended from time to time; by the State Requirements for Educational Facilities
(SREF), latest version; and by Broward County, Florida. Bidder must submit a copy of
all its current Licenses, Certifications and Registrations required as described herein,
either with its Bid or within five working days of notification.
An awardee who has any License, Certification or Registration either suspended,
revoked or expired after the date of the Bid Opening, shall provide notice to the
Director of Supply Management and Logistics within five working days of such
suspension, revocation or expiration. However, such suspension, revocation or
expiration after the date of the Bid Opening shall not relieve the awardee of its
responsibilities under a contract awarded under this bid.
15. PATENTS & ROYALTIES: The awardee, without exception, shall indemnity and save
harmless The School Board of Broward County, Florida and it's employees from liability
of any nature or kind, including cost and expenses for any copyrighted, patented, or
unpatented invention, process, or article manufactured or used in the performance of
the.contract, including its use by The School Board of Broward County, Florida. If the
awardee uses any design, device, or materials covered by letters, patent, or copyright,
it is mutually understood and agreed without exception that the bid prices shall include
all royalties or cost arising from the use of such design, device or materials in any way
involved in the work.
16. OSHA: The awardee warrants that the product supplied to The School Board of
Broward County, Florida shall conform in all respects to the standards set forth in the
Occupational Safety and Health Act of 1970, as amended, and the failure to comply
with this condition will be considered as a breach of contract.
17. SPECIAL *CONDITiONS: The Superintendent or Designee has the authority to issue
Special Conditions and Specifications as required for individual bids. Any and all
Special Conditions that may vary from these General Conditions shalt have
precedence.
18. ANTi-DISCRIMINATION: The bidder certifies that he or she is in compliance with the
non-discrimination clause contained in Section 202, Executive Order 11246, as
amended by Executive Order 11375, relative to equal employment opportunity for all
persons without regard to race, color, religion, sex or national origin. The School Board
of Broward County, Florida, prohibits any policy or procedure which results in
discrimination on the basis of age, color, disability, gender, national origin, marital
status, race, religion or sexual orientation.
19. QUALITY: All materials used for the manufacture or construction of any supplies,
materials or equipment covered by this bid shall be new unless otherwise specified.
The items bid must be new, the latest model, of the best quality and highest grade
workmanship.
20. LIABILITY, INSURANCE, LICENSES AND PERMITS: Where awardees are required
to enter or go onto School Board property to deliver materials or perform work or
services. as a result of a bid award, the awardee agrees to The Hold Harmless
Agreement stated herein and will assume the full duty obligation and expense of
obtaining all necessary licenses, permits and insurance. The awardee shall be liable for
any damages or toss to the Board occasioned by negligence of the awardee (or agent)
or any person the awardee has designated in the completion of the contract as a result
of their bid.
21. BID BONDS, PERFORMANCE BONDS AND CERTIFICATES OF INSURANCE: Bid
bonds, when required, shall be submitted with the bid in the amount specified in Special
Conditions. Bid bonds will be returned to unawardees. After acceptance of bid, the
Board will notify the awardee to submit a performance bond and certificate of insurance
-in the amount specified in Special Conditions. Upon receipt of the performance bond,
the bid bond will be returned to the awardee.
22. DEFAULT AND VENUE: In the event of a default on this contract, the defaulting party
shall pay all attorney's fees and court costs incurred by the non -defaulting party, at both
the trial and appellate levels, in any action brought to enforce and collect damages
arising from the default. Any action by the non -defaulting party to enforce this contract
shall be instituted and prosecuted in the court having jurisdiction in Broward County,
Florida, and the defaulting party waives venue in any other jurisdiction.
23. CANCELLATION; In the event any of the provisions of this bid are violated by the
contractor, the Superintendent shall give written notice to the contractor stating the
deficiencies and unless deficiencies are corrected within five days, recommendation
will be made to the School Board for immediate cancellation. The School Board of
Broward County, Florida reserves the right to terminate any contract resulting from
this invitation at any time and for no reason, upon giving 30 days prior written notice
to the other party.
24. BILLING INSTRUCTIONS: Invoices, unless otherwise indicated, must show
purchase order numbers and shall be submitted in duplicate to the Accounts
Payable Department of The School Board of Broward County, Florida, Suite 304,
7720 West Oakland Park Blvd, Sunrise, Florida 33351-6704. Payment will be made
a minimum of 30 days after delivery, authorized inspection and acceptance. When
vendors are directed to send invoices to a school, the school will make direct
payments to the vendor.
25. NOTE TO VENDORS DELIVERING TO OUR CENTRAL WAREHOUSE: Receiving
hours are Monday through Friday (excluding lega holidays an days Buring which
the school district administration is closed) 7 00 a,m. to 2:00 p.m. ET. This
warehouse is no longer accessible by the Seaboard Coast Line siding for rail car
routing.
26. SUBSTITUTIONS: The School Board of Broward County, Florida WILL NOTaccept
substitute shipments of any kind. Awardees are expected to furnish the brand
quoted in their bid once awarded by the School Board. Any substitute shipments will
be returned at the awardee's expense.
27. FACILITIES: SBBC reserves the right to inspect the awardee's facilities at any time
with prior notice. SBBC may use the information obtained from this in determining
whether a bidder is a responsible bidder.
28. BID ABSTRACTS: Bidders desiring a copy of bid tabulation may request same by
enclosing a self-addressed stamped envelope with bid. Bid tabulation will be mailed
atter completion of the rules shown in School Board Policy 3320.
29. ASBESTOS AND FORMALDEHYDE STATEMENT: All building materials, pressed
boards, and furniture supplied to SBBC shall be 100% asbestos free. It is
desirous that all building materials, pressed boards and furniture supplied to
the School Board also be 100% formaldehyde free. Bidder, by virtue of bidding,
certifies by signing bid that, if awarded this bid, only building materials, pressed
boards, and/or furniture that is 100% asbestos free will be supplied.
30. ASSIGNMENT: Neither any award of this Bid nor any interest in any award of this
Bid may be assigned, transferred or encumbered by any party without the prior
written consent from the Director, Supply Management and logistics Department.
There shall be no partial assignments of this BIdlRFP including, without limitation,
the partial assignment of any right to receive payments from SBBC.
31, EXTENSION: In addition to any extension options contained herein, SBBC is
granted the right to extend any award resulting from this bid for the period of time
necessary for SBBC to release, award and implement a replacement bid for the
goods, products and/or services provided through this bid. Such extension shall be
upon the same prices, terms and conditions as existing at the time of SBBC's
exercise of this extension right. The period of any extension under this provision
shall not be for a period in excess of six months from (a) the termination date of a
contract entered into as a result of this bid or (b) the termination date under any
applicable period of extension under a contract entered into as a result of this bid.
32. OMISSION FROM THE SPECIFICATIONS: The apparent silence of this
specification and any Addendum regarding any details or the omission from the
specification of a detailed description concerning any point shall be regarded as
meaning that only the best available units shall be provided and the best commercial
practices are to prevail, and that only materials and workmanship of first quality are
to be used. All interpretations of this specification shall be made upon the basis of
this agreement.
33. SUBMITTAL OF INVOICES: All bidders are hereby notified that any invoice
submitted as a result of the award of this bid must be in the same format as any
purchase order released as a result of the award of this bid. Each line of the
Invoice must reference a corresponding single line shown on the purchase
order. A single invoice line must not correspond to or commingle the cost shown on
multiple purchase order lines. An invoice submitted that does not follow the same
formal and line numbering as shown on the purchase order will be deemed to be not
correct, and may be returned to the vendor by the Accounts Payable Department for
correction. Address for submitting invoices is included on Purchase Order.
34. PURCHASE AGREEMENT: This bid and the corresponding purchase orders will
constitute the complete agreement. SBBC will not accept proposed terms and
conditions that are different than those contained in this Invitation to Bid, including
pre-printed text contained on catalogs, price lists, other descriptive information
submitted or any other materials. By virtue of submitting a bid, vendor agrees to not
submit to any SBBC employee, for signature, any document thal contains terms and
conditions that are different than those contained herein and that in the event any
document containing any term or condition that differs from (hose contained herein is
executed, said document shall not be binding on SBBC.
Revised 04flni2007 Rrnward r niinfv Pnhlir 4rhnnlc IQ An Fnual 0nnnrfnnirv1PniinI Arracc Fmnlnvor
35.1 PROTESTING OF BID CONDITIONSISPECIFICATIONS: Any person desiring to
protest the conditionslspecificalions in this RFP, or any Addenda subsequently
released thereto, shall file a notice of intent to protest, in writing, within 72
consecutive hours after electronic release of the competitive solicitation or
addendum and shall file a formal wriften protest within ten calendar days after the
date the notice of protest was filed. Saturdays, Sundays, legal holidays or days
during which the school district administration is closed, shall be excluded in the
computation of the 72 consecutive hours. If the tenth calendar day falls on a
Saturday, Sunday, legal holiday or days during which the school district
administration is closed, the formal written protest must be received on or before
5:00 p.m. EST of the next calendar day that is not a Saturday, Sunday, legal holiday
or days during which the school district administration is closed. Section
120.57(3)(b), Florida Statutes, as currently enacted or as amended from time to
time, states that "The formal written protest shall state with particularity the
facts and law upon which the protest is based."
33
Failure to file a notice of protest or to file a formal written protest within the
time prescribed by Section 120.57(3), Florida Statutes, or a failure to post the
bond or other security required by law within the time allowed for filing a
bond, shall constitute a waiver of proceedings under School Board Policy
3320 and Chapter 120, Florida Statutes. The failure to post the bond required
by School Board Policy 3320, Part VI, within the time prescribed by School
Board Policy 3320, Part VI, as currently enacted or as amended from time to
time, shall constitute a waiver of proceedings under School Board Policy 3320
and Chapter 120, Florida Statutes. Notices of protest, formal written protests,
and the bonds required by School Board Policy 3320, Part VI, shall be filed at
the office of the Director of Supply Management and Logistics, 7720 West
Oakland Park Boulevard, Suite 323, Sunrise, Florida 33351 (fax 754.321-0936).
Fax filing will not be acceptable for the filing of bonds required by School
Board Policy 3320, Part VI.
POSTING OF BID RECOMMENDATIONSITABULATIONS: Bid Recommendations
and Tabulations will be posted in the Supply Management and Logistics Department
and www.demandstar.com on APRIL. 15. 2008 at 3:00 p.m. ET and will remain
posted for 72 consecutive hours. Any change to the dale and lime established
herein for posting of Bid Recommendalions/Tabulations shall be posted in the
Supply Management and Logistics Department and/or at www.demandstar.com
(under the document section for this ITB). In the event the date and time of the
posting of Bid Recommendations/Tabulations is changed, it is the responsibility of
each bidder to ascertain the revised date of the posting of Bid
Recommendations/Tabulations. Any person desiring to protest the intended decision
shall rile a notice of protest, in writing, within 72 consecutive hours after the posting
of the bid tabulation and shalt file a formal written protest within ten calendar days
after the dale the notice of protest was filed. Saturdays, Sundays, legal holidays and
days during which the school district administration is closed shall be excluded in the
computation of the 72 consecutive hours. If the tenth calendar day falls on a
Saturday, Sunday, legal holidays and days during which the school district
administration is closed, the formal written protest must be received on or before
5:00 p.m. of the next calendar day that is not a Saturday, Sunday, legal holiday and
days during which the school district administration is closed. No submissions made
after the bid opening amending or supplementing the bid shall be considered.
Section 120.57(3)(b), Florida Statutes, as currently enacted or as amended from
time to time, stales that "The formai written protest shall state with particularity
the facts and law upon which the protest is based." Any person who files an
action protesting an intended decision shall post with the School Board, at the time
of filing the formal written protest, a bond, payable to The School Board of
Broward County, Florida, in an amount equal to one percent (1%) of the Board's
estimate of the total volume of the contract. The School Board shall provide the
estimated contract amount to the vendor within 72 hours, excluding Saturdays,
Sundays and other days during which the School Board administration is closed, of
receipt of notice of intent to protest. The estimated contract amount shall be
established on the award recommendation as the "contract award amount." The
estimated contract amount is not subject to protest pursuant to Section 120.57(3),
Florida Statutes. The bond shall be conditioned upon the payment of all costs which
may be adjudged against the protestant in an Administrative Hearing in which the
action is brought and in any subsequent appellate court proceeding. In lieu of a
bond, the School Board may accept a cashier's check, official bank check or money
order in the amount of the bond. If, after completion of the Administrative Hearing
process and any appellate court proceedings, the School Board prevails, and then
the School Board shall recover all costs and charges which shall be included in the
Final Order or judgment, including charges made by the Division of Administrative
Hearings, but excluding attorney's fees. Upon payment of such costs and charges
by the protestant, the bond shall be returned. if the protestant prevails, then the
protestant shall recover from the Board all costs and charges which shall be
included in the Final Order or judgment excluding attorney's fees.
36. (Continued):
Failure to file a notice of protest or to file a formal written protest within the time
prescribed by Section 120.57(3), Florida Statutes, or a failure to post the bond or
other security required by law within the time allowed for filing a bond, shall
constitute a waiver of proceedings under School Board Policy 3320 and Chapter
120, Florida Statutes. The failure to post the bond required by School Board
Policy 3320, Part VI, within the time prescribed by School Board Policy 3320,
Part VI, as currently enacted or as amended from time to time, shall constitute a
waiver of proceedings under School Board Policy 3320 and Chapter 120, Florida
Statutes. Notices of protest, formal written protests, and the bonds required by
School Board Policy 3320, Part VI, shall be filed at the office. of the Director of
Supply Management and Logistics, 7720 West Oakland Park Boulevard, Suite
323, Sunrise, Florida 33351 (fax 754-321-D936). Fax filing will not be acceptable
for the filing of bonds required by School Board Policy 3320, Part VI.
37. SUBMITTAL OF BIOS: All bidders are reminded that it is the sole responsibility of the
BIDDER to assure that their bid is time stamped in the SUPPLY MANAGEMENT AND
LOGISTICS DEPARTMENT on or before 2:00 p.m. ET on date due. The address for
bid submittal, including hand delivery and overnight courier delivery, is indicated as:
7720 West Oakland Park Boulevard, Suite 323, Sunrise, Florida 33351. The bidder is
fully and completely responsible for the payment of all delivery costs associated with
the delivery of their bid or related material. The Supply Management and Logistics
Department will not accept delivery of any bid or related material requiring the School
Board to pay for any portion of the delivery cost or the complete delivery cost. Prior to
bid submittal, it is the responsibility of the bidder to be certain that all addenda released
have been received, that all addendum requirements have been completed, and that
all submittals required by the addendum have been timely filed. (See General
Condition 1.)
38. PACKING SLIPS: It will be the responsibitity of the awardee to allach all packing slips
to the OUTSIDE of each shipment. Packing slip must reference S8BC purchase order
number/control number. Failure to provide packing slip attached to the outside of
shipment will result in refusal of shipment at vendor's expense
39. USE OF OTHER CONTRACTS: SBBC reserves the right to utilize any other SBBC
contract, any Slate of Florida Contract, any contract awarded by any other city or
county governmental agencies, other school board, other community coliege/state
university system cooperative bid agreement, or to directly negotialelpurchase per
School Board policy andlor State Board Rule 6A-1.012, as curren0y enacted or as
amended from time to time, in lieu of any offer received or award made as a result of
this bid if it is in its best interest to do so.
40. INDEMNIFICATION: This General Condition of the bid is NOT subject to
negotiation and any proposal that fails to accept these conditions will be
rejected as "non-responsive,"
a) SBBC agrees to be fully responsible for its acts of negligence or its agents' acts of
negligence when acting within the scope of their employment and agrees to be
liable for any damages resulting from said negligence. Nothing herein is intended
to serve as a waiver of sovereign immunity by SBBC. Nothing herein shall be
construed as consent by SBBC to be sued by third parties in any matter arising out
of any contract.
b) VENDOR agrees to indemnify, hold harmless and defend $BBC, its agents,
servants and employees from any and all claims, judgments, costs and expenses
including, but not limited to, reasonable attorney's fees, reasonable investigative
and discovery costs, court costs and all other sums which SBBC, its agents,
servants and employees may pay or become obligated to pay on account of any,
all and every claim or demand, or assertion of liability, or any claim or action
founded thereon, arising or alleged to have arisen out of the products, goods or
services furnished by the VENDOR, its agents, servants or employees: the
equipment of the VENDOR, its agents, servants or employees while such
equipment is on premises owned or controlled by SBBC; or the negligence of
VENDOR or the negligence of VENDOR's agents when acting within the scope of
their employment, whether such claims, judgments, costs and expenses be for
damages, damage to property including SBBC's property, and injury or death of
any person whether employed by the VENDOR, SBBC or otherwise.
Rpvispri nwimmn7 Rrnwnrrl r —Mv Piihlir Qrhnnlc Ic An Fnual r)nnnrinnifv/Pmial 4t i nce P-1—or
41. PUBLIC ENTITY CRIMES: Section 287.133(2)(a), Florida Statutes, as currently
enacted or as amended from time to time, slates that a person or affiliate who has
been placed on the convicted vendor list following a conviction for a public entity
crime may not submit a bid on a contract to provide any goods or services to a public
entity, may not submit a bid on a contract with a public entity for the construction or
repair of a public building or public work, may not submit bids on leases of real
property to a public entity, may not be awarded or perform work as a contractor,
supplier, subcontractor, or consultant under a contract with any public entity, and
may not transact business with any public entity in excess of the threshold amount
provided in Section 287.017 for CATEGORY TWO [currently $25,000] for a period of
36 months from the date of being placed on the convicted vendor list.
42. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY OR
VOLUNTARY EXCLUSION - Lower Tier Covered Transactions: Executive Order
12549, as currently enacted or as amended from time to time, provides that, to the
extent permitted by law, Executive departments and agencies shall participate in a
governmentwide system for nonprocuremenl debarment and suspension. A person
who is debarred or suspended shall be excluded from Federal financial and non-
financial assistance and benefits under Federal programs and activities. Except as
provided in § 85.200, Debarment or Suspension, § 85.201, Treatment of Title IV
iiEA participation, and §85.215, Exception provision, debarment or suspension of a
participant in a program by one agency shall have governmentwide effect. A lower
tier covered transaction is, in part, any transaction between a participant [SBBO] and
a person other than a procurement contract for goods or services, regardless of
type, under a primary covered transaction; and any procurement contract for goods
or services between a participant and a person, regardless of type, expected to
equal or exceed the Federal procurement small purchase threshold fixed at 10
U.S.C. 2304(g) and 41 U.S.C. 253(g) (currently $100,000) under a primary covered
transaction; or any procurement contract for goods or services between a participant
and a person under a covered transaction, regardless of amount, under which that
person will have a critical influence on or substantive control over that covered
transaction. A participant may rely upon the certification of a prospective participant
in a lower tier covered transaction that it and its principals are not debarred,
suspended, proposed for debarment under 48 CFR part 9, subpart 9 4, ineligible, or
voluntarily excluded from the covered transaction, unless it knows that the
certification is erroneous. Each participant shalt require participants in tower tier
covered Iransactions to include the certification for if and its principals in any
proposal submitted in connection with such lower tier covered transactions.
CERTIFICATION
a) The prospective lower tier participant certifies, by submission of this proposal, .
that neither d nor its principals is presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation in this
transaction by any Federal department or agency.
b) Where the prospective lower tier participant is unable to certify to any of the
statements in this certification, such prospective participant shall attach an
explanation to this proposal
43. REASONABLE ACCOMMODATION: In accordance with Title II of the Americans
with Disabilities Act, any person requiring an accommodation at the bid opening
because of a disability must contact the Equal Educational Opportunities Department
at 754-321-6187 or TDD 754-321-6188.
44. "FUNDING OUT" - TERMINATION - CANCELLATION
Florida Statutes prohibit School Boards from creating obligations on anticipation of
budgeted revenues from one fiscal year to another without year to year extension
provisions in the agreements.
It is necessary that fiscal funding out provisions be included in all Bids/RFPs in which
the terms are for periods of longer than one year.
Therefore, the following funding out provisions are an integral part of this Bid/RFP,
and must be agreed to by all bidders:
• The School Board may, during the contract period, terminate or discontinue
the items or services covered in this Bid/RFP only at the end of the School
Board's then current fiscal year upon 30 days prior written notice to the
awardee(s).
Such prior written notice will state
a) That the lack of appropriated funds is the reason for termination, and
b) Agreement not to replace the items or services being terminated with items or
services with functions similar to those performed by the items or services
covered in this Bid/RFP from another vendor in the succeeding funding period.
"This written notification will thereafter release the School Board of ail further
obligations in any way related to such items or services covered herein."
This completed statement must be included as part of any lease agreement
submitted by the awardee. No lease will be considered that does not include this
provision for "funding out."
45. LOBBYIST ACTIVITIES; in accordance with School Board Policy 1100B, as currentl)
enacted or as amended from time to time, persons acting as lobbyists must state, at the
beginning of their presentation, letter, telephone call, e-mail or facsimile transmission t(
School Board Members, Superintendent or Members of Senior Management, the
group, association, organization or business interest she/he is representing.
a) A lobbyist is defined as a person who for immediate or subsequent compensation
(e.g., monetary profrllpersonai gain) represents a public or private group
association, organization or business interest and engages in efforts to infiuencE
School Board Members on matters within their official jurisdiction.
b) A lobbyist is not considered a person representing school -allied groups (e.g. PTA
QAC, Band Booster Associations, etc.) nor a public official acting in her/his offrcia
capacity.
c) Lobbyists shall annually (July 1) disclose in each instance and for each client prior tc
any lobbying activities, their identity and activities by completing the lobbyist
statement form which can be obtained from official School Board Records, School
Board Member's Offices or the Superintendents Office and will be recorded on the
School Board of Broward County's website, www.browardschools.com.
d) The lobbyist must disclose any direct business association with any current elected
or appointed official or employee or any immediate family member of SBSC.
e) Senior -level employees (Pay Grade 30 and above) and/or School Board members
are prohibited from lobbying activities for one year after resignation or retirement of
expiration of their term of office.
Q The Deputy to the Superintendent shall keep a current list of persons who have
submitted the lobbyist statement form.
46. TIE BID PROCEDURES: When identical prices are received from two or more
vendors and all other factors are equal, priority for award shall be given to vendors in
the following sequence:
➢ A business that certifies that it has implemented a drug-free workplace program
shall be given preference in accordance with the provisions of Chapter 287.087,
Florida Statutes, as currently enacted or as amended from time to time;
➢ The Broward County Certified MinorityANomen Business Enterprise vendor;
➢ The Palm Beach or Miami -Dade County Certified Minority/Women Business
Enterprise vendor;
D The Florida Certified Minority/Women Business Enterprise vendor;
➢ The Broward County vendor, other than a Minority/Women Business Enterprise
vendor;
➢ The Palm Beach or Miami -Dade County vendor, other than a Minority/Women
Business Enterprise vendor;
➢ The Florida vendor, other than a Minonty/Women Business Enterprise vendor.
• If application of the above criteria does not indicate a priority for award, the award
will be decided by a coin toss. The coin toss shall be held publicly in the Supply
Management and Logistics Department, the tie low bid vendors invited to be
present as witnesses.
Included as a part of these bid documents is a Form entitled SWORN STATEMENT
PURSUANT TO SECTION 287.087 FLORIDA STATUTES AS CURRENTLY
ENACTED OR AS AMENDED FROM TIME TO TIME, ON PREFERENCE TO
BUSINESSES WITH DRUG-FREE WORKPLACE PROGRAMS. This form will be used
by the bidder to certify that it has implemented a drug-free workplace program. In order
for bid to be considered, the Invitation to Bid form (Page f of this bid) must be properly
signed in order for the bid to be considered. A bidder can not sign this form in lieu of
properly signing the Invitation to Bid form.
Revised 04/30/2007 Broward County Public Schools Is An Eaual ODDorlunity/Eauai Access Emolover
47. MINORITY/WOMEN BUSINESS ENTERPRISE (M/WBE) PARTICIPATION: SBBC
has a MinorityM/omen Business Enterprise (MAYBE) program. AN M/WBE is defined
by SBBC as any legal entity, other than a joint venture, which is organized to engage
in _commercial transactions and which is at least 51% owned and controlled by
minority persons. If the bidder is a Certified MhVBE by SBBC or by the Department of
Management Services, Division of Purchasing, State of Florida, as per Chapter
287.0943, Florida Statutes, as currently enacted or as amended from time to time,
bidder should indicate its certification number on the Bid Summary Sheet. For
information on MIWBE Certification, contact the -School Board's Supplier Diversity and
Outreach Programs at 754-321-0552 or www.broward.kl2.t1.us/supplylmwbe.hlm.
It is a goal of the School Board to incorporate at least five percent MANBE
participation in any award made as a result of this bid. it the bidder is not a Certified
tv1/WBE, bidder should include, as an attachment to its bid, a plan to show how it will
incorporate at least five percent MANBE participation in any award received as a result
of this bid.
48. SBBC ITEM IDENTIFICATION SYSTEM: The five digit, nine digit, or 13
character/digit item number shown in parenthesis at the beginning of an item on the
Bid Summary Sheet represents the School Board's identification number for the item.
it does not represent any manufactureddistributor model/part number.
49. SBBC PHOTO IDENTIFICATION BADGE:
Background Screening: Awardee agrees to comply with all the requirements of
Sections 1012.32 and 1012.465, Florida Statutes, and that Awardee and all its
personnel who (1) are to be permitted access to school grounds when students are
present, (2) will have direct contact with students, or (3) have access or control of
school funds will successfully complete the background screening required by the
referenced statutes and meet the standards established by the statutes. Personnel
shall include employees, representatives, agents or subcontractors performing
duties under the contract to SBBC and who meet any or all of the three
requirements identified above. This background screening will be conducted by
SBBC in'advance of Awardee or its personnel providing any services. Awardee will
bear (he cost of acquiring the background screening required under Seclion 1012.32,
Florida Statutes, and any fee imposed by the Florida Department of Law Enforcement
to maintain the fingerprints provided with respect to Awardee and its personnel. The
Parties agree that the failure of Awardee to perform any of the duties described in this
section shall constitute a material breach of this RFP/BID entitling SBBC to terminate
immediately with no further responsibilities or duties to perform under this Agreement.
Awardee agrees to indemnify and hold harmiess SBBC, its officers and employees of
any liability in (he form of physical or mental injury, death or property damage resulting
in Awardee's failure to comply with the requirements of this section or Sections
1012.32 and 1012.465, Florida Statutes.
SBBC Issued identification badges must be worn at all times when on SBBC
property and must be worn where they are visible and easily readable.
Each individual, for whom a SBBC photo identification badge is requested,
must fill out the forms that are required, show his/her driver's license and social
security card, and must be fingerprinted. A background check will be conducted
for each badge applicant. SBBC reserves the right to require additional information,
should it be necessary, and to deny the issuance of a badge to an applicant. Any
applicant, (hat has been denied a badge, is prohibited from entering SBBC property
as an employee, sub -contractor or agent of a contract awardee. Effective immediately,
the total fee for the SBBC photo identification badge, fingerprinting and a FBI
background check is currently $80.00. The Money Order is to be made payable to
"PrldeRock Holding Company." Visa and Mastercard will be acceptable for
these fees. Personal or company checks are acceptable (no cash), These fees
are non-refundable and are subject to change without notice. Badges are
issued for a one year period and must be renewed annually. The renewal date
will be one year from date of issuance. Failure to renew the badge, at that time,
will result in the vendor being required to re -apply and pay the going rate for
badging and fingerprinting.
Badges are to be returned to SIU at the end of the contract or at the time an
employee is terminated. Failure to return the badge to SBBC may result in the
final payment being withheld until the badges are returned. For more information
go to http://Yiww.broward kl2 fl uslsupply/vendor p,ga a htm
50. AUDIT AND INSPECTION OF AWARDEE'S DOCUMENTS qND RECORDS_ The
District or its representative reserves the right to inspect and/or audit all the awardee's
documents and records as they pertain to the products and services delivered under this
agreement. Stroll rights will be exercised with notice to the awardee to determine
compliance with and performance of the terms, conditions and specifications on all
matters, rights and duties, and obligations established by this agreement.
Documents/records in any form shall be open to the District or State's representative and
may include but are not limited to all correspondence, ordering, payment, inspection, and
receiving records, contracts or sub -contracts that directly or indirectly pertain to the
transactions between the District and the awardee(s).
51. ORIGINAL DOCUMENT FORMAT: Only the terms and conditions of this solicitation as
they were released by SBBC, or amended via addendum, are valid. Any modification To
any term or condition by a vendor is not binding unless it is expressly agreed to in writing
by SBBC. ,
52. CREDIT CARDS: Individual schools and departments may place some orders and
utilize, as the form of payment, a District -issued credit card to the extent authorized by
the School Board. These orders will be made via phone or fax for direct delivery and
billing to the requesting work location. Please note that credit card purchases will benefit
all vendors by providing immediate payment (i.e. within 48.72 hours), thereby eliminating
the need to submit an invoice to the District's Accounts Payable Department or reconcile
receivable balances. For credit card purchases, all vendors must have the capability to
accept fax orders, which must be confirmed by calling back the requesting work location
to verity prices and obtain a credit card number. Only actual items shipped/delivered can
be charged to the credit card account (i.e. no back -orders). All purchase deliveries must
include a packing slip or receiptlinvoice listing the Items and prices of goods delivered.
For security reasons, the credit card charge receipt showing the work location's credit
card number cannot be attached to the packing slip or receiptlinvoice submitted as part
of the purchase delivery. District work locations may request that a vendor maintains
secure records of The credit card account assigned an alias or password, to avoid
divulging the actual credit card number upon every purchase.'
53. NONCONFORMANCE TO CONTRACT CONDITIONS: Items offered may be tested for
compliance with bid conditions and specifications at any time. Items delivered, not
conforming to bid conditions or specifications, may be rejected and returned at vendor's
expense. Goods or services not delivered as per delivery date in bid and/or purchase
order may be rejected upon delivery and/or may be purchased on the open market. Any
increase in cost may be charged against the awardee. Any violation of these stipulations
may also result in:
a) For a period of two years, any bid submitted by vendor will not be considered and
will not be recommended for award.
b) All departments being advised not to do business with vendor.
54. CONE OF SILENCE: Any vendor or lobbyist for a vendor is prohibited from having any
communications concerning this solicitation for a competitive procurement with any
School Board Member, the Superintendent of Schools, or any Evaluation Committee
Member after the Supply Management and Logistics Department releases the
solicitation to the general public. This "Cone of Silence" shall go into effect and shall
remain in effect from the time of release of the solicitation until the contract is awarded by
the School Board. All communications regarding this solicitation shall be directed to the
designated Purchasing Agent unless so notified by the Supply Management and
Logistics Department. Any vendor or lobbyist who violates this provision shall
cause their proposal to be considered not responsive and therefore be ineligible
for award.
Revised 04/3012007 Broward County Public Schools Is An Equal Opportunity/Equal Access Employer
BID PROPOSAL
SECTION 4, SPECIAL CONDITIONS
Bid No. 29-0098
Page 7 of 30 Pages
INTRODUCTION AND SCOPE: The School Board of Broward County, Florida (SBBC) acting as lead agency for the
Southeast Florida Governmental Purchasing Co-operative, desires bids on INDUSTRIAL SUPPLIES, TOOLS AND
ACCESSORIES as specified herein. Percentage discounts quoted shall include inside delivery to the Physical Plant
Operations (PPO) Stockroom, 3810 NW 10 Avenue, Fort Lauderdale, FL 33309 as well as designated
municipal and Cooperative agency -owned facilities within the Florida Counties of Miami -Dade, Broward and
Palm Beach at those agencies' direction, unless otherwise indicated.
SBBC locations may issue open (blanket) purchase orders as required. Receipt of open orders does not authorize
the release or shipment of any goods or service. For all open orders, items will be ordered on an as needed basis
through the use of an order form. Shipments received as a result of an open order, where an order form has not
been released, will not be accepted and no cost shall be incurred by SBBC as a result.
2. TERM: The award of this bid shall establish a contract for the period beginning from October 1, 2008 and
continuing through September 30, 2013. Bids will not be considered for a shorter period of time. Items will be
ordered on an as needed basis.
AWARD: Bid shall be awarded by ITEM OR GROUP to the lowest responsive and responsible, bidder meeting ail
specifications, terms and conditions and offering the GREATEST SINGLE -FIXED PERCENTAGES DISCOUNT from
the most current manufacturers' list price. It is necessary to bid on every item in the group, and all items in the group
must meet the special conditions in order to be considered for award. In the event that any item in the group does
not meet the special conditions, the entire group will be disqualified.
After award of this bid, if the awardee violates any specification, term or condition of this bid can be found in- default
of its contract, have the contract canceled, be subject to the payment of liquidated damages, and be removed from
the bid list and not be eligible to do business with this School Board for two years, as described in General
Conditions 22, 23 and 53.
4. PARTICIPATING BROWARD CO-OPERATIVE PURCHASING GROUP MEMBERS: The following is a listing of the
participating governments and agencies that have committed their annual volume for products awarded through this
contract:
City of Coconut Creek
City of Coral Springs
City of Deerfield Beach
City of Hollywood
City of Margate
City of Miami Gardens
City of Miramar
Town of Palm Beach
City of Pembroke Pines
The School Board of Broward County, Florida
Village of Wellington
VENDOR NAME:
nnn/w
Bid No. 29-009R
Page 8 of 30 Pages
The School Board of Broward County, Florida
INDUSTRIAL SUPPLIES, TOOLS AND ACCESSORIES (MANUFACTURERS' CATALOGS) (CO-OP)
SECTION 4, SPECIAL CONDITIONS (Continued)
5. INFORMATION: Any questions by prospective bidders concerning this Invitation to Bid should be addressed to Mr.
Mark Alan, Purchasing Agent, Supply Management and Logistics Department, (754) 321.0507 or email
address mark.alanCa)browardschools.com who is authorized only to direct the attention of prospective bidders to
various portions of the Bid so they may read and interpret such for themselves. Neither Mr. Alan nor any employee
of SBBC is authorized to interpret any portion of the Bid or give information as to the requirements of the Bid in
addition to that contained in the written Bid Document. Questions should be submitted in accordance with
General Condition 5. Interpretations of the Bid or additional information as to its requirements, where necessary,
shall be communicated to bidders only by written addendum. Any verbal or written information, which is obtained
other than, by information in this ITB document or by Addenda, shall not be binding on SBBC.
6. CONTRACT EXTENSION: The purpose of this bid is to establish a contract for the purchase of industrial supplies,
tools and accessories at a single fixed percentage discount. The term of the bid shall be for five years, and may, by
mutual agreement between SBBC and the awardee, upon final School Board approval, be extended for five
additional one year periods and, if needed, 180 days beyond the expiration date of the final renewal period. The
Board, through its Supply Management and Logistics Department, will, if considering to extend, request a letter of
intent to extend from the awardee, prior to the end of the current contract period. The awardee will be notified when
the recommendation has been acted upon by the School Board. Awardee agrees to this condition by signing the bid.
7. INTERNET -BASED COMPANY ACCESSIBILITY: SBBC is interested in learning if bidder is currently utilizing or is
in the process of developing internet accessibility, Please answer the questions regarding internet accessibility on
the Additional Information Sheet. This information, while useful to SBBC, will not be utilized for evaluation of bid
submitted.
8. COMPANY REPRESENTATIVE: Bidders must indicate in the space provided on the Additional Information Sheet
the name, address and phone number of the representative who could make scheduled visits to the schools,
departments and centers and be available upon request to resolve billing and delivery problems.
9. SINGLE FIXED PERCENTAGE DISCOUNT QUOTED: Bidder should indicate in all spaces provided on the Bid
Summary Sheet their single fixed percentage discount from the most current manufacturer's list price for
industrial supplies, tools and accessories that will be used for the term of the contract. Single fixed percentage
offered shall remain firm throughout the term of the contract. Percentages CANNOT be expressed as factors on the
Bid Summary Sheet. Bids received with factors will be rejected as non-responsive.
Bidders shall offer their single fixed percentage discount as described on the Bid Summary Sheet, to be
calculated from the most current manufacturer's list price. Percentage mark-ups are NOT accepted unless the
manufacturer does NOT publish a price list, verifiable by a letter from the manufacturer, SBBC will accept a fixed
percentage of zero percent.
VENDOR NAME:
MA/ma
Bid No. 29-009R
Page 9 of 30 Pages
The School Board of Broward County, Florida
INDUSTRIAL SUPPLIES, TOOLS AND ACCESSORIES (MANUFACTURERS' CATALOGS) (CO-OP)
SECTION 4, SPECIAL CONDITIONS (Continued)
9. SINGLE FIXED PERCENTAGE DISCOUNT QUOTED (Continued): The single fixed percentage discount quoted by
the bidder shall apply to the catalog list price of all manufacturer catalog items. Items excluded from single fixed
percentage discount should be listed on a separate sheet of paper. These items will be excluded and should not be
purchased. If more than one catalog is submitted by a bidder, the single fixed percentage discount shall remain the
same for all manufacturer catalog items per catalog submitted. If the single fixed percentage discount offer differs
per catalog submitted, bidder shall state on a separate sheet of paper the single fixed percentage discount offered for
each additional catalog. Submitting more than one catalog and failing to attach a separate sheet of paper stating
single fixed percentages per catalog, will indicate single fixed percentage offered on Bid Summary Sheet is constant
for all catalogs submitted. An awardee may offer SBBC additional educational discounts at any time and invoice
SBBC at a greater discount than their bid discount.
10. CATALOGSIPRICE LISTS: Bidders shall furnish, with this bid or upon request, one copy of their most current
industrial supplies, tools and accessories catalogs and/or price lists which will indicate all items bidder can furnish
and the most current manufacturer's list prices to be used for each item. Any catalogs/price submitted for other than
industrial supplies, tools and accessories will not be accepted. Failure to furnish catalogs/price lists as required, will
result in disqualification of bid submitted. Awardee shall deliver these same catalogs to the Supervisor, SBBC PPO
Stockroom, 3810 NW 10 Avenue, Fort Lauderdale, FL 33309. It is in the best interest of the awardee to indicate
the bid number, the start date of the contract, the expiration of the contract and the awardee's single fixed
percentage discount offered on the front of the catalogs or price lists. Failure of an awardee to furnish replacement
or updated catalogs/price lists will result in all payments being based on last update received and increase will not be
honored.
ONLY THE MOST CURRENT MANUFACTURER LIST PRICES WILL BE CONSIDERED. Price lists received that
are older then the most current will not be considered and the bidder will not receive an award for those
manufacturers.
Multiple line dealer andlor distributor catalogs and price lists are NO LONGER ACCEPTABLE.
Internet -based or CD-ROM catalogs and price lists are encouraged in lieu of hard copies. If an awardee has a
website with updated manufacturer list pricing and/or pricing with the SBBC discount schedule, please state
the web address on the Bid Summary Sheet.
If a manufacturer does not publish a printed catalog or price list, this fact must verified with a letter from the
manufacturer. Awardee will then be required to submit a written price quotation at the time of request. Quotations
must state item price, discount percentage or net price quoted on the Bid Summary Sheets as proof of compliance
with this bid. Awardee is also required to fax a copy of the manufacturer's price list page for the item. Requesting
department, school or center will be required to keep awardee's quotation on file for compliance with this bid.
VENDOR NAME:
&A A f..,.
Bid No, 29-0098
Page 10 of 30 Pages
The School Board of Broward County, Florida
INDUSTRIAL SUPPLIES, TOOLS AND ACCESSORIES (MANUFACTURERS' CATALOGS) (CO-OP)
SECTION 4, SPECIAL CONDITIONS (Continued)
11: DELIVERY/FREIGHT: Material shall be delivered to the PPO Stockroom, 3810 NW 10 Avenue, Fort Lauderdale,
FL 33309 between the hours of 8 am and 2 pm Monday through Friday, excluding SBBC legal holidays. Deliveries
cannot be accepted after 2 pm. Prices quoted shall include inside delivery to the PPO Stockroom. Awardees
will be expected to deliver and unload their orders. Tailgate deliveries or deliveries via freight charge co#lett
are NOT acceptable.
If material cannot be delivered within 15 business days, the Supervisor, PPO Stockroom shall be notified and
reserves the right to cancel orders and purchase from the open market. Awardees must be aware of the
consequences of non-delivery if the need arises requiring an open market purchase due to awardee failure under this
contract. Please see General Conditions 22, 23 and 53.
SBBC may, at their option, pick-up items from awardee's place of business, Catalog items which are picked up shall
be priced in accordance with the percentage quoted in this bid or at a lower price in accordance with response to the
Additional Information Sheet,
12. SHIPMENTS AND INVOICING: SBBC purchase order number and ship -to information shall appear on all
shipments, bills of lading, packing lists and invoices. All shipments will be made in no more than two increments.
The first shipment shall be made and invoiced upon receipt of the purchase order. The second and final shipment, if
necessary, shall be made at most 15 business days subsequent to the date of purchase order. All bid items not
furnished on the first invoice will be listed on the second invoice and will be noted as canceled if not
furnished.
It will be the responsibility of awardees to attach all packing slips to the OUTSIDE of each shipment per General
Condition 38 and be shipped in the original manufacturer's packaging including labeling denoting contents, where
necessary. Material backordered should be clearly indicated on the packing slip.
Delivery copies/packing slips and invoices to SBBC MUST include the following to permit SBBC to verify prices with
the contract and expedite the use of the material. Failure to do so may result in delay of payment:
A. Material release number OR the control number
B. Purchase order number (REQUIRED for timely invoice processing). If an awardee is an SBBC-certified
M/WBE vendor, please include your certification number with your invoice for timely invoice processing.
C. Description of the items
D. Price per the most current manufacturer's list price identified in your bid
E. Minus percentage discount from manufacturer's list pricing, if applicable
F. Total cost to SBBC
Invoices shall be submitted to: Supervisor, SBBC PPO Stockroom, 3810 NW 10 Avenue, Fort Lauderdale, FL
33309, unless otherwise indicated. In an effort to provide better service and timely payment, awardees may also
submit their invoices WITH SHIPMENT in order to speed the payment process.
If an awardee has the capability to receive electronic payments, reimbursement may be processed using the District's
procurement card to secure immediate payment of approved products.
VENDOR NAME:
h A A t__ -
Bid No. 29-009R
The School Board of Broward County, Florida Page 11 of 30 rages
INDUSTRIAL SUPPLIES, TOOLS AND ACCESSORIES (MANUFACTURERS' CATALOGS) (CO-OP)
SECTION 4, SPECIAL CONDITIONS (Continued)
12. SHIPMENTS AND INVOICING (Continued): Notification of any catalog price change or adjustment will be
forwarded to: Supervisor, S1313C PPO Stockroom, 3810 NW 10 Avenue, Fort Lauderdale, FL 33309. Invoice
received cannot be paid until current price adjustments are received and must reference the materials involved anc
applicable bid number, purchase order number, old unit price and the new unit price. Designated employees o
SBBC reserve the right to change invoices to the old unit price if updated catalogs/price lists have not beer
forwarded or delay payment of invoice until they are received. FAILURE ON THE PART OF THE AWARDEES TC
FURNISH CURRENT PRICE LISTS UPDATES WILL RESULT IN ALL PAYMENTS BEING BASED ON LAST
UPDATE RECEIVED AND INCREASES WILL NOT BE HONORED.
13. PALLETS: All material normally delivered on pallets must be on heavy-duty pallets. Maximum pallet dimensions arc
42" wide by 48" deep. Material is to be stacked no higher than 48" including pallet. All materials delivered on pallet:
must be shrink-wrapped as customary. There will be no pallet exchange.
14, ACCEPTANCE OF MATERIALS: Materials delivered under this bid shall remain the property of the awardee until
physical inspection of this material is made and thereafter accepted to the satisfaction of SBBC and must comply wit[
the terms herein, and be fully in accord with specifications. In the event the material supplied to SBBC is found to be
defective or does not conform to specifications, SBBC reserves the right to cancel the order upon written request an(
return the product to the awardee at awardee's expense.
15. VALUE: No guarantee as to the dollar amount of this bid is implied or given. SBBC is NOT obligated to place an)
order with any vendor participating in this bid. However, all SBBC locations will be urged to refer to catalogs an(
single fixed percentage discount of participating vendors to fill their orders at the lowest prices.
16. WARRANTY: Manufacturer's warranty shall be extended to SBBC for all catalog items. Warranty shall begin afte
delivery and acceptance by an authorized SBBC representative.
VENDOR NAME:
Bid No. 29-009R
Page 12 of 30 Pages
The School Board of Broward County, Florida
INDUSTRIAL.SUPPLIES, TOOLS AND ACCESSORIES (MANUFACTURERS' CATALOGS) (CO-OP)
SECTION 5, BID SUMMARY SHEET
SINGLE FIXED
PERCENTAGE DISCOUNT
ITEM 8: BLACK & DECKER
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 9: BONDHUS
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 10: BOSCH
Most Current Manufacturer's List Price, Catalog and Date:
VENDOR NAME:
Manufacturer
ITEM 1:
ADJUSTABLE CLAMP
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 2:
ALLEN
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 3:
AMERICAN TOOL
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 4:
APEX
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 5:
ARMSTRONG
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 6:
ARROW
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 7:
BENNER-NAWMAN
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 8: BLACK & DECKER
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 9: BONDHUS
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 10: BOSCH
Most Current Manufacturer's List Price, Catalog and Date:
VENDOR NAME:
Bid No. 29-0098
Page 13 of 30 Pages
The School Board of Broward County, Florida
INDUSTRIAL SUPPLIES, TOOLS AND ACCESSORIES (CO.OP)
SECTION 5, BID SUMMARY SHEET (Continued)
SINGLE FIXED
PERCENTAGE DISCOUNT
VENDOR NAME:
nA Al
Manufacturer
ITEM 11:
BOSTIK
Most Current Manufacturer's. List Price, Catalog and Date:
ITEM 12:
BRASSELER
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 13:
CENTRAL TOOLS
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 14:
CHANNELLOCK
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 15:
CHICAGO PNEUMATIC
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 16:
COOPER TOOLS
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 17:
CRAFTSMAN INDUSTRIAL TOOLS
Most Current Manufacturer's List Price, Catalog and Date:
%
ITEM 18:
CRESCENT
Most Current Manufacturer's List Price, Catalog and Date:
%
ITEM 19:
CST
Most Current Manufacturer's List Price, Catalog and Date.
ITEM 20:
CUSTOM LEATHER CRAFT
Most Current Manufacturer's List Price, Catalog and Date.
VENDOR NAME:
nA Al
Bid No. 29-009R
Page 14 of 30 Pages
The School Board of Broward County, Florida
INDUSTRIAL SUPPLIES, TOOLS AND ACCESSORIES (CO-OP)
SECTION 5, BID SUMMARY SHEET (Continued)
SINGLE FIXED
PERCENTAGE DISCOUNT
ITEM 29: FEIN
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 30: FELKER
Most Current Manufacturer's List Price, Catalog and Date:
VENDOR NAME:
MAIM,
Manufacturer
ITEM 21:
DAYTON
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 22:
DELTA
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 23:
DEWALT
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 24:
DIAMOND PRODUCTS
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 25:...
DREMEL
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 26:
DYNABRADE
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 27:
EMPIRE
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 28:
ESTWING
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 29: FEIN
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 30: FELKER
Most Current Manufacturer's List Price, Catalog and Date:
VENDOR NAME:
MAIM,
Bid No. 29-009R
Page 15 of 30 Pages
The School Board of Broward County, Florida
INDUSTRIAL SUPPLIES, TOOLS AND ACCESSORIES (CO-OP)
SECTION 5, BID SUMMARY SHEET (Continued)
SINGLE FIXED
PERCENTAGE DISCOUNT
ITEM 46: GREENLEE
Most Current Manufacturer's List Price, Catalog and Date:
VENDOR NAME:
KA A /__
Manufacturer
ITEM 31:
FLUKE INDUSTRIAL METERS
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 32:
FOREDOM
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 33:
FREUD
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 34:
GALAXY
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 35:
GARDNER-BENDER
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 36:
GENERAL TOOL
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 37:
GOODWAY TECHNOLOGIES
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 38:
GRAY PNEUMATIC
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 39:
GREENBULL
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 46: GREENLEE
Most Current Manufacturer's List Price, Catalog and Date:
VENDOR NAME:
KA A /__
Bid No. 29-009R
Page 16 of 30 Pages
The School Board of Broward County, Florida
INDUSTRIAL SUPPLIES, TOOLS AND ACCESSORIES (CO.OP)
SECTION 5, BID SUMMARY SHEET (Continued)
SINGLE FIXED
PERCENTAGE DISCOUNT
Manufacturer
ITEM 41: GROBET
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 42: HANSON
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 43: HILTI
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 44: HITACHI
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 45, HYDE
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 46: ICSIBESTWAY
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 47: IDEAL
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 48: INGERSOLL RAND
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 49: IRWIN HAND AND POWER TOOL
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 50: JET EQUIPMENT AND TOOLS
Most Current Manufacturer's List Price, Catalog and Date:
VENDOR NAME:
AAA/
%
Bid No, 29-009R
Page 17 of 30 Pages
The School Board of Broward County, Florida
INDUSTRIAL SUPPLIES, TOOLS AND ACCESSORIES (CO-OP)
SECTION 5,131D SUMMARY SHEET (Continued)
SINGLE FIXED
PERCENTAGE DISCOUNT
ITEM 59: MALCO
Most Current Manufacturer's List Price, Catalog and Date,
ITEM 60: MARSHALLTOWN
Most Current Manufacturer's List Price, Catalog and Date:
VENDOR NAME:
MA/ma
Manufacturer
ITEM 51:
K•D
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 52:
KESON
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 53:
KLEIN
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 54:
KRAFT
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 55:
LENNOX
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 56:
LISLE
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 57:
LOUISVILLE LADDER
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 58:
MAKITA
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 59: MALCO
Most Current Manufacturer's List Price, Catalog and Date,
ITEM 60: MARSHALLTOWN
Most Current Manufacturer's List Price, Catalog and Date:
VENDOR NAME:
MA/ma
Bid No. 29-009R
Page 18 of 30 Pages
The School Board of Broward County, Florida
INDUSTRIAL SUPPLIES, TOOLS AND ACCESSORIES (CO-OP)
SECTION 5, BID SUMMARY SHEET (Continued)
SINGLE FIXED
PERCENTAGE kISCOUNT
Manufacturer
ITEM 61: MARTIN SPROCKET
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 62: MASTERLOCK
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 63: (TO BE AWARDED AS A GROUP)
A. MATCO TOOLS CLASS AB
Current Manufacturer's Price List and Date:
B. MATCO TOOLS CLASS C
Current Manufacturer's Price List and Date:
C. MATCO TOOLS CLASS D
Current Manufacturer's Price List and Date:
D. MATCO TOOLS CLASS E
Current Manufacturer's Price List and Date:
E. MATCO TOOLS CLASS F
Current Manufacturer's Price List and Date:
F. MATCO TOOLS CLASS H
Current Manufacturer's Price List and Date:
G. MATCO TOOLS CLASS J
Current Manufacturer's Price List and Date:
H. MATCO TOOLS CLASS Q
Current Manufacturer's Price List and Date:
VENDOR NAME:
KA A ,
%
%
%
Bid No. 29-009R
Page 19 of 34 Pages
The School Board of Broward County, Florida
INDUSTRIAL SUPPLIES, TOOLS AND ACCESSORIES (CO-OP)
SECTION 5, BID SUMMARY SHEET (Continued)
SINGLE FIXED
PERCENTAGE DISCOUNT
Manufacturer
ITEM 63: (TO BE AWARDED AS A GROUP) (Continued)
t. MATCO TOOLS CLASS R
Current Manufacturer's Price List and Date:
J.
MATCO TOOLS CLASS S
Current Manufacturer's Price List and Date:
K.
MATCO TOOLS CLASS T
Current Manufacturer's Price List and Date:
ITEM 64:
MAYHEW
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 65:
MILTON
Most Current Manufacturer's List Price, Catalog and Date:
%
ITEM 66:
MILWAUKEE ELECTRIC TOOLS
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 67:
NAPA HAND TOOLS
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 68:
NIAGARA CUTTER
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 69:
PANASONIC
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 70:
PANAVISE
Most Current Manufacturer's List Price, Catalog and Date:
VENDOR NAME:
AAAl.. -
Bid No. 29-00913
Page 20 of 30 Pages
The School Board of Broward County, Florida
INDUSTRIAL SUPPLIES, TOOLS AND ACCESSORIES (CO.OP)
SECTION 5, BID SUMMARY SHEET (Continued)
SINGLE FIXED
PERCENTAGE DISCOUNT"
VENDOR NAME:
Manufacturer
ITEM 71:
PERMATEXIDEVCON
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 72:
PORTEOUS FASTENERS
Most Current Manufacturer's List Price, Catalog and bate:
ITEM 73:
PRECISION TWIST
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 74:
PORTER CABLE
Most Current Manufacturer's List Price, Catalog and Date:
t :ITEM 75:
PROTO
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 76:
QUIK DRIVE
Most Current Manufacturer's List Price, Catalog and Date:
D/0
ITEM 77:
REED
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 78:
RIDGID
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 79:
ROTHENBERGER USA
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 80:
SENCO
Most Current Manufacturer's List Price, Catalog and Date:
VENDOR NAME:
Bid No. 29-0098
Page 21 of 30 Pages
The School Board of Broward County, Florida
INDUSTRIAL SUPPLIES, TOOLS AND ACCESSORIES (CO-OP)
SECTION 5, BID SUMMARY SHEET (Continued)
SINGLE FIXED
PERCENTAGE DISCOUNT
Manufacturer
ITEM 81: S & G TOOL AID
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 82: SIOUX
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 83: SK
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 84:
SKIL
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 85:
SNAP-ON
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 86:
SPEEDAIRE
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 87:
STANLEY
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 88:
STARRET PRECISION TOOLS
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 89:
SUNEX
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 90:
TAYLOR PNEUMATIC
Most Current Manufacturer's List Price, Catalog and Date:
VENDOR NAME:
6 A A l.......,
%
Bid No. 29-0098
Page 22 of 30 Pages
The School Board of Broward County, Florida
INDUSTRIAL SUPPLIES, TOOLS AND ACCESSORIES (CO-OP)
SECTION 5, BID SUMMARY SHEET (Continued)
SINGLE FIXED
PERCENTAGE DISCOUNT
ITEM 99: WATERLOO
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 100: WERA
Most Current Manufacturer's List Price, Catalog and Date:
VENDOR NAME:
AAA I--
°!o
%
Manufacturer
ITEM 91:
TRU TEMPER
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 92:
UNIBIT
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 93:
UNION
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 94:
UNITED ABRASIVES
Most Current Manufacturer's List Price, Catalog and Date:
:ITEM 95:
URREA
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 96:
US ANCHOR
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 97:
VISE -GRIP
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 98:
WARREN
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 99: WATERLOO
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 100: WERA
Most Current Manufacturer's List Price, Catalog and Date:
VENDOR NAME:
AAA I--
°!o
%
Bid No. 29-009R
Page 23 of 30 Pages
The School Board of Broward County, Florida
INDUSTRIAL SUPPLIES, TOOLS AND ACCESSORIES (CO-OP)
SECTION 5, BID SUMMARY SHEET (Continued)
SINGLE FIXED
PERCENTAGE DISCOUNT
Manufacturer
ITEM 101: WERNER
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 102: WESTWARD TOOL
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 103: W. H. SALISBURY
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 104: WIHA
Most Current Manufacturer's List Price, Catalog and Date:
'ITEM 105: WILLIAMS
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 106: WILTON
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 107: WRIGHT TOOL
Most Current Manufacturer's List Price, Catalog and Date:
ITEM 108: XURON
Most Current Manufacturer's List Price, Catalog and Date:
VENDOR NAME:
ne n I--
Bid No. 29-009R
Page 24 of 30 Pages
The School Board of Broward County, Florida
INDUSTRIAL SUPPLIES, TOOLS AND ACCESSORIES (CO-OP)
SECTION 5, BID SUMMARY SHEET (Continued)
SINGLE FIXED
PERCENTAGE DISCOUNT
Manufacturer
ITEM 109: OTHER MANUFACTURERS
Please indicate any additional industrial supplies, tool and accessories
catalogs/price lists from which items may be purchased throughout the
term of this contract.
A: Current Manufacturer's Price List and Date:
B. Current Manufacturer's Price List and Date:
C. Current Manufacturer's Price List and Date:
D. Current Manufacturer's Price List and Date:
.E. Current Manufacturer's Price List and Date:
F. Current Manufacturer's Price List and Date:
VENDOR NAME:
MA/ma
Bid No, 29-009R
Page 25 of 30 Pages
The School Board of Broward County, Florida
INDUSTRIAL SUPPLIES, TOOLS AND ACCESSORIES (CO-OP)
ADDITIONAL INFORMATION SHEET
NOTE TO BIDDER: Review General Condition 47 prior to completing and mailing this bad.
Bidder's MMBE Certification Number:
Agency Issuing This Number:
NO [] YES ❑ Bidder is not a certified MIWBE, but has included a plan to show how it will incorporate at
Least five percent M/WBE participation in any award received as a result of this bid.
PICKUP DISCOUNTED PRICE:
Indicate additional percentage discount if SBBC picks up
industrial supplies, tools and accessories at bidder's location in
accordance with Special Condition 11
COMPANY REPRESENTATIVE: (Please see Special Condition 8)
Company Name
Company Representative
Street Address
City, State and ZIP Code
Phone Number
FAX Number
Local/Toll-Free Phone Number
E-mail Address
Web Address
VENDOR NAME:
UlA/mn
The School Board of Broward County, Florida
INDUSTRIAL SUPPLIES, TOOLS AND ACCESSORIES (MANUFACTURERS' CATALOGS) (CO-OP)
ADDITIONAL. INFORMATION (Continued)
INTERNET BASED COMPANY ACCESSIBILITY: (Please see Special Condition 7)
A. Does your company have internet capability (on-line ordering)? YES ❑ NO ❑
Bid No. 29-009R
Page 26 of 30. Pages
If YES, please explain how SBBC will be guaranteed percentage discount quoted in this bid:
If YES; and different than listed on the "Invitation to Bid", bidder acknowledgement, please provide thf
following:
Web address:
Email addresses:
If NO, do you plan to have one in the near future and how soon?
6 months or less 6-12 months Greater than 12 months
B. Does your company accept credit cards? YES ❑ NO ❑ N/A ❑
Card Name:
C. Does your company have a return policy? YES ❑ NO ❑ N/A ❑
If YES, explain:
D. Does your company provide next day delivery? YES ❑ NO ❑ N/A ❑
VENDOR NAME:
MA/ma
Bid No. 29-009R
Page 28 of 30 Pages
SECTION 6, ATTACHMENT 2
THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA.
SWORN STATEMENT PURSUANT TO SECTION 287.087, FLORIDA STATUTES, AS CURRENTLY ENACTED OR AS AMENDED FROM TIME TO
TIME ON PREFERENCE TO BUSINESSES WITH DRUG-FREE WORKPLACE PROGRAMS
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO
ADMINISTER OATHS.
This sworn statement is submitted to The School Board of Broward County, Florida,
by
for
(Print individual's name and title)
(Print name of entity submitting sworn statement)
whose business address is
and (if applicable) its Federal Employer Identification Number (FEIN) is
(If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement:
I certify that I have established a drug-free workplace program and have complied with the following:
1. Published 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. Informed employees about the dangers of drug abuse in the workplace, the business' 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. Given 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), notified the employees that, as a condition of working on the commodities or contractual services that
are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo
contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation. occurring in the
workplace no later than five days after such conviction.
5. Will impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the
employee's community by, any employee who is so convicted.
6. Am making a good faith effort to continue to maintain a drug free workplace through implementation of this section.
Sworn to and subscribed before me this
Personally Known
OR Produced identification
(Type of identification)
FORM: #4530
3193
VENDOR NAME:
MA/mn
day of
(Signature)
20_.
Notary Public - State of
My commission expires
(Printed, typed or stamped commissioned name of notary public)
Bid No. 29-0098
Page 29 of 30 Pages
The School Board of Broward County, Florida
INDUSTRIAL SUPPLIES, TOOLS AND ACCESSORIES (MANUFACTURERS' CATALOGS) (CO-OP)
SECTION 6, ATTACHMENT 3
INSURANCE REQUIREMENTS
Proof of the following insurance will be furnished by the awardee to the Board by Certificate of Insurance. Such certificate
must contain a provision for notification to the Board 30 days in advance of any material change in coverage or cancellation,
SBBC shalt be named as an additional insured under the General Liability policy including Products Liability,
Include the Bid Number on the Certificate.
A. General Liability Insurance with limits of not less than $1,000,000 per occurrence combined single limit for
bodily injury and property damage.
B. Product Liability or Completed Operations Insurance with bodily injury limits of liability of. not less than
$1,000,000 per occurrence and $1,000,000 aggregate.
C. Auto Liability Insurance covering all owned, non -owned and hired vehicles used in connection with this bid,
with bodily injury limits of liability of not less than $1,000,000 per person; and $1,000,000 per occurrence and
property damage limits of not less than $1,000,000.
D. Worker's Compensation in accordance with Florida Statutory limits and Employer's Liability Insurance.
The insurance policies shall be issued by companies qualified to do business in the State of Florida and
grant The School Board of Broward County, Florida thirty days of advanced written notice of a cancellation,
expiration or any material change in the specified coverage. The insurance companies must be rated at least
A- VI by AM Best or Aa3 by Moody's Investor Service. All policies must remain in effect during the
ance of the contract.
Prior to the commencement of any work the awardee must provide SBBC Supply Management and Logistics Department
with a Certificate of Insurance which is evidence of the above coverage and with SBBC named as an additional insured.
Any questions as to the intent or meaning of any part of the above required coverages should be submitted in writing in
accordance with General Condition 5.
See also General Conditions 12 and 20.
VENDOR NAME;
MA/ma
Bid No. 29-009R
Page 30 of 30 Pages
If your company will not be submitting a bid in response to this Invitation to Bid or Request for Proposal, please complete this
Statement of "No" Bid Sheet and return, prior to the Bid/RFP Due Date established within, to:
The School Board of Broward County, Florida
Supply Management and Logistics Department
7720 West Oakland Park Blvd.—Suite 323
Sunrise, FL 33351
This information will help SBBC in the preparation of future Bids and RFPs.
Bid/RFP Number:
Company Name:
Contact:
Address:
Telephone:
Title:
FAX:
Comments:
Signature:
VENDOR NAME:
MA/ma
Date:
Reasons for "NO" Bid:
Unable to comply with product or service specifications.
Unable to comply with scope of work.
Unable to quote on all items in the group.
Insufficient time to respond to the Invitation to Bid.
Unable to hold prices firm through the term of the contract period.
Our schedule would not permit us to perform.
Unable to meet delivery requirements.
Unable to meet bond requirements.
Unable to meet insurance requirements.
Other (Specify below)
Comments:
Signature:
VENDOR NAME:
MA/ma
Date: