13.07.2015 Views

Printing T:\FORMS\3000\3191.FRP - Dadeschools.net - Miami-Dade ...

Printing T:\FORMS\3000\3191.FRP - Dadeschools.net - Miami-Dade ...

Printing T:\FORMS\3000\3191.FRP - Dadeschools.net - Miami-Dade ...

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDASCHOOL BOARD ADMINISTRATION BUILDING1450 Northeast Second Avenue<strong>Miami</strong>, FL 33132BIDDER QUALIFICATION FORMBID NO.BID TITLEDirect all inquiries to Procurement ManagementServices.BUYER NAME:E-MAIL ADDRESS:PHONE: (305)FAX NUMBER:TDD PHONE: (305) 995-2400Bids will be accepted until 2:00 PM on _________________________ in room 351, School Board Administration Building, 1450 NE 2ndAvenue, <strong>Miami</strong>, FL 33132, at which time they will be publicly opened. Bids may not be withdrawn for ________ days after opening.(Refer to Instructions to Bidders, para. IV.B.)The submission of the bid by the vendor, acceptance and award of the bid by The School Board of <strong>Miami</strong>-<strong>Dade</strong> County, Florida, andsubsequent purchase orders issued against said award shall constitute a binding, enforceable contract. Unless otherwise stipulated in thebid documents, no other contract documents shall be issued.I. BIDDER CERTIFICATION AND IDENTIFICATIONA. I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or personsubmitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. Iagree to abide by all conditions of this bid; and I certify that I am authorized to sign this bid for the bidder.B. Vendor certifies that it satisfies all necessary legal requirements as an entity to do business with The School Board of<strong>Miami</strong>-<strong>Dade</strong> County, Florida.C. I certify agreement with the School Board of <strong>Miami</strong>-<strong>Dade</strong> County Business Code of Ethics, and agree to comply with thisCode and all applicable School Board contracting and procurement policies and procedures. (School Board Rule 6Gx13-3F-1.025)D. I certify that I, nor my company or its principals, or any wholly owned subsidiary are currently debarred or in default ofany bid, purchase order or contract with the School board or any other private or governmental entity.II. INDEMNIFICATIONThe Bidder shall hold harmless, indemnify and defend the indemnities (as hereinafter defined) against any claim, action, loss,damage, injury, liability, cost or expense of whatsoever kind or nature including, but not by way of limitation, attorney's fees andcourt costs arising out of bodily injury to persons, including death, or damage to tangible property arising out of or incidental tothe performance of this contract (including goods and services provided thereto) by or on behalf of the Bidder, whether or notdue to or caused in part by the negligence or other culpability of the indemnity, excluding only the sole negligence or culpabilityof the indemnity. The following shall be deemed to be indemnities: The School Board of <strong>Miami</strong>-<strong>Dade</strong> County, Florida, itsmembers, officers and employees.III. PERFORMANCE SECURITY, is required on this bid. YES NORefer to INSTRUCTIONS TO BIDDERS, para. VII./IF PERFORMANCE SECURITY IS REQUIRED, PLEASE INDICATE THETYPE TO BE FURNISHED: Performance BondCheck (Cashier's, Certified, or equal)IV. FLORIDA CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISE, please indicate: YES NOAn original, manual signature is required on the Bidder Qualification Form.(Bidder is requested to use blue ink, do not use pencil)Legal Name of VendorMailing AddressCityStateZip CodeTelephone No.E-mail AddressBy: Signature (Original)Of Authorized RepresentativeName (Typed or Printed)Of Authorized RepresentativeFax No.DateDateFM-3191 Rev. (09-10)


DISCLOSURE OF EMPLOYMENT OF FORMER SCHOOL BOARD EMPLOYEESPursuant to School Board Rule 6Gx13- 3F-1.025, which may be accessed athttp://www2.dadeschools.<strong>net</strong>/schoolboard/rules all bidders, proposers, consultants, and contractors are requiredto disclose the names of any of their employees who serve as agents or principals for the bidder, proposer orcontractor, and who within the last two years, have been or are employees of the School Board. Suchdisclosures will be in accordance with current School Board rules, but will include, at a minimum, the name ofthe former School Board employee, a list of the positions the employee held in the last two years of his or heremployment with the School Board, and the dates the employee held those positions.NAME LIST OF POSITIONS DATES EMPLOYEE HELD POSITIONFM-3191 Rev. (09-10)


FROM:AFFIXPOSTAGEHERETHE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDAPROCUREMENT MANAGEMENT SERVICESROOM NO. 352 BID BOX1450 N.E. 2 ND AVENUEMIAMI, FLORIDA 33132BID NO.:BID TITLE:BID OPENING DATE:


THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDAProcurement Management ServicesNOTICE OF PROSPECTIVE BIDDERSNO BIDIf not submitting a bid at this time, for informational purpose only, detach this sheet from thebid documents, complete the information requested, fold as indicated, staple, affix postageand return address, and mail. NO ENVELOPE IS NECESSARY.NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED:Our company does not handle this type of product/service.We cannot meet the specifications nor provide an alternate equal product.Our company is simply not interested in bidding at this time.OTHER, (Please specify)We do not want to be retained on your mailing list for future bids for this typeor product and/or service.SignatureTitleCompanyNOTE:Failure to respond, either by submitting a bid or this completed form, may result inyour company being removed from the School Board’s bid list. To qualify as arespondent to the bid, vendor must submit a NO BID.


BID PROPOSAL FORM (FORMAT A)BID057-LL05MIAMI-DADE COUNTY PUBLIC SCHOOLSTO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDABUYERPAGESuzanne Lee YeeSC 1TITLEHigh-Capacity, Eco-Friendly Custodial Paper ProductsSPECIAL CONDITIONS1. PURPOSE: The purpose of this bid is to establish a contract, at firm unit prices, for the purchase and deliveryof estimated requirements for high-capacity, eco-friendly, custodial paper products. The term of the bid shallbe for two (2) years from date of award, and may, by mutual agreement between <strong>Miami</strong>-<strong>Dade</strong> County PublicSchools (M-DCPS) and the awardee(s), be extended for three (3) additional one year periods, and if needed,ni<strong>net</strong>y (90) days beyond the expiration date of the current contract period. The Board, through ProcurementManagement Services, may, if considering extending, request a letter of intent to extend from the successfulbidder(s), prior to the end of the current contract period. However, Procurement Management Servicesreserves the right to not extend the contract of an awardee. The awardee(s) will be notified when the Boardhas acted upon the recommendation. All prices shall be firm for the term of the contract. The successfulvendor(s) agrees to this condition by signing this bid.2. AWARD: Bid will be awarded to a maximum of two (2) responsive and responsible vendors (Primary andAlternate), who offer the lowest price for each item or group of items as listed on the Format B (Bid ProposalForm). The district reserves the right to award any individual and/or combination of bid items withinthis bid, whichever is in the best interest of the district. A blank entry on any line item on the BidProposal, Format B, will be considered as a “No Bid” response for that particular line item. The primaryvendor shall initially assume all responsibilities of this bid. If, however, during the term of the contract theprimary vendor cannot fulfill their contract, the alternate vendor shall assume all responsibilities. Thealternate vendor’s prices shall remain the same as originally bid throughout the initial term of the contract.All vendors agree to this condition by signing their bid.3. BID SUBMITTALS: Bidders are requested to submit one (1) original (clearly marked) and two (2) copiesof their bid. In addition, Bidders are requested to submit mandatory documents with their bid package. Allother documents requested herein, are requested at the time of bid or within five (5) days upon request.Failure to submit the following documentation may deem the vendor bid non-responsive. Bids will beaccepted until the time and date indicated on the Bidders Qualification Form. Requested information includes,but is not limited to:a. Bidder Qualification Form (please complete) (Mandatory)b. Bid Proposal Form (Format B) (pricing page) (please complete) (Mandatory)c. Vendor Information Sheet (please complete) (Mandatory)d. Disclosure of Employment of Former School Board Employees (please complete) (Mandatory ifapplicable)e. Local Business Tax Receipt (formerly Occupational License) (Mandatory)f. Valid e-mail address for SAP system communications (i.e. PO’s)4. PRICING- ESCALATION/DE-ESCALATION: It is expected that the prices submitted shall remain firm for theinitial contract and extension period (if any), as stated above. However, fluctuating market conditions mayaffect the ability of awarded bidder(s) to maintain the original bid prices during the extension period.Therefore the Awarded Bidder(s) may request a price adjustment based on verifiable changes in the marketprior to the end of the initial contract or each extension period to be valid for the upcoming contract extensionperiod. If the request(s) is/are approved by Procurement Management Services, these changes would takeeffect for the extension period.


BID PROPOSAL FORM (FORMAT A)BID057-LL05MIAMI-DADE COUNTY PUBLIC SCHOOLSTO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDABUYERPAGESuzanne Lee YeeSC 2TITLEHigh-Capacity, Eco-Friendly Custodial Paper ProductsSPECIAL CONDITIONS (CONTINUED)A. All requests for price adjustments must be submitted in writing to Procurement Management Services,with substantial documentation, including but not limited to, applicable market indexes for the product(s)affected, letters from the manufacturer/producer of the product(s), Producer Price Indexes (PPI)published by the U.S. Department of Labor, using a composite of the following indexes: Local Truckingwith Storage (SIC4214) and any other documentation supporting a request for price adjustment. Theprice adjustment shall not exceed the producer price index as reported by the Department of Labor orany applicable market index published by a federal, state, or local government agency.B. M-DCPS will review all requests for price adjustments, and reserves the right to reject or to modify anyand all requests as deemed to be in the best interest of M-DCPS with appropriate documentationprovided to the awarded vendor(s). Each price adjustment is reviewed and submitted to M-DCPS by theawarded vendor(s) for approval. If mutually agreed upon, the price adjustment(s) shall be valid for thenext contract and/or extension period unless the adjustment period is otherwise stated and approved byProcurement Management Services at M-DCPS. Awarded vendor(s) who are granted price adjustmentsmust make these price adjustments valid for the contract extension period.C. After the first price adjustment is approved, future price adjustments can be submitted at least six monthsbefore the expiration of the contract/extension period unless the adjustment period is otherwise statedand approved by M-DCPS Procurement Management Services.D. All price adjustments shall be subject to audit as to validity and accuracy at any time by school systempersonnel.E. M-DCPS Procurement Management Services may request the bidder to adjust their prices at any timeduring the award and/or extension period, for any reason with valid documentation (i.e. due to fluctuatingmarket conditions in the Producer Price Index or other market indices, etc.), which produces conditionsdeemed favorable and to be in the best interest of M-DCPS.5. BID ITEM SPECIFICATIONS/COMPLIANCE EVALUATION: If an item which is not listed as an approvedbrand for the corresponding bid line item is to be considered for award, complete technical specificationsalong with illustrative materials providing the manufacturers name, brand name, and model number of theitem are to be submitted with the completed bid package to establish compliance with bid specificationsand/or equal to the approved brands. Non-compliance with this condition may cause the item not to beconsidered for award. An equal product may be bid for all items. In the event that case packaging differs onany equal product being offered, bidder(s) must indicate case packaging variation(s) in the space provided.Samples of products not listed as approved brands may be requested by Buyer in writing after bid opening forbid specification compliance testing/evaluation, which will include passing a field performance test conductedby the M-DCPS Custodial Supplies, Tools, and Equipment Standards Committee. Samples are to bedelivered at no cost to M-DCPS within the time specified by the Buyer to the following address:


BID PROPOSAL FORM (FORMAT A)BID057-LL05MIAMI-DADE COUNTY PUBLIC SCHOOLSTO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDABUYERPAGESuzanne Lee YeeSC 3TITLEHigh-Capacity, Eco-Friendly Custodial Paper ProductsSPECIAL CONDITIONS (CONTINUED)M-DCPS Materials Testing & Evaluation Department (MT&E)7040 West Flagler Street<strong>Miami</strong>, Florida 33144Telephone: (786) 275-0775If the Buyer requests samples of a certain item for testing/evaluation purposes, sample submission mustfollow all instructions included in http://materials.dadeschools.<strong>net</strong>/general.asp under “All OtherProducts”/”Custodial Paper” as well as those provided by the Buyer in the sample request letter sent to thevendor. All bid samples submitted for testing shall be identified with the following: bid number, bid itemnumber, vendor’s name, vendor’s product number, manufacturer’s name, manufacturer’s brand name andmanufacturer’s product number. (See Label sample).M-DCPS BIDNUMBER & NAME:LABEL FOR EACH SAMPLE SUBMITTED057-LL05 -High-Capacity, Eco-Friendly Custodial PaperBID ITEM NUMBER: _______________ProductsVENDOR/BIDDER’S NAME:VENDOR/BIDDER’S PRODUCT NUMBER:MANUFACTURER NAME:BRAND NAME:PRODUCT NUMBER:6. DELIVERIES: Delivery shall be made as soon as possible, but not later than 30 days after receipt of thepurchase order to the address indicated on the purchase order, unless otherwise scheduled by M-DCPSProcurement Management Services and the Department of Stores and Mail Distribution. Prices shallinclude all charges for packing, handling, freight, fuel, distribution, and inside delivery. All vendorsmust offer inside delivery (F.O.B. destination), which shall be completed within thirty (30) days after receipt ofan authorized and signed Purchase Order or as per the requirements of the purchase order. Balances shallbe shipped no later than forty-five (45) days after receipt of purchase order. Deliveries will be made to theaddress as specified on each purchase order. It shall be the responsibility of the successful bidders toinclude inside delivery, and to ensure satisfactory operation and/or condition of each and every productdelivered on this bid. All orders placed prior to the expiration of the bid and accepted by the successfulvendor(s) will be invoiced at the bid unit price(s) although deliveries may be made after the expirationof the contract.For out of stock orders, the successful low bidder shall affect an initial delivery within 48 hours. If partialdelivery is made, it shall be for at least 20% of the order. The balance, if any, shall be delivered within five (5)working days thereafter. If the successful bidder cannot perform within the specified time period, the ordermay be placed with the second low awardee, as required, under the same terms and conditions. Deliveriesin excess of authorized purchased amount will be unauthorized, and may not be approved for payment.


BID PROPOSAL FORM (FORMAT A)BID057-LL05MIAMI-DADE COUNTY PUBLIC SCHOOLSTO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDABUYERPAGESuzanne Lee YeeSC 4TITLEHigh-Capacity, Eco-Friendly Custodial Paper ProductsSPECIAL CONDITIONS (CONTINUED)7. The successful bidder(s) for bid line Items # 2 & 4 (See Format B - Bid Proposal Form) will be responsible forthe delivery and installation of purchased universal dispensers directly to the M-DCPS site(s) listed in thecorresponding purchase order(s) ensuring compliance with all applicable Florida Building Code and ADA 1guidelines and standards. Also, they must replace any out-of-order dispensers (in whole or by providingnecessary parts) for at least two years after purchase date at no cost to the district. All vendors agree to thiscondition by signing their bid.8. RE-STOCKING: M-DCPS will not pay a restocking charge for items returned in new, unused condition withinthirty (30) days after delivery.9. NON-EXCLUSIVITY: M-DCPS reserves the right to procure items herein described in any manner it sees fit,including, but not limited to: awarding of other contracts, the use of contracts awarded by GSA, federalagencies, the State of Florida, any county or municipality, or any authorized contract, whichever is consideredin the best interest of M-DCPS.10. UNAUTHORIZED SHIPMENT/SUBSTITUTION: The successful awarded vendor(s) shall deliver only thosebrands and items awarded on this bid. However, awarded vendors may need to make substitution offerings toM-DCPS during the term of this contract. Awarded vendor(s) is/are required to notify ProcurementManagement Services at least thirty (30) days prior to the effective discontinuation date or within five (5) daysafter the awarded vendor is/are notified by manufacturer of the discontinued item(s). The written notificationmust also state the substitution item that is being offered by the manufacturer. Each specification of thesubstituted item must meet or exceed those specifications in the bid for the awarded item(s). Awardee(s)is/are to submit complete descriptive literature and must follow the specification compliance testing/evaluationprocedure explained in Special Condition # 5. Failure to provide this information, notification, and sampleswithin the timeframe stated above may result in awardee to be in non-compliance of contract and may resultin default of contract. Items offered as substitutes must be at the same or lower price as originally awarded.M-DCPS reserves the right during this thirty (30) day advance notice period, to continue to order the itemscheduled for discontinuation with the requirement that all such orders are filled as originally placed, at thesame or lower price, prior to the substitution being offered to purchase the newer, submitted item. M-DCPSreserves the right to reject a substitution and require vendor(s) to re-submit another item supplied by thesame manufacturer for substitution. If any awarded vendor(s) substitutes a product, without the requisitewritten authorization from the Buyer, the vendor(s) may be in default and lose eligibility to conduct businesswith the School Board, pursuant to Instructions To Bidders, Section VI. E., Default.11. REBATES AND SPECIAL PROMOTIONS: The successful vendor(s) shall pass on all rebates and specialpromotions offered by the manufacturer during the term of the contract to M-DCPS. It shall be theresponsibility of the vendor to notify the District of such rebates and/or special promotions during the contractperiod. The vendor(s) to the District shall offer special promotions provided that the new price charged forthe item(s) is/are lower than what would otherwise be available through this contract. It is understood thatthese special promotions may be of limited duration by the vendor(s). At the end of such promotion, thestandard contract price shall prevail.1 Americans with Disabilities Act of 1990, as amended.


BID PROPOSAL FORM (FORMAT A)BID057-LL05MIAMI-DADE COUNTY PUBLIC SCHOOLSTO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDABUYERPAGESuzanne Lee YeeSC 5TITLEHigh-Capacity, Eco-Friendly Custodial Paper ProductsSPECIAL CONDITIONS (CONTINUED)12. ESTIMATED QUANTITIES: The estimated quantities provided in the bid proposal are for bidder’s guidanceonly. No guarantee is expressed or implied, as to quantities that will be used during the contract period.Estimated quantities are based on the length of the initial award period. M-DCPS is not obligated toplace an order for any item(s) or given amount, subsequent to the award of this bid.13. PURCHASES BY OTHER M-DCPS FACILITIES: <strong>Miami</strong>-<strong>Dade</strong> County Public Schools reserves the right topurchase items for other facilities or programs from this bid.14. INVOICING AND PAYMENT: Invoices are requested to contain the purchase order number, contractnumber, quantity, unit description, quote number (if applicable) and price. Any deviation from this requirementmay be grounds for termination of the contract. The payment terms of the District are <strong>net</strong> 30 days afterreceipt and acceptance of item(s). Vendor may be requested to provide electronic submission of invoices in aformat to be determined by the District.15. CREDIT CARDS: Some orders may be placed utilizing a district issued credit card as the form of payment.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., within48-72 hours) and eliminating the need to submit an invoice to the District’s Accounts Payable Department orreconcile receivable balances. For credit card purchases, all vendors must have the capability to accept faxorders, which must be confirmed by calling back the requesting work location to verify prices and obtain acredit card number or as per any future district requirements as may be promulgated. Only actual itemsshipped/delivered can be charged to the credit card account (i.e., no back-orders). All purchase deliveriesmust include a packing slip or receipt/invoice listing the items and prices of goods delivered. For securityreasons, the credit card charge receipt showing the work location’s credit card number cannot be attached tothe packing slip or receipt/invoice submitted as part of the purchase delivery.16. LOCAL BUSINESS TAX RECEIPT: Any person, firm, corporation or joint venture, with a business location in<strong>Miami</strong>-<strong>Dade</strong> County, Florida, which is submitting a bid, shall meet the County’s Occupational License Taxrequirements in accordance with Chapter 8A, Article IX of the Code of <strong>Miami</strong>-<strong>Dade</strong> County, Florida. Bidderswith a location outside <strong>Miami</strong>-<strong>Dade</strong> County shall meet their local Occupational Tax requirements. A copy ofthe license is requested to be submitted with the Bid Proposal. If the Bidder has already complied with thisrequirement, a new copy is not required while the license is valid and in effect. It is the Bidder’s responsibilityto resubmit a copy of a new license after expiration or termination of the current license. Non-compliance withthis condition may cause the bid not to be considered for award.17. INSURANCE REQUIREMENTS: Successful bidder(s) are required to have insurance coverage, as specifiedin the indemnity and insurance form(s), attached hereto and made a part of this bid. The successful bidder(s)must submit completed certificate of insurance form(s), prior to being recommended for award. Failure tosubmit this form(s), as noted, will result in the bidder(s) not being recommended for the bid award.


BID PROPOSAL FORM (FORMAT A)BID057-LL05MIAMI-DADE COUNTY PUBLIC SCHOOLSTO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDABUYERPAGESuzanne Lee YeeSC 6TITLEHigh-Capacity, Eco-Friendly Custodial Paper ProductsSPECIAL CONDITIONS (CONTINUED)18. VENDOR INFORMATION SHEET: All bidders are requested to complete the attached Vendor InformationSheet. In order to conduct new business under this bid, M-DCPS requires that the vendor(s) have a currentvendor application on file. The information on both documents must be consistent. Failure to comply with thiscondition may cause the Bidder(s) not to be awarded any new business. Vendor applications can bedownloaded at http://procurement.dadeschools.<strong>net</strong>.19. CHARTER SCHOOLS: Items awarded under this contract shall be made available to Charter Schoolsapproved by the School Board of <strong>Miami</strong>-<strong>Dade</strong> County Public Schools. M-DCPS is not responsible or liable forany purchases that may be made by Charter Schools.20. BIDDERS RESPONSIBILITY: Each bidder(s) shall carefully examine the Instructions To Bidders,Specifications, Special Conditions as listed, and the list of schools to be served. It shall be the responsibilityof the bidder to be fully informed as to the bid details and the number and wide spread locations of schools.This will be of vital importance to assure the required scheduled deliveries.21. BID ADDENDUMS OR QUESTIONS AND ANSWERS: All bidders should monitor continuously, the M-DCPSProcurement website, for any addendums or questions and answers that may be posted, prior to the openingof this solicitation. The procurement website, which lists all bids, addendums, questions and answers andaward information, is as follows: http://procurement.dadeschools.<strong>net</strong>/ (THEN CLICK ON THE BLUE BAR)Good & Services Bids and Contracts (THEN CLICK ON THE YELLOW BAR) New Bids and RFP’s.22. CONE OF SILENCE: A Cone of Silence is applicable to this competitive solicitation. Any inquiry, clarification,or information regarding this bid must be requested, in writing, by FAX or E-mail to:Suzanne Lee Yee, BuyerIleana Martinez, School Board ClerkProcurement Management Services<strong>Miami</strong>-<strong>Dade</strong> County Public Schools<strong>Miami</strong>-<strong>Dade</strong> County Public Schools1450 N.E. 2 ND Avenue, Room 268B1450 N.E. 2 ND Avenue, Room 352 <strong>Miami</strong>, Florida 33132<strong>Miami</strong>, Florida 33132 Fax #305-995-1448Fax #305-523-2331E-Mail: martinez@dadeschools.<strong>net</strong>E-Mail: sleeyee@dadeschools.<strong>net</strong>DEADLINE FOR ANY INQUIRY, CLARIFICATION, OR INFORMATION REGARDING THIS BID SHALL BEONE BUSINESS WEEK (5 WORKING DAYS) PRIOR TO THE BID OPENING DATE.


The School Board of <strong>Miami</strong>-<strong>Dade</strong> County, FloridaBid# 057-LL05High-Capacity, Eco-Friendly Custodial Paper ProductsBID PROPOSAL FORM (FORMAT B)PLEASE COMPLETEALL SHADED AREASBid # 057-LL05Title: HIGH-CAPACITY, ECO-FRIENDLY CUSTODIAL PAPER PRODUCTSBuyer: S. Lee YeeIMPORTANT BID NOTES:• EACH BID LINE ITEM WILL BE CONSIDERED FOR AWARD BOTH ON AN INDIVIDUAL AND ON A GROUPBASIS.• THE DISTRICT MAY PURCHASE MORE, LESS OR NONE OF THE ESTIMATED ANNUAL QUANTITIESDURING THE TERM OF THE BID.• BIDDERS MUST CORRECTLY LIST OR IDENTIFY MANUFACTURER AND MODEL NUMBER OF EACH ITEMBID ON THE BID PROPOSAL FORM TO BE CONSIDERED FOR AWARD AND PROVIDE TECNICALSPECIFICATION DATA SHEETS WITH THE BID PACKAGE.• IF REQUESTED BY BUYER IN WRITING, SAMPLES MUST BE SENT TO THE M-DCPS MATERIALSTESTING & EVALUATION DEPARTMENT FOR COMPLIANCE EVALUATION AS PER INSTRUCTIONS TOBIDDERS - SECTION VIII. 'SAMPLES TESTING AND EVALUATION', WHICH INCLUDES PASSING A FIELDPERFORMANCE TEST CONDUCTED BY THE M-DCPS CUSTODIAL SUPPLIES, TOOLS, AND EQUIPMENTSTANDARDS COMMITTEE TO BE CONSIDERED FOR AWARD. SEE M-DCPS BRAND APPROVALPROCEDURES AT:http://materials.dadeschools.<strong>net</strong>/general.asp FOR THE CUSTODIAL PAPERCATEGORY UNDER ‘ALL OTHER PRODUCTS’.ESTIMATED PRICE PER UNIT PRICE PER UNIT &ITEM DESCRIPTION OF ITEM QUANTITY UNIT AWARD GROUP AWARD MODEL NUMBERGROUP I- ITEMS 1 & 2 WILL BE CONSIDERED FOR AWARD BOTH ON ANINDIVIDUAL AND ON A GROUP BASIS.12Jumbo Toilet Tissue Paper Roll (1-ply) as per attached specifications.Packaging: 12 rolls / case.Approved Brand(s): There are no currently-approved brands under thiscategory.Universal Twin-Roll Dispenser as per attached specifications. Compatiblewith any product compliant with Item #1 specifications. Successful biddershall be responsible for dispenser installation, which must comply with allapplicable, current Florida Building Code and ADA guidelines and standards.Warranty: Minimum 2 years to include replacement of out-of-orderdispensers and/or parts, as needed.Approved Brand(s): There are no currently-approved brands under thiscategory.21,000 CSNAME OF BIDDER:$______________ Per case540 Each $______________ Per each$______________ Per case$______________ Per eachTOTAL GROUP I-ITEMS 1 & 2$______________GROUP II- ITEMS 3 & 4 WILL BE CONSIDERED FOR AWARD BOTH ON ANINDIVIDUAL AND ON A GROUP BASIS.3Hardwound Paper Towel Roll (1-ply) as per attached specifications.Packaging: 6 rolls / case.Approved Brand(s): There are no currently-approved brands under thiscategory.42,000 CS$______________ Per case$______________ Per case4Universal Hardwound Paper Towel Roll Dispenser as per attachedspecifications. Compatible with any product compliant with Item #3specifications. Successful bidder shall be responsible for dispenserinstallation, which must comply with all applicable, current FloridaBuilding Code and ADA guidelines and standards. Warranty: Minimum 2years to include replacement of out-of-order dispensers and/or parts, asneeded.Approved Brand(s): There are no currently-approved brands under thiscategory.270 Each $______________ Per each$______________ Per eachTOTAL GROUP II-ITEMS 3 & 4$______________Page 1 FM-3738 Rev. (06-98)


Page 1<strong>Miami</strong>-<strong>Dade</strong> County Public SchoolsSpecificationI. JUMBO TOILET TISSUE PAPER ROLL1. REQUIREMENTSJumbo Toilet Tissue Paper Roll (1-ply)&Universal Twin-Roll Dispenser System1.1. Qualitative: Paper must be white, perforated or not, single-ply, biodegradable,and meeting U.S. EPA Comprehensive Procurement Guidelines for JanitorialPaper or any other program listed as meeting LEED 1 criteria for IndoorEnvironmental Quality (IEQ) Credit 3.3 Green Cleaning – ‘Purchase ofSustainable Cleaning Products and Materials’. It shall have appropriatecleanness, softness, and a uniform formation without spots and free of anyforeign matter. The roll tail length as well as the quality and amount of glueused must permit adequate initial release of paper. The center core has to berigid, well-glued and without deformations.1.2. Quantitative: The paper roll must fit in any universal twin-roll dispenser asspecified in Section II and shall comply with the following requirements:ParameterAcceptance Criteria1.2.1. Basis weight, 500 sheets @ 24" X 36" (lb) Minimum 111.2.2. Water absorbency, 0.01 ml water (sec) Maximum 35 sec1.2.3. Brightness (%) Minimum 70%1.2.4. Ash Content (%) Approximate Maximum 3%1.2.5. Rigid core inside diameter (in) Approximately 3.3 "1.2.6. Width of roll 3.4 "- 3.9 "1.2.7. Length (feet per roll) Minimum 1900’1.2.8. Roll diameter (in) Approximately 9”1.2.9. Recycled fiber content (%) Minimum 20%1.2.10. Post-consumer waste content (%) Minimum 20%1 U.S. Green Building Council ‘Leadership in Energy and Environmental Design’.Revision Date: 02/28/2010


Page 22. TEST METHODS2.1. Basis weight...........................................................TAPPI T410 om-082.2. Water absorbency....................................................TAPPI T432 om-092.3. Brightness* ............................................................TAPPI T452 om-08Prior to physical testing, all samples shall be conditioned in accordance with TAPPIT402 om-08 or ASTM D 685.3. PACKAGINGThe complete package shall be designed to protect the toilet paper against damageduring shipment, handling, and storage. Twelve (12) jumbo rolls of toilet paper shallbe packed in a manufacturer-sealed, close-fitting fiberboard box.Case size may vary among manufacturers. Cartons shall be clearly stenciled toindicate the manufacturer’s name and the product name and number as well as thelot number and the manufacturing date.II.UNIVERSAL TWIN-ROLL DISPENSER1. REQUIREMENTS1.1. Qualitative: Universal twin-roll dispenser must have the dimensions andcharacteristics that permit easy loading and adequate release of anybrand of jumbo bath tissue roll as described in Section I. The dispensermust hold two rolls of approximately 9” in diameter each and shall havea design which protects against waste as well as pilferage. It must havea dispensing mechanism that prevents access to the spare roll until thefirst roll is completely empty. It must be tamper-proof and shall bemade of high-impact resistant materials (ABS 2 & Polycarbonate). It mustbe designed with a see–through cover for quick visual check.Findings of the Purchaser's Testing Agent shall be final. Material so determined notin compliance with this specification shall be removed promptly from thepurchaser's premises without cost to the purchaser.2 Acrylonitrile butadiene styreneRevision Date: 02/28/2010

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!