COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES SPECIFICATIONS. CORRUGATED CARTONS Invitation for Bid No

Similar documents
STATEMENT OF WORK FOOD TRUCK EVENT ORGANIZER IFB#

Specifications Bid Medical Supplies, Equipment, Nutritional Supplements

STATEMENT OF WORK PORTABLE TOILETS & SEPTIC SYSTEM WASTE REMOVAL SERVICES IFB , SUPPLEMENTAL BID 1

REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES

STANDARD CONTRACT TERMS AND CONDITIONS FOR PERFORMERS/SPEAKERS

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

Harrisburg/Capitol Complex area

MANDATORY GENERAL TERMS AND CONDITIONS:

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

INFORMATION FOR BID. Tee Shirts (School Nutrition)

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY

2. Bidder shall notify Buyer if a former employee of Buyer is representing Bidder in connection with its proposal or any resulting order.

DANTE HALL SERVICE AGREEMENT CONTRACT NO.

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

REPRINT. Purchasing Agent: Name: Liz Bollinger Phone: Fax: Please Deliver To: Payment Terms: NET 30 DAYS

STANDARD BLUEBACK CONTRACT COMMONWEALTH OF PENNSYLVANIA STATE SYSTEM OF HIGHER EDUCATION CONTRACT FOR

Overview for Contract Prior to utilizing a contract, the user should read the contract in it's entirety.

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) CONTRACT NEGOTIATION

Please Deliver To: Payment Terms NET 30

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

SERVICE AGREEMENT CONTRACT NO.

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT

PERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS

Pittsburgh, PA 15213

REQUEST FOR PROPOSALS for UNDERWRITING SERVICES PROPOSED GENERAL OBLIGATION BOND ISSUE, SERIES OF 2015 RFP # 2014/15-04

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

STATEMENT OF BIDDER'S QUALIFICATIONS

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Professional Information and Qualifications

NEW JERSEY TURNPIKE AUTHORITY

Appomattox River Water Authority

Overview for Contract Prior to utilizing a contract, the user should read the contract in it's entirety.

PURCHASING DEPARTMENT

SOLICITATION INSTRUCTIONS Bidder will comply with these instructions when responding to this solicitation.

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

STATEMENT OF WORK COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES BUREAU OF FORESTRY DEER FENCE DISMANTLING CONTRACT

Mold Remediation and Clean Up of Central High School

Solicitation WE WE U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6. Bid designation: Public

UNIFORMED, UN-ARMED AND ARMED SECURTIY GUARD SERVICES INVITATION FOR BID (IFB) NO STATEMENT OF WORK

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

ARTICLE III. PROCUREMENT 68. CONTRACT COMPLIANCE METHODS OF AWARDING CONTRACTS CHAPTER 68. CONTRACT COMPLIANCE

STANDARD CLAUSES FOR NYS CONTRACTS

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Draft Minority/Women Business Enterprise Plan

APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS

Centennial School District

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

PURCHASING DEPARTMENT

BERRIEN COUNTY ROAD DEPARTMENT

CITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS (as amended through June 23, 2016)

Contractor s Handbook

Chapter C-15 Appendix - ODOT Certified Agency Local Bid and Award Checklist

THIS BID MUST BE RECEIVED NO LATER THAN 2:00 P.M. ON: 01/24/14 THURSDAY, FEBRUARY 13, 2014

Standard Bid Terms Table of Contents

STATEMENT OF WORK. Installations, Repair and/or Maintenance of Sewage and Drain Lines. Presque Isle State Park (Erie County)

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

STANDARD CONTRACT TERMS AND CONDITIONS FOR SERVICES

Chemicals, Mine Water Treatment ( ) Contract - Overview Prior to utilizing a contract, the user should read the contract in it's entirety.

MANDATORY GENERAL TERMS AND CONDITIONS

APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000)

Directive #: CW Effective: July 1, 2016

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

INVITATION FOR BID BID NO. B Premium Pyxis Medstation 4000

Commonwealth of Pennsylvania

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment &

SOMERSET COUNTY INSURANCE COMMISSION

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

Invitation to Bid BOE. Diesel Exhaust Fluid

INVITATION TO BID CAFETERIA TABLES CAFETERIA TABLES FOR BATE MIDDLE SCHOOL FOOD SERVICE DEPARTMENT. Notice Date: 12/13/18. Closing Date: 12/28/18

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

MANUAL OF PROCEDURE. Small Local Business Enterprises Initiative Incentives

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

Attachment E DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR POSPOSAL CONDITIONS AND SPECIFICATIONS

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

PHILADELPHIA REGIONAL PORT AUTHORITY (PHILAPORT)

GUILFORD COUNTY SCHOOLS Invitation for Bids

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

INVITATION TO BID (ITB)

AGREEMENT made this day of, 2017, by and between the NEW JERSEY. Street, P.O. Box 990, Trenton, New Jersey , and (the

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020

REQUEST FOR QUALIFICATIONS (RFQ) TO PROVIDE A INSURANCE BROKERAGE & RISK MANAGEMENT CONSULTING SERVICES

Transcription:

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES SPECIFICATIONS CORRUGATED CARTONS Invitation for Bid No. 610043828 Page 1 of 6

CORRUGATED CARTONS Solicitation No. 6100043828 1. CONTRACT SCOPE/OVERVIEW: The Commonwealth of Pennsylvania (COPA), Department of General Services (DGS) is issuing this Invitation for Bid (IFB) for Corrugated Cartons. This contract is for use by all Commonwealth agencies. In addition to this Specification document the following documents are incorporated as exhibits and made part of this IFB: Appendix A Price Submittal Sheet Appendix B Reciprocal Limitations Act (GSPUR-89) Appendix C COSTARS Program Election to Participate Appendix D Iran Free Procurement Certification Appendix E Material #131454 (QC-2 Record Retention Cartons with Lids) Appendix F Material #204240 (QC-1 Corrugated Jug Carton) Appendix G Material #214281 (QC-22 Standard Revenue Shipping Carton 17 x 11 x 1 Appendix H Material #304858 (QC-6 General Use PennDOT Carton) Appendix I Material #312209 (QC-9 Cycle Plate Carton) Appendix J Material #321099 (QC-7 License Plate Carton) Appendix K Material #327518 (QC-17 Standard Shipping Carton 9 x 5 x 5) Appendix L Material #327519 (QC-12 Standard Shipping Carton 12 x 9 x 6) Appendix M Material #327520 (QC-11 Standard Shipping Carton 12 x 9 x 10) Appendix N Material #327522 (QC-14 Standard Shipping Carton 18 x 12 x 12) Appendix O Material #TBD (QC-23 Standard Shipping Carton 13 x 7 x 7) Appendix P Material #352736 (Handgun Evidence Box) Appendix Q Material #352735 (Rifle Evidence Box) Appendix R Material #352737 (Knife Evidence Box) 2. METHOD OF AWARD AND BIDDING INFORMATION: This will be a single award to the lowest responsive and responsible bidder based on overall pricing for all line items. DGS reserves the right to award by line item if it is deemed most advantageous to the Commonwealth. The following documents are required to be completed and returned with your bid; bids may be rejected for failure to return required documents. Appendix A, Price Submittal Sheet (in Excel format; do not provide in.pdf format) Appendix B, Reciprocal Limitations Act Requirements (GSPUR-89) Appendix C, COSTARS Program Election to Participate Form, if participating Appendix D, Iran Free Certification 3. PRICING: Bidders must complete the Price Submittal Sheet, Appendix A. A price must be submitted for each core line item and a percentage discount entered for the non-core catalog line item. 4. PRICE SCALING: DGS is asking for price scaling for the Record Center Carton, Commonwealth Material Number 131454 (Appendix E). The Record Center Carton is identified as items 1a, 1b and 1c on the Price Submittal Sheet (Appendix A). This price must include all freight charges to any Contract user s location (FOB Delivered). Page 2 of 6

Line Item 1a: 5 to 125 cartons (1-5 bundles) Line Item 1b: 150 to 1250 cartons (6-50 bundles) Line Item 1c: 1275 cartons and over (51 bundles +) 5. NON-CORE PRICING: Bidders must outline a percentage discount from their offered current, published price list for non-core items. The non-core discount shall be calculated as a percentage (%) off the Manufacturer s current, published price list and does not apply to the core list of items. Bidders must enter their offered discount percentage on Attachment A. The non-core percentage (%) from list price will not be considered in awarding this Contract. The awarded Contractor will be required to provide a copy of the current, published price list upon notification. Using agencies will be permitted to procure additional types of cartons using the non-core catalog discount. Any non-core procurement greater than the current no-bid threshold, as stated in the Commonwealth s Procurement Handbook Part I Chapter 07, shall require the approval of the Contracting Officer. Agency procurements of non-core catalog items with a value estimated higher than this threshold may be required to be purchased through a separate, competitive procurement process. 6. PRICE ADJUSTMENTS: DGS recognizes that during the term of the contract, there may be significant changes relative to the cardboard industry. Therefore, DGS will make price adjustments on a quarterly basis for any renewals or extensions. Initial bid pricing shall be held from the Effective Date of the Contract until the first pricing adjustment which shall begin no sooner than 12/1/2018. The price adjustments may increase or decrease the price(s) of the contract items. All price adjustments shall be based upon the Producer Price Index (PPI) from the U.S. Department of Labor, Bureau of Labor Statistics (BLS), for Pulp, Paper and Allied Products, (Product Code WPU09130321) The Department will calculate the adjusted price as set forth below and issue a change to the Contract (November 15, February 15, May 15, and August 15). Should the BLS retire or otherwise no longer publish said Product Code, DGS and Contractor shall mutually agree on a replacement code and DGS will issue a change to the Contract. For the purpose of this contract, the base price is defined as the final submitted bid price in response to this IFB. The base price index is defined as the most current PPI index published prior to the bid due date. The quarterly price index is the most current PPI index published prior to the beginning of the new pricing period. To calculate price adjustments during the term of the contract, divide the quarterly price index by the base price index. Then multiply the result of this calculation by the base price, to establish the new price for the new pricing period. Example (all numbers shown are for illustration purposes only): As a result of an IFB, the base price for the awarded vendor is $25.00. The base price index is 259.7 (based upon the most current PPI index published prior to the bid due date). On January 1, 2018, (the beginning of the first new pricing period), the quarterly price index is 282.6. The new price for the new pricing period is ($27.20 (282.6/259.7) x $25.00 = $27.20). For the next new pricing period beginning April 1, 2018, the quarterly price index is 276.6. Accordingly, the new price for the quarter beginning April 1, 2018 is ($26.63 (276.6/259.7) x $25.00 = $26.63). 7. ADDITION/DELETION OF PRODUCTS: Contractors are responsible for notifying the Commonwealth of discontinued items in a timely manner. If a core product is discontinued, the Contractor may propose an equivalent product in its place for the same price. DGS, in its sole discretion, shall determine that the proposed product is an equivalent. If the Contractor cannot provide an acceptable equivalent product, DGS may remove the product from the Contract. Page 3 of 6

Additional line items that are reasonably construed to be within the scope of this procurement may be added to the Contract at the request of the using agencies. In the event that DGS determines that the additional line item should be added, the following procedures will be followed. DGS will contact the awarded Contractor and afford it the opportunity to provide the item. DGS, in its sole discretion, will determine if the price quoted by the contractor is fair and reasonable. DGS may request samples of cartons at any point during the Contract. At no point is the Contractor allowed to unilaterally change products or pricing. 8. SECURITY: (For Department of Corrections Deliveries Only) All contractors who utilize regular delivery transportation must submit Department of Correction s (DOC) clearances for all drivers and their sub-contractor s drivers (regardless if delivery is inside or outside of the fence). Common carriers providing these delivery services will not be required to render clearance certificates, however are also subject to search and escort procedures. ALL CARRIERS reporting to outside warehouses must secure their vehicle (windows closed and doors locked), sign in at warehouse and wait for further directions from Correctional staff. The following link will provide instruction on requesting DOC clearance: http://www.cor.pa.gov/how%20do%20i/pages/clearance-request.aspx#.v9v5pkpd 9. MINIMUM ORDER: The minimum order qualifying for FOB delivered price to any agency within the Commonwealth of Pennsylvania shall be $250.00. Suppliers are responsible for all shipping/freight costs, as long as the agency meets the minimum order dollar amount. If a facility does not meet the minimum order dollar amount, supplier may add a reasonable freight/shipping cost accordingly. All cartons will be shipped in bundles of 25. 10. RETURNS: Any items delivered in poor condition, in excess of the amount ordered, or not included in the purchase document may, at the discretion of the Commonwealth ordering entity, be returned to the Contractor at the Contractor s expense within thirty (30) days. Credit for the returned goods shall be made immediately after the Contractor received the returned items. There shall be no restocking fees assessed to the Commonwealth or eligible Contract users, except if the ordering entity orders incorrectly. Incorrectly ordered item(s) will be returned to the Contractor at the expense of the ordering entity, not to exceed a 10% restocking fee per item. Credit for returned goods shall be made immediately after the Contractor receives the returned item(s). If a product is rejected at time of delivery, the Contractor s driver will take the product back immediately. Replacement product for rejected items will be delivered to the ordering entity within five (5) calendar days or the next delivery date not to exceed fifteen (15) calendar days. Any product deemed unacceptable after delivery has been made, the ordering entity will contact the Contractor s Customer Service Representative to arrange for pick-up of product(s), credit, and replacement. Contractor will remove unacceptable product(s) from the ordering entity location within one week of receipt of notification. Unacceptable product(s) left at the ordering location for more than ten (10) days will become the property of the Commonwealth to dispose of as they see fit. If invoices have been submitted, Contractor will issue credit(s) for the full amount of the product(s) purchased. Page 4 of 6

11. USAGE REPORTS: Upon request, Contractor will be required to provide usage reports on contract spend. These reports at a minimum will be required to include: ordering agency, product type (description), quantity purchased, unit price, and extended unit price. 12. POST AWARD ADMINISTRATION: The Contractor s performance shall be monitored and evaluated in accordance with the requirements outlined in the Contract. At a minimum, the Contractor s performance shall be evaluated on an annual basis. Contractor may be required to attend Contract Performance Review meetings. These meetings will be to provide Contractor performance reviews, discussion of issues either party may have concerning the Contract, or to evaluate the overall progress of the Contract. The meetings will be held quarterly, semi-annually, or annually at the discretion of the Department of General Services, or upon special request of the using agencies. 13. IRAN FREE PROCUREMENT CERTIFICATION & DISCLOSURE: Prior to entering a contract worth at least $1,000,000 or more with a Commonwealth entity, a bidder must: a) certify it is not on the current list of persons engaged in investment activities in Iran created by the Pennsylvania Department of General Services ( DGS ) pursuant to Section 3503 of the Procurement Code and is eligible to contract with the Commonwealth under Sections 3501-3506 of the Procurement Code; or b) demonstrate it has received an exception from the certification requirement for that solicitation or contract pursuant to Section 3503(e). All bidders must complete and return the Iran Free Procurement Certification form, which is attached hereto and made part of this IFB. The completed and signed Iran Free Procurement Certification form (Appendix D) must be submitted with the bid response. 14. NONDISCRIMINATTION/SEXUAL HARASSMENT: The following language replaces Section V.37 CONTRACT-027.1 Nondiscrimination/Sexual Harassment Clause (March 2015) of the Terms and Conditions in its entirety. The Contractor agrees: a. In the hiring of any employee(s) for the manufacture of supplies, performance of work, or any other activity required under the contract or any subcontract, the Contractor, each subcontractor, or any person acting on behalf of the Contractor or subcontractor shall not discriminate by reason of race, gender, creed, color, sexual orientation, gender identity or expression, or in violation of the Pennsylvania Human Relations Act (PHRA) and applicable federal laws, against any citizen of this Commonwealth who is qualified and available to perform the work to which the employment relates. b. Neither the Contractor nor any subcontractor nor any person on their behalf shall in any manner discriminate by reason of race, gender, creed, color, sexual orientation, gender identity or expression, or in violation of the PHRA and applicable federal laws, against or intimidate any employee involved in the manufacture of supplies, the performance of work, or any other activity required under the contract. c. The Contractor and each subcontractor shall establish and maintain a written nondiscrimination and sexual harassment policy and shall inform their employees in writing of the policy. The policy must contain a provision that sexual harassment will not be tolerated and employees who practice it will be disciplined. Posting this Nondiscrimination/Sexual Harassment Clause conspicuously in easily-accessible and well-lighted places customarily frequented by employees and at or near where the Page 5 of 6

contracted services are performed shall satisfy this requirement for employees with an established work site. d. The Contractor and each subcontractor shall not discriminate by reason of race, gender, creed, color, sexual orientation, gender identity or expression, or in violation of PHRA and applicable federal laws, against any subcontractor or supplier who is qualified to perform the work to which the contract relates. e. The Contractor and each subcontractor represents that it is presently in compliance with and will maintain compliance with all applicable federal, state, and local laws, regulations and policies relating to nondiscrimination and sexual harassment. The Contractor and each subcontractor further represents that it has filed a Standard Form 100 Employer Information Report ( EEO-1 ) with the U.S. Equal Employment Opportunity Commission ( EEOC ) and shall file an annual EEO-1 report with the EEOC as required for employers subject to Title VII of the Civil Rights Act of 1964, as amended, that have 100 or more employees and employers that have federal government contracts or first-tier subcontracts and have 50 or more employees. The Contractor and each subcontractor shall, upon request and within the time periods requested by the Commonwealth, furnish all necessary employment documents and records, including EEO-1 reports, and permit access to their books, records, and accounts by the contracting agency and the Bureau of Diversity, Inclusion, and Small Business Opportunities for purpose of ascertaining compliance with provisions of this Nondiscrimination/Sexual Harassment Clause. f. The Contractor shall include the provisions of this Nondiscrimination/Sexual Harassment Clause in every subcontract so that those provisions applicable to subcontractors will be binding upon each subcontractor. g. The Contractor s and each subcontractor s obligations pursuant to these provisions are ongoing from and after the effective date of the contract through the termination date thereof. Accordingly, the Contractor and each subcontractor shall have an obligation to inform the Commonwealth if, at any time during the term of the contract, it becomes aware of any actions or occurrences that would result in violation of these provisions. h. The Commonwealth may cancel or terminate the contract and all money due or to become due under the contract may be forfeited for a violation of the terms and conditions of this Nondiscrimination/Sexual Harassment Clause. In addition, the agency may proceed with debarment or suspension and may place the Contractor in the Contractor Responsibility File. 15. INQUIRIES: Direct all inquiries concerning this Contract to: Nicole Moyer, Contracting Officer DGS Bureau of Procurement 555 Walnut Street, 6 TH Floor Harrisburg, PA 17101-1914 Floor Forum Place (717) 346-3273 nicomoyer@pa.gov Page 6 of 6