florida department of corrections · corrections interim secretary ... safety standards: unless...

35
FLORIDA Governor DEPARTMENT of RICK SCOTT CORRECTIONS Secretary JULIE L. JONES 501 South Calhoun Street, Tallahassee, FL 32399-2500 http://www.dc.state.fl.us INSPIRING SUCCESS BY TRANSFORMING ONE LIFE AT A TIME May 16, 2016 AMENDMENT NO: (12-DC-8384R)-3 SUBJECT: Contract No: 12-DC-8384R TITLE: Food Service Small Ware Items In accordance with Section 7.1.2 of the above-referenced Contract, the Contract is hereby renewed for a three (3) year period, ending May 15, 2019. This renewal shall be under the same prices, terms and conditions indicated in the current Contract. In accordance with Section 42 of PUR 1000, General Contract Conditions, which is incorporated by reference in the above-referenced Contract, the following sections are hereby added to Section 7, Contract Terms and Conditions, of the Contract: 4.15 Scrutinized Companies 4.16 Inspector General Any questions or problems in delivery or service that may arise regarding this contract should be directed to Jessie C. Moseley at (850) 717-3683. [email protected] .

Upload: doankhue

Post on 20-Jul-2018

231 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

FLORIDA Governor

DEPARTMENT of RICK SCOTT

CORRECTIONS Secretary

JULIE L. JONES

501 South Calhoun Street, Tallahassee, FL 32399-2500 http://www.dc.state.fl.us

INSPIRING SUCCESS BY TRANSFORMING ONE LIFE AT A TIME

May 16, 2016

AMENDMENT NO: (12-DC-8384R)-3 SUBJECT: Contract No: 12-DC-8384R TITLE: Food Service Small Ware Items In accordance with Section 7.1.2 of the above-referenced Contract, the Contract is hereby renewed for a three (3) year period, ending May 15, 2019. This renewal shall be under the same prices, terms and conditions indicated in the current Contract. In accordance with Section 42 of PUR 1000, General Contract Conditions, which is incorporated by reference in the above-referenced Contract, the following sections are hereby added to Section 7, Contract Terms and Conditions, of the Contract: 4.15 Scrutinized Companies

4.16 Inspector General Any questions or problems in delivery or service that may arise regarding this contract should be directed to Jessie C. Moseley at (850) 717-3683. [email protected].

Page 2: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,
Page 3: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,
Page 4: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

FLORIDA Governor

DEPARTMENT of RICK SCOTT

CORRECTIONS Interim Secretary

JULIE L. JONES

501 South Calhoun Street, Tallahassee, FL 32399-2500 http://www.dc.state.fl.us

Trust Respect Accountability Integrity Leadership

March 26, 2015 AMENDMENT NO: (12-DC-8384R)-2 SUBJECT: Contract No: 12-DC-8384R TITLE: Food Service Small Ware Items Under the provisions of the above referenced Contract, in accordance with Section 7.12, the ownership has changed from The Jones Metal Products Company, Inc. DBA The Jones Zylon Co. to The JonesZylon Company, LLC. Any questions or problems in delivery or service that may arise regarding this contract should be directed to Jessie C. Moseley at (850) 717-3683, [email protected]. /jcm

Page 5: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

FLORIDA Governor

DEPARTMENT of RICK SCOTT

CORRECTIONS Interim Secretary

JULIE L. JONES

501 South Calhoun Street, Tallahassee, FL 32399-2500 http://www.dc.state.fl.us

Trust Respect Accountability Integrity Leadership

March 26, 2015 AMENDMENT NO: (12-DC-8384R)-1 SUBJECT: Contract No: 12-DC-8384R TITLE: Food Service Small Ware Items Under the provisions of the above referenced Contract, in accordance with Section 7.12, consent was granted to relieve The Jones Metal Products Company, Inc. DBA The Jones Zylon Co. of all obligations under the above referenced Contract. Any questions or problems in delivery or service that may arise regarding this contract should be directed to Jessie C. Moseley at (850) 717-3683, [email protected]. /jcm

Page 6: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,
Dgenzxm
Typewritten Text
(Did not Renew)
Dgenzxm
Typewritten Text
--------------------------
Dgenzxm
Typewritten Text
Thru: 05/15/2019
Page 7: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 1 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

GENERAL SEALED BIDS: All price sheets and this form must be executed and submitted in a sealed envelope. 1. EXECUTION OF BID: Bid must contain a manual signature of vendor’s authorized representative in the space provided above. Bid must be typed or printed in ink. Use of erasable ink or pencil is not permitted. All corrections made by bidder to his bid price must be initialed. 2. NO BID: If not submitting a bid, respond by returning only this bidder acknowledgment form, marking it "NO BID" and explain the reason in the space provided above. 3. BID OPENING: Sealed bids must be received prior to the bid opening date and time. Copies of bid tabulations will not be provided at the bid opening. A bid may not be altered after opening of the bids. Bid files may be examined during normal working hours by appointment only and pursuant to Chapter 119.071, F.S. 4. TAXES: The State of Florida does not pay Federal Excise and Sales taxes on direct purchases of tangible personal property. Tax exemption number/certificate will be provided upon request. 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 state owned real property as defined in Chapter 192, F.S. 5. CASH DISCOUNTS: Cash discounts for prompt payment shall not be considered in determining the lowest net cost for bid evaluation purposes. 6. MISTAKES: Bidders are expected to examine the specifications, delivery schedule, bid prices, and all instructions pertaining to supplies and services. Failure to do so will be at bidder’s risk. In case of mistake(s) in extension(s), the unit price will govern and extensions will be corrected and initialed by the department’s procurement official before final tabulations are posted. All corrections made by bidder to his unit bid price(s), including corrections made with white out, must be initialed. 7. CONDITION AND PACKAGING: It is understood and agreed that any item offered or shipped as a result of this bid shall be new, and the most current standard model available at the time of the bid, unless otherwise stated. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 8. SAFETY STANDARDS: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall comply with applicable requirements of Occupational Safety and Health Act and any standards thereunder.

CONDITIONS 9. INVOICING AND PAYMENT: INTEREST PENALTIES: Payment shall be made in accordance with Section 215.422, F.S., which states the contractors rights and the State agencies responsibilities concerning interest penalties and time limits for payment of invoices. Vendors providing goods and services to an agency should be aware of the following time frames: Upon receipt, an agency has five (5) working days to inspect and approve the goods and services, unless the bid specifications, purchase order or contract specifies otherwise. An agency has 20 days to deliver a request for payment (voucher) to the Department of Financial Services. The 20 days are measured from the latter of the date the invoice is received or the goods or services are received, inspected and approved. If a payment is not available within 40 days, a separate interest penalty set by the Comptroller pursuant to Section 55.03 F.S., will be due and payable, in addition to the invoice amount, to the vendor. To obtain the applicable interest rate, contact the agency finance and accounting office. The interest penalty provision applies after a 35 day time period to health care providers, as defined by rule. Interest penalties of less than one (1) dollar will not be enforced unless the vendor requests payment. Invoices which have to be returned to a vendor because of vendor preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the agency. Vendor payment history may be viewed on-line @ https://flair.dbf.state.fl.us/caspub/vnpayhst.htm. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for vendors who may be experiencing problems in obtaining timely payment(s) from a State agency. The Vendor Ombudsman may be contacted at (850) 413-5516. The Department will review the conditions and circumstances surrounding non-payment, and unless there is a bonafide dispute, may, in writing, authorize the contract supplier to reject and return purchase orders from said agency until such time as the agency complies with the provisions of Section 215.422, F.S. 10. DELIVERY: Unless actual date is specified (or if specified delivery cannot be met), show number of days required to make delivery after receipt of purchase order in space provided above. Delivery time may become a basis for making an award (see Special Conditions). Delivery shall be Monday through Friday, 8:00 a.m. to 11:30a.m. and l:00 p.m. to 4 p.m. Eastern Standard Time, excluding State of Florida holidays, unless otherwise specified. 11. ADDITION OR DELETION OF TERMS OR CONDITIONS: No addition or deletion of the terms or conditions included with the bid response shall be evaluated or considered and any and all such revisions shall have no force and effect and are inapplicable to this bid. If submitted either purposely through intent or design or inadvertently appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed the general and special conditions in this bid solicitation are the only conditions applicable to this bid and the bidders authorized signature affixed to the bidder acknowledgment form attests to this.

BIDS WILL BE OPENED April 17, 2013 @ 3:00 A.M. P.M.

BID NO.

12-DC-8384R

Page 1of 30 Pages

AGENCY RELEASE DATE: March 27, 2013

BID TITLE Food Service Small Ware Items

FEDERAL TAX ID NUMBER: 31-4220410

DELIVERY DATE WILL BE 7-28 DAYS after receipt of Purchase Order

VENDOR NAME: The Jones Metal Products Co., Inc., DBA The Jones Zylon Co. REASON FOR NO BID:

POSTING OF BID TABULATIONS

Bid tabulations with recommended awards will be posted for review by interested parties on the Department of Management Services Vendor Bid System and will remain posted for a period of 72 hours. Failure to file a protest within the time prescribed in Section 120.57(3), or 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 Chapter 120, Florida Statutes.

VENDOR MAILING ADDRESS: PO Box 149, 305 North Center St.

CITY – STATE – ZIP West Lafayette, OH 43845

PHONE: (740) 545-6341

TOLL FREE: (800) 848-8160

FAX: (877) 632-6344

I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder and that the bidder is in compliance with all requirements of the Invitation to Bid, including but not limited to, certification requirements. In submitting a bid to the Department of Corrections , the bidder offers and agrees that if the bid is accepted, the bidder will convey, sell, assign or transfer to the Department of Corrections all rights, title and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the Department of Corrections. At the States discretion, such assignment shall be made and become effective at the time the agency tenders final payment to the bidder.

Original Signature on File

AUTHORIZED SIGNATURE (manual)

Todd Kohl, President

AUTHORIZED SIGNATURE & TITLE (printed or typed)

SUBMIT BIDS TO: Department of Corrections Carlton Building, 501 S. Calhoun Street Tallahassee, FL 32399-2500 Telephone: 850-717-3683

STATE OF FLORIDA DEPARTMENT OF CORRECTIONS

INVITATION TO BID Bidder Acknowledgement for an

AGENCY TERM CONTRACT

COMMODITY CODE: 240-070, 240-350, 240-560, 240-700, 240-910 372-480, 372-960, 490-860 & 780-900

Page 8: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,
Page 9: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 3 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

TABLE OF CONTENTS

SECTION 1 – DEFINITIONS ........................................................................................................................................5 SECTION 2 – INTRODUCTION ...................................................................................................................................6

2.1 Background and Statement of Purpose ..................................................................................................6 2.2 Contract..................................................................................................................................................6 2.3 Cooperative Purchasing .........................................................................................................................6

BALANCE OF PAGE INTENTIONALLY LEFT BLANK...............................................................................................6 SECTION 3 – PRODUCT INFORMATION ..................................................................................................................7

3.1 Specifications .........................................................................................................................................7 3.2 Delivery..................................................................................................................................................7 3.3 Minimum Order .....................................................................................................................................7 3.4 Quantity Discounts.................................................................................................................................7 3.5 Contract Substitutions ............................................................................................................................7 3.6 Damaged Goods.....................................................................................................................................7 3.7 Trade Names ..........................................................................................................................................7 3.8 Contract Sales Report.............................................................................................................................8 3.9 Estimated Quantities ..............................................................................................................................8

BALANCE OF PAGE INTENTIONALLY LEFT BLANK...............................................................................................8 SECTION 4 – PROCUREMENT RULES AND INFORMATION ..................................................................................9

4.1 Procurement Manager ............................................................................................................................9 4.2 Timeline .................................................................................................................................................9 4.3 Procurement Rules ...............................................................................................................................10

4.3.1 Mandatory Vendor Registration ......................................................................................................10 4.3.2 Submission of Bids..........................................................................................................................10 4.3.3 Bid Opening ....................................................................................................................................10 4.3.4 Costs of Preparing Bid ....................................................................................................................10 4.3.5 Disposal of Bids ..............................................................................................................................10 4.3.6 Bid Rules for Withdrawal................................................................................................................10 4.3.7 Rejection of Bids.............................................................................................................................11 4.3.8 Bid Inquiries....................................................................................................................................11 4.3.9 Verbal Instructions ..........................................................................................................................11 4.3.10 No Prior Involvement and Conflicts of Interest ..............................................................................12 4.3.11 Department of State Licensing Requirements .................................................................................12 4.3.12 Minority/Women/and Veterans .......................................................................................................12 4.3.13 Filing Notices of Intent to Protest or Formal Protest.......................................................................12

BALANCE OF PAGE INTENTIONALLY LEFT BLANK.............................................................................................12 SECTION 5 – BID FORMAT AND CONTENTS .........................................................................................................13

5.1 Responsiveness Requirements .............................................................................................................13 5.2 Contact for Contract Administration....................................................................................................13 5.3 Addenda ...............................................................................................................................................13

BALANCE OF PAGE INTENTIONALLY LEFT BLANK.............................................................................................13 SECTION 6 – AWARD OF CONTRACT .....................................................................................................................14

6.1 Posting of Recommended Award.........................................................................................................14 6.2 Basis of Award.....................................................................................................................................14 6.4 Identical Tie Bids .................................................................................................................................14

BALANCE OF PAGE INTENTIONALLY LEFT BLANK.............................................................................................14 SECTION 7 – CONTRACT TERMS AND CONDITIONS ...........................................................................................15

7.1 Contract................................................................................................................................................15

Page 10: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 4 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

7.2 Payments and Invoices.........................................................................................................................15 7.3 Vendor’s Expenses...............................................................................................................................16 7.4 Contract Management ..........................................................................................................................16

7.4.1 Department’s Contract Administrator .............................................................................................16 7.5 Contract Management Changes ...........................................................................................................16 7.6 Records ................................................................................................................................................16

7.6.1 Disclosure of Bid Contents..............................................................................................................16 7.6.2 Audit Records..................................................................................................................................17 7.6.3 Retention of Records .......................................................................................................................17

7.7 Procurement of Materials with Recycled Content................................................................................17 7.8 Employment of Department Personnel ................................................................................................17 7.9 Non-Discrimination .............................................................................................................................18 7.10 Americans with Disabilities Act ..........................................................................................................18 7.11 Disputes................................................................................................................................................18 7.12 Assignment ..........................................................................................................................................18 7.13 Severability ..........................................................................................................................................18 7.14 Use of Funds for Lobbying Prohibited.................................................................................................18

BALANCE OF PAGE INTENTIONALLY LEFT BLANK.............................................................................................18 ATTACHMENT 1 –CONTACT FOR CONTRACT ADMINISTRATION......................................................................19 ATTACHMENT 2 – INSTITUTIONS/WORK CAMPS/FORESTRY CAMPS/ROAD PRISONS ...................................20 ATTACHMENT 3 – PURCHASE ORDER TERMS AND CONDITIONS ....................................................................26 COST INFORMATION SHEET ...................................................................................................................................28 COST INFORMATION SHEET (CON’T)....................................................................................................................29 COST INFORMATION SHEET (CON’T)....................................................................................................................30 GENERAL CONTRACT CONDITIONS (PUR 1000) The General Contract Conditions are outlined in PUR 1000 which is a downloadable document incorporated in this bid by reference. There is no need to return this document with the bid response. http://dms.myflorida.com/content/download/2933/11777 GENERAL INSTRUCTIONS TO RESPONDENTS (PUR 1001) The General Contract Conditions are outlined in PUR 1000 which is a downloadable document incorporated in this bid by reference. There is no need to return this document with the bid response. http://dms.myflorida.com/content/download/2934/11780

Page 11: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 5 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

SECTION 1 – DEFINITIONS The following terms used in this Invitation to Bid (“ITB”), unless the context otherwise clearly requires a different construction and interpretation, have the following meanings: 1.1 Balance Of Line: Balance of line refers to additional items that may be needed by the department. Awards are not based on pricing

submitted for balance of line items, but bidders must submit pricing for all balance of line items in order for their bid to be considered responsive. When balance of line items are listed in a solicitation, the department will clearly indicate what items will be considered in the basis for award.

1.2 Breach of Contract: The condition of the relationship between the Department and the Successful bidder which exists when the

Successful bidder fails to perform under the terms and conditions of the Contract which may result from this ITB. 1.3 Contract: The agreement which results from this ITB between the winning Bidder and the Department. 1.4 Successful bidder: The organization or individual providing services to the Department in accordance with the terms of the Contract which

results from this ITB. 1.5 Department or Owner: The Florida Department of Corrections referred to in this ITB document. 1.6 Desirable Conditions: The use of the words “should” or “may” in this ITB indicate desirable attributes or conditions, but are permissive in

nature. Deviation from, or omission of, such a desirable feature, will not in itself cause rejection of a proposal. 1.7 Material Deviations: The Department has established certain requirements with respect to bids to be submitted by bidders. The use of

shall, must or will (except to indicate simple futurity) in this ITB indicates a requirement or condition which may not be waived by the Department except where the deviation therefrom is not material. A deviation is material if, in the Department’s sole discretion, the deficient response is not in substantial accord with this ITB’s requirements, provides an advantage to one bidder over other bidders, has a potentially significant effect on the quantity or quality of items bid, or on the cost to the Department. Material deviations cannot be waived and shall be the basis for rejection of a bid.

1.8 Minor Irregularity: A variation from the ITB terms and conditions which does not affect the price of the bid or give the bidder an

advantage or benefit not enjoyed by the other bidders or does not adversely impact the interests of the Department. 1.9 P-Card: Refers to the State of Florida’s purchasing card program, using the Visa platform. 1.10 Purchase Order: The contract document issued by the Department to the Vendor to procure goods and services. 1.11 Responsible Vendor: A vendor who has the capability in all respects to fully perform the contract requirements and the integrity and

reliability that will assure good faith performance. 1.12 Responsive Bid: A bid, submitted by a responsive and responsible vendor that conforms in all material respects to the solicitation. 1.13 Vendor, Offeror and Bidder: A legally qualified corporation, partnership or other entity submitting a bid to the Department pursuant to

this ITB. 1.14 Winning or Successful Bidder: The business or entity submitting the lowest responsive bid, meeting all requirements of the Department’s

ITB.

Page 12: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 6 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

SECTION 2 – INTRODUCTION

2.1 Background and Statement of Purpose The purpose of this Invitation to Bid is to secure competitive bids from qualified vendors to provide food service small ware items to various locations throughout the state. The Department is issuing this solicitation to establish a new agency term contract. The successful bidder shall furnish only the product(s) specified.

2.2 Contract As a result of this ITB, the Successful bidder shall be awarded three (3) year contract. Purchases shall be accomplished through issuance of a MyFloridaMarketPlace (MFMP) purchase order(s). If regional purchasing offices choose to issue “term” purchase orders, the department’s approved order form (DC2-557) shall be used for subsequent orders and shall reflect the original purchase order number.

2.3 Cooperative Purchasing

Pursuant to their own governing laws, and subject to the agreement of the Successful bidder, other governmental entities may be permitted to make purchases in accordance with the terms and conditions contained herein. The Department shall not be a party to any transaction between the Successful bidder and any other purchaser.

BALANCE OF PAGE INTENTIONALLY LEFT BLANK

Page 13: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 7 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

SECTION 3 – PRODUCT INFORMATION

3.1 Specifications

See the Cost Information Sheets (see pages 27 thru 29).

3.2 Delivery Product(s) shall be shipped FOB: destination within thirty (30) days after receipt of an order. Deliveries must be made between 8:30 am to 4:00 pm ET, Monday thru Friday excluding Saturdays, Sundays, and state holidays, unless otherwise stated herein or on a subsequent purchase order.

3.3 Minimum Order

The minimum order that shall be placed under the Contract resulting from this solicitation shall be two hundred & fifty dollars ($250.00). Orders received that are less than the minimum order quantity shall be provided at the contract rate, shipped prepaid with actual transportation costs added to the invoice as a separate item.

3.4 Quantity Discounts

The Successful bidder may provide a discount for the quantity/dollar level breaks if indicated on the Cost Information Sheet. The discount shall be applied to the base unit cost provided under the Contract resulting from this solicitation.

3.5 Contract Substitutions

The Successful bidder will be required to provide only the product(s) awarded. Substituted products delivered or provided to the Department without prior approval by the Contract Administrator are prohibited, will be returned to the Successful bidder at the Successful bidder's expense, and may cause termination of the contract. In the event the product specified can no longer be provided for reasons beyond the Successful bidder control (i.e. - product discontinuance), the Successful bidder shall provide an alternate product request to the Contract Administrator. The substituted product shall meet (or exceed) all terms, conditions, and specifications applicable to the original specified product. An alternate product sample may be required by the Department for review prior to acceptance.

3.6 Damaged Goods

The Successful bidder shall be responsible for filing, processing and collecting all damage claims. However, to assist the vendor in the expeditious handling of damage claims, the ordering office will:

1. Record any evidence of visible damage on all copies of the delivery carrier’s Bill of Lading.

2. Report damage (visible or concealed) to the carrier and contract supplier, confirming such reports, in writing, within fifteen (15) days of delivery, requesting that the carrier inspect the damaged merchandise.

3. Retain the item and its shipping container, including inner packing material, until inspection is performed by the carrier and disposition given by the contract supplier.

4. Provide the vendor with a copy of the carrier’s Bill of Lading and Damage Inspection Report.

3.7 Trade Names

Any manufacturer’s names, trade names, brand names or catalog numbers used in specifications contained in this bid are for the purposes of describing and establishing general quality levels. Such references are not intended to be restrictive. Bids will be considered for alternate items that meet or exceed the quality level of item(s) listed, unless “No Substitutes(s)” or other similar language is indicated on the Cost Information Sheet. If a vendor is submitting a bid for an alternate item, technical documentation/brochures must be provided to the Department for evaluation purposes. An alternate product sample may be required by the Department for review prior to acceptance.

Page 14: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 8 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

3.8 Contract Sales Report

The Successful bidder shall furnish the Department of Corrections, Bureau of Procurement and Supply, a summary report of contract sales at the end of each calendar quarterly period. The report shall summarize, at a minimum: total number of units sold during the quarter, total dollar value of units sold during the quarter, total number of units sold by delivery location, total number of units sold and total dollar value sold for the entire contract term. The Department may, at its discretion, develop the exact format the Successful bidder shall use for report submittal. Any report format developed by the Department shall be incorporated into, and shall become a part of, the original contract. A summary report shall be furnished for quarters that include less than three full months of business (such as, the beginning or end of the contract term). Failure to provide this information within thirty (30) calendar days following the end of each quarter may result in the termination of the contract.

3.9 Estimated Quantities Estimated annual quantities are listed on the Cost Information Sheet (see pages 27 thru 29). The quantities listed herein are estimates, given only as a guideline for preparing your bid, and should not be construed as representing actual quantities to be purchased under any resulting contract.

BALANCE OF PAGE INTENTIONALLY LEFT BLANK

Page 15: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 9 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

SECTION 4 – PROCUREMENT RULES AND INFORMATION

4.1 Procurement Manager

Questions related to this procurement should be addressed to:

Jessie C. Moseley, CPPB Purchasing Analyst Bureau of Procurement and Supply Department of Corrections Carlton Building 501 S. Calhoun Street Tallahassee, Florida 32399-2500 850-717-3683 (telephone number) 850-488-7189 (facsimile number) E-mail address: [email protected]

FLORIDA LAW: Pursuant to Section 287.057(24), Florida Statutes, Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the seventy-two (72) hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response. Any person requiring special accommodations in responding to this solicitation because of a disability should call the Bureau of Procurement and Supply at 850-717-3700 at least five (5) days prior to any pre-solicitation conference, solicitation opening or meeting. If you are hearing or speech impaired, please contact the Bureau of Procurement and Supply by using the Florida Relay Service, which can be reached at 1-800-955-8771 (TDD). Questions will only be accepted if submitted in writing and received on or before the date and time specified in the Timeline (Section 4.2). Responses will be posted on the Vendor Bid System (VBS) by the date referenced in the Timeline (Section 4.2).

4.2 Timeline Listed below are the important actions and dates/times by which the actions must be taken or completed. If the Department finds it necessary to change any of these dates/times, it will be accomplished by addendum. All listed times are local time in Tallahassee, Florida. (Eastern Time)

Date Time Action

4.2.1 03/27/2013 Release of ITB 4.2.2 04/08/2013 Last day for written inquiries 4.2.3 04/11/2013 Anticipated date that written responses to written inquiries

will be posted on the Vendor Bid System (VBS). 4.2.4 04/17/2013 3:00 A.M. Bid opening 4.2.5 04/23/2013 Anticipated date of posting of recommended award 4.2.6 05/01/2013 Anticipated date of Contract

Page 16: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 10 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

4.3 Procurement Rules

4.3.1 Mandatory Vendor Registration

The State of Florida implemented an on-line e-procurement system called MyFloridaMarketplace (MFMP) through which all purchase orders are issued and distributed via e-mail or facsimile (fax) machine. The method of automatic distribution is selected by the vendor during the registration process. Therefore, before doing business with any state agency, vendors must register in this system on-line at: http://dms.myflorida.com/mfmp . Vendors needing assistance with the registration process may call 1-866-352-3776. For information regarding the fees for this service, please refer to Section 7.2.1.

4.3.2 Submission of Bids

Each bid shall be prepared simply and economically, providing a straightforward, concise delineation of the bidder’s capabilities to satisfy the requirements of this ITB. Fancy bindings, colored displays, and promotional material are not desired. Emphasis in each bid must be on completeness and clarity of content. In order to expedite the review of bids, it is essential that bidders follow the format and instructions contained in the Bid Submission Requirements (Section 5), with particular emphasis on the Mandatory Responsiveness Requirements. The Department will not consider any additional terms or conditions submitted by a bidder, including any appearing in documents attached as part of a bid response. In submitting its bid, a bidder agrees that any additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. Bids are due at the time and date specified in the Timeline (Subsection 4.2) at the Department of Corrections, Bureau of Procurement and Supply, Carlton Building, 501 S. Calhoun Street, Tallahassee, Florida 32399-2500, and shall be submitted to the attention of the Contact Person at the address listed in Subsection 4.1. Bids received late will not be considered. No Department staff will incur responsibility for the inadvertent opening of a bid not properly sealed, addressed or identified. In accordance with PUR 1001 #15 – before award, the Department reserves the right to seek clarifications or request any information deemed necessary for proper review of submissions from any bidder deemed eligible for Contract award. Failure to provide requested information may result in rejection of the response.

4.3.3 Bid Opening Bids will be publicly opened at the time and date specified in the “Timeline” (Subsection 4.2). The name of all bidders submitting bids shall be made available to interested parties upon written request to the contact person listed in Section 4.1.

4.3.4 Costs of Preparing Bid

The Department is not liable for any costs incurred by a bidder responding to this ITB, including those for oral presentations, if applicable.

4.3.5 Disposal of Bids

All bids become the property of the State of Florida and will be a matter of public record subject to the provisions of Chapter 119, Florida Statutes.

4.3.6 Bid Rules for Withdrawal

A submitted bid may be withdrawn by submitting a written request for its withdrawal to the Department, signed by an authorized representative of the bidder within seventy-two (72) hours after the bid due date indicated in the Timeline.

Page 17: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 11 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

Any submitted bid that has not been properly withdrawn shall remain a valid bid for twelve (12) months after the bid opening date.

4.3.7 Rejection of Bids

The Department shall reject any and all bids containing material deviations. The following definitions are to be utilized in making these determinations.

4.3.7.1 Material Deviations

The Department has established certain requirements with respect to bids to be submitted by bidders. The use of shall, must or will (except to indicate simple futurity) in this ITB indicates a requirement or condition which may not be waived by the Department except where the deviation therefrom is not material. A deviation is material if, in the Department’s sole discretion, the deficient response is not in substantial accord with this ITB’s requirements, provides an advantage to one bidder over other bidders, has a potentially significant effect on the quantity or quality of items bid, or on the cost to the Department. Material deviations cannot be waived and shall be the basis for rejection of a bid.

4.3.7.2 Minor Irregularities

A variation from the ITB terms and conditions which does not affect the price of the bid or give the bidder an advantage or benefit not enjoyed by the other bidders or does not adversely impact the interests of the Department.

4.3.8 Bid Inquiries 4.3.8.1 The bidder shall examine this ITB to determine if the Department’s requirements are clearly stated. If there

are any requirements which restrict competition, the bidder may request, in writing, to the Department, that the specifications be changed. The bidder who requests changes to the Department’s specifications must identify and describe the bidder’s difficulty in meeting the Department’s specifications, must provide detailed justification for a change, and must recommend changes to the specifications. Requests for changes to this ITB must be received by the Department no later than the date shown for written inquiries in the “Timeline.” A bidder’s failure to request changes by the date described above shall be considered to constitute bidder’s acceptance of Department’s specifications. The Department shall determine what changes to this ITB shall be acceptable to the Department. If required, the Department shall issue an addendum reflecting the acceptable changes to this ITB, and post as stated in Section 5.3.1, in order that all bidders shall be given the opportunity of proposing to the same specifications.

4.3.8.2 Any inquiries from bidders concerning this ITB shall be submitted in writing, identifying the submitter, to

the individual identified in Section 4.1 of this ITB and must be received no later than the date and time specified in Section 4.2 of the Timeline. (E-mail inquiries are preferred with the bidder following up by mailing or faxing a hard copy.) It is the responsibility of the bidder to confirm receipt of e-mailed and faxed inquiries.

4.3.8.3 Any discussion by the bidder with any employee or authorized representative of the Department involving

cost information, occurring prior to bid opening or notice of recommended award, or notice of rejection of all bids, will result in rejection of said bidder’s bid.

4.3.9 Verbal Instructions No negotiations, decisions, or actions shall be initiated or executed by the bidder as a result of any discussions with any Department employee. Only those communications that are in writing from the Department’s staff identified in Section 4.1 of this ITB shall be considered a duly authorized expression on behalf of the Department. Only communications from the bidder’s representative, which are in writing and signed, will be recognized by the Department as duly authorized expressions on behalf of the bidder.

Page 18: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 12 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

4.3.10 No Prior Involvement and Conflicts of Interest The bidder shall not compensate in any manner, directly or indirectly, any officer, agent or employee of the Department for any act or service that he/she may do, or perform for, or on behalf of, any officer, agent, or employee of the bidder. No officer, agent, or employee of the Department shall have any interest, directly or indirectly, in any contract or purchase made, or authorized to be made, by anyone for, or on behalf of, the Department or the State of Florida. The bidder shall have no interest and shall not acquire any interest that shall conflict in any manner or degree with the performance of the services required under this Contract.

4.3.11 Department of State Licensing Requirements

All entities defined under Chapters 607, 617 or 620, Florida Statutes, seeking to do business with the Department shall be on file and in good standing with the Florida Department of State.

4.3.12 Minority/Women/and Veterans Bidders are encouraged to seek the participation of certified minority business enterprises (CMBE’s). If a CMBE is anticipated as a subcontract, the bidder shall identify the CMBE’s that will participate in the Contract and the nature of the participation. To find a certified minority vendor (CMBE) or learn about the Mentor Protégé Program, go to the Office of Supplier Diversity’s webpage at http://osd.dms.state.fl.us.

4.3.13 Filing Notices of Intent to Protest or Formal Protest Intent to Protest or Formal Protest shall be filed with the Clerk of the Agency, located at 501 South Calhoun Street, Tallahassee, Florida 32399-2500, (telephone 850-717-3605). Protest related documents may be hand-delivered to the Clerk of the Agency by entering the Calhoun Street entrance and asking the person at the Security Desk to call the agency clerk to come down to the entrance to receive the documents for filing. Documents left at the Security Desk will not be considered filed until received by the agency clerk. Formal protests may not be faxed. Protest documents received after hours will be filed the next business day. Protests sent to the Procurement Manager by any means (mail, fax or email), will not be considered filed with the Agency Clerk until they are received at the Carlton building address. To the extent anything in this section conflicts with PUR 1001, this section controls. Failure to file a protest of the specifications or the agency’s intended agency action within the time prescribed in Section 120.57(3), Florida Statutes, or 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 Chapter 120, Florida Statutes. Pursuant to Section 287.042(2)(c), Florida Statutes, a formal written protest must be accompanied by a bond written by a Surety Company licensed to do business in the State of Florida payable to the Department of Corrections in an amount equal to one percent (1%) of the estimated total value of the proposed contract amount submitted by the protestor. The amount of the bond will be provided by the Department’s Office of General Counsel/Contracts Section and can be obtained by contacting the appropriate staff at (telephone number 850-717-3605, facsimile number 850-922-4355). In lieu of a bond, the Department may accept a cashier’s check, official bank check, or money order in the amount of the bond.

BALANCE OF PAGE INTENTIONALLY LEFT BLANK

Page 19: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 13 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

SECTION 5 – BID FORMAT AND CONTENTS This section contains instructions that describe the required format for the submitted bid. Bids shall be submitted in a sealed envelope, clearly marked “Bid – ITB #12-DC-8384R.”

5.1 Responsiveness Requirements

The following terms, conditions, or requirements must be met by the bidder to be responsive to this ITB. Failure to meet these responsiveness requirements may cause rejection of a bid.

5.1.1 Bidder shall complete and return the ITB Bidder Acknowledgement Form with an original signature of a duly

authorized representative. Do not sign page two (2). 5.1.2 The bidder shall complete, sign, date and return (all) pricing pages, entitled Cost Information Sheet, which consists

of pages 28 through 30 . By submitting a bid or bids under this ITB, each Bidder warrants its agreement to the prices submitted. The Department objects to and shall not consider any additional terms or conditions submitted by a bidder, including any appearing in documents attached as part of a bidder’s response. In submitting its bid, a bidder agrees that any additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. Any qualifications, counter-offers, deviations, or challenges may render the bid non-responsive.

5.2 Contact for Contract Administration The bidder shall complete and insert Attachment 1 of this ITB.

5.3 Addenda

If the Department finds it necessary to supplement, modify or interpret any portion of the bidding specification or documents during the bidding period a written addendum will be posted on the MyFlorida.com Vendor Bid System, http://vbs.dms.state.fl.us/vbs/mainmenu . It is the responsibility of the vendor to be aware of any addenda that might affect the submitted bid.

BALANCE OF PAGE INTENTIONALLY LEFT BLANK

Page 20: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 14 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

SECTION 6 – AWARD OF CONTRACT

6.1 Posting of Recommended Award The notice of intended award will be posted on or about the date shown in the “Timeline” (Section 4.2) and will remain posted for a period of seventy-two (72) hours. Saturdays, Sundays, and state holidays shall be excluded in the computation of the seventy-two (72) hour time period. Posting will be made available on the Florida Vendor Bid System at http://vbs.dms.state.fl.us/vbs/mainmenu .

6.2 Basis of Award

The Department will award the Contract to the lowest responsive bidder in accordance with the General Conditions of the ITB Bidder Acknowledgement Form (page 2), paragraph 15, entitled “Awards”. In the event the low cost bidder is found non-responsive, the Department may proceed to the next lowest cost responsive bidder and continue the award process.

Firm prices shall be bid and shall include all packaging, handling, shipping and delivery charges. In accordance with Section 287.084, F.S., when the lowest responsible and responsive bid is submitted by a vendor whose principal place of business is located outside the state of Florida, a 5% price preference shall be awarded to the lowest responsible and responsive vendor whose principal place of business is located in the state of Florida unless the state where the out-of-state vendor is located provides a price preference for businesses having a principal place of business in that state. In that case, the same price preference shall be awarded to the lowest responsible and responsive vendor whose principal place of business is located in the state of Florida responding to this competitive solicitation. A vendor whose principal place of business is located outside of the state of Florida, must accompany their bid response documents with a written opinion of an attorney at law licensed to practice law in that foreign state, as to the preferences granted by that state to its own business entities in the letting of public contracts. The written document must identify either the preference granted or a statement that no preferences are granted. Any cost information sheet that is incomplete or in which there are significant inconsistencies or inaccuracies may be rejected by the Department. No deviations, qualifications, or counter offers will be accepted. The Department reserves the right to reject any and all bids. All calculations will be reviewed and verified. The Department may correct mathematical errors; however, in the event of any miscalculation, unit prices shall prevail. All changes/corrections made by the bidder, including corrections made using “white out”, shall be initialed by the bidder.

6.4 Identical Tie Bids

When evaluating bids/proposals/responses to solicitations, if the department receives identical pricing or scoring from multiple vendors, the department shall determine the order of award using the criteria set forth in Rule 60A-1.011, FA.C. and Chapter 295.187, F.S.

BALANCE OF PAGE INTENTIONALLY LEFT BLANK

Page 21: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 15 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

SECTION 7 – CONTRACT TERMS AND CONDITIONS This section contains standard terms and conditions that shall be included in any Contract which results from this ITB. By submitting a bid in response to this ITB, the bidder is deemed to have accepted these terms and conditions in their entirety.

7.1 Contract

7.1.1 A bidder’s response to this ITB shall be considered as their formal offer. 7.1.2 Upon selection of the winning bid and completion of the seventy-two (72) hour posting process indicated in Section

6.1, an authorized representative of the Department shall affix his signature to the specified area on the bottom of the ITB Bidder Acknowledgement Form (Page 2), thereby certifying the bid as the contract. Once the bid submittal has been certified by the Department, the bidder shall be known as the "Contractor", the certified bid shall constitute the Contract between the parties. The Contractor will be notified by letter accompanied with a copy of the Certified Bid (Contract). If there is a conflict in language between the Department's ITB and the bidder's submitted bid, the Department's ITB will govern.

Upon certification, and based upon appropriation, the Department shall enter into a three (3) year contract. The Department reserves the right to renew the Contract resulting from this solicitation in accordance with PUR 1000 #26. Such renewals are contingent upon satisfactory performance evaluations, as determined by the Department, and subject to the availability of funds.

7.2 Payments and Invoices

7.2.1 Transaction Fee

The Department of Management Services has instituted a statewide eProcurement System (“System”), with the assistance of a third-party agent, Accenture LLP (“Accenture”). All transactions from this Contract shall be processed through this system. Pursuant to Section 287.057(23), Florida Statutes (2002), a Transaction Fee of one percent (1%) of the total dollar amount of each purchase order shall apply to all purchases from this Contract unless otherwise exempt as indicated in 60A-1.032, F.A.C.. This fee, paid by the Successful bidder, is not submitted to the department and shall not be added to purchase orders as a separate item.

It is the intent of the system to automatically deduct the Transaction Fee from payments to the Successful bidder.

However, this feature is not currently available and Successful bidders are expected to self-report until a method of automatic deduction is implemented. By submission of these self-reports and corresponding Successful bidder deposits, the Successful bidder is certifying their correctness. All such reports and fee deposits shall be subject to audit by the State.

The Successful bidder shall receive a credit for any Transaction Fee paid by the Successful bidder for the purchase

of any item(s) returned to the Successful bidder through no fault, act, or omission of the Successful bidder. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item is rejected or returned, or declined, due to the Successful bidder’s failure to perform or comply with specifications or requirements of the applicable purchase order or Contract.

Failure to comply with these requirements shall constitute grounds for declaring the Successful bidder in default and

recovering reprocurement costs from the Successful bidder in addition to all outstanding fees. SUCCESSFUL BIDDERS DELINQUENT IN PAYING TRANSACTION FEES MAY BE EXCLUDED FROM BIDDING ON DEPARTMENT CONTRACTS.

7.2.2 The Successful bidder agrees to submit invoices for compensation for delivery of products/ services in detail sufficient

for a proper pre-audit and post-audit thereof. Invoices will be paid upon receipt, inspection and acceptance of products/service(s).

Page 22: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 16 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

7.2.3 Purchasing Card Program The State of Florida has implemented a purchasing card program, using the Visa platform. Upon mutual agreement of both parties, vendors may receive payments via purchasing card in the same manner as other Visa purchases.

7.3 Vendor’s Expenses The successful bidder shall pay for all licenses, permits, and inspection fees or similar charges required for this Contract, and shall comply with all laws, ordinances, regulations, and any other requirements applicable to the work to be performed under this Contract.

7.4 Contract Management

7.4.1 Department’s Contract Administrator The Contract Administrator for this purchase will be: Rosalyn Ingram, Chief Bureau of Procurement and Supply

Department of Corrections Carlton Building 501 S. Calhoun Street Tallahassee, Florida 32399-2500 850/717-3700 (telephone) 850/488-7189 (facsimile number) The Contract Administrator will perform the following functions: 7.4.1.1 maintain the Purchase Order or P-Card file; 7.4.1.2 process all change orders and purchase order cancellations; and

7.4.1.3 maintain the official records of all correspondence between the Department and the Vendor.

7.5 Contract Management Changes

After execution of the Contract resulting from this ITB, any changes in the information contained in Section 7.4, Contract Management of the Contract, will be provided to the other party in writing and a copy of the written notification shall be maintained in the official contract file.

7.6 Records

7.6.1 Disclosure of Bid Contents

All documentation produced as part of this solicitation shall become the exclusive property of the Department and may not be removed by the Respondent or its agents. All bid submittals shall become the property of the Department and shall not be returned to Respondent. The Department shall have the right to use any or all ideas or adaptations of the ideas submitted. Selection or rejection of a bid shall not affect this right. 7.6.1.1 Confidential, Proprietary, or Trade Secret Material

The Department takes its public records responsibilities as provided under chapter 119, Florida Statutes and Article I, Section 24 of the Florida Constitution, very seriously. If Respondent considers any portion of the documents, data or records submitted in response to this solicitation to be confidential, trade secret or otherwise not subject to disclosure pursuant to chapter 119, Florida Statutes, the Florida Constitution or other authority, Respondent must also

Page 23: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 17 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

simultaneously provide the Department with a separate redacted copy of its response and briefly describe in writing the grounds for claiming exemption from the public records law, including the specific statutory citation for such exemption. This redacted copy shall contain the Department’s solicitation name, number, and the name of the respondent on the cover, and shall be clearly titled “Redacted Copy.” The Redacted Copy shall be provided to the Department at the same time Respondent submits its response to the solicitation and must only exclude or redact those exact portions which are claimed confidential, proprietary, or trade secret. Respondent shall be responsible for defending its determination that the redacted portions of its response are confidential, trade secret or otherwise not subject to disclosure. Further, Respondent shall protect, defend, and indemnify the Department for any and all claims arising from or relating to Respondent’s determination that the redacted portions of its response are confidential, proprietary, trade secret or otherwise not subject to disclosure. If Respondent fails to submit a Redacted Copy with its response, the Department is authorized to produce the entire documents, data or records submitted by Respondent in answer to a public records request for these records.

7.6.2 Audit Records 7.6.2.1 The Successful bidder agrees to maintain books, records, and documents (including electronic storage

media) in accordance with generally accepted accounting procedures and practices which sufficiently and properly reflect all revenues and expenditures of funds provided by the Department under this Contract, and agrees to provide a financial and compliance audit to the Department or to the Office of the Auditor General and to ensure that all related party transactions are disclosed to the auditor.

7.6.2.2 The Successful bidder agrees to include all record-keeping requirements in all subcontracts and

assignments related to this Contract.

7.6.3 Retention of Records

The Successful bidder agrees to retain all client records, financial records, supporting documents, statistical records, and any other documents (including electronic storage media) pertaining to this Contract for a period of five (5) years. The successful bidder shall maintain complete and accurate record-keeping and documentation as required by the Department and the terms of this Contract. Copies of all records and documents shall be made available for the Department upon request. All invoices and documentation must be clear and legible for audit purposes. All documents must be retained by the successful bidder at the address listed on the ITB Bidder Acknowledgement Form (page 1), for the duration of this Contract. Any records not available at the time of an audit will be deemed unavailable for audit purposes. Violations will be noted and forwarded to the Department’s Inspector General for review. All documents must be retained by the Vendor at the Vendor’s primary place of business for a period of five (5) years following termination of the Contract, or, if an audit has been initiated and audit findings have not been resolved at the end of five (5) years, the records shall be retained until resolution of the audit findings. The Vendor shall cooperate with the Department to facilitate the duplication and transfer of any said records or documents during the required retention period. The Vendor shall advise the Department of the location of all records pertaining to this Contract and shall notify the Department by certified mail within ten (10) days if/when the records are moved to a new location.

7.7 Procurement of Materials with Recycled Content It is expressly understood and agreed that any products or materials which are the subject of, or are required to carry out, this Contract shall be procured in accordance with the provisions of Section 403.7065, Florida Statutes.

7.8 Employment of Department Personnel The Successful bidder shall not knowingly engage, employ or utilize, on a full-time, part-time, or other basis during the period of this Contract, any current or former employee of the Department where such employment conflicts with Section 112.3185, Florida Statutes.

Page 24: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 18 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

7.9 Non-Discrimination No person, on the grounds of race, creed, color, national origin, age, gender, marital status or disability, shall be excluded from participation in, be denied the proceeds or benefits of, or be otherwise subjected to discrimination in, the performance of this Contract.

7.10 Americans with Disabilities Act The Successful bidder shall comply with the Americans with Disabilities Act. In the event of the Successful bidder’s

noncompliance with the nondiscrimination clauses, the Americans with Disabilities Act, or with any other such rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Successful bidder may be declared ineligible for further contracts.

7.11 Disputes

Purchasing entities are to report any vendor failing to perform according to the requirements of this contract on a Department of Management Services’ (DMS) Complaint to Vendor form (#PUR7017). The Bureau of Procurement & Supply will provide a copy of the #PUR7017 to the State Purchasing Office at the Department of Management Services. Should the vendor fail to satisfactorily correct the problem within a prescribed period of time, then a “Request for Assistance” form (#DC2-509) shall be submitted to the Contract Administrator with a copy to the Contract Manager, if applicable. The Contract Administrator shall decide the dispute (with input from the Contract Manager if applicable), reduce the decision to writing, and deliver a copy to the Vendor and the Contract Manager, if applicable. If the dispute cannot be resolved by the Contract Administrator, the issue shall be escalated to the Bureau Chief of Procurement and Supply for resolution. Copies of these submittals shall remain in the contract file for use in decisions regarding renewal options.

7.12 Assignment The Successful bidder shall not assign its responsibilities or interests under this Contract to another party without prior written approval of the Department’s Contract Administrator, or the Contract Manager, if applicable. The Department shall, at all times, be entitled to assign or transfer its rights, duties and obligations under this Contract to another governmental agency of the State of Florida upon giving written notice to the Successful bidder.

7.13 Severability The invalidity or unenforceability of any particular provision of this Contract shall not affect the other provisions hereof and this Contract shall be construed in all respects as if such invalid or unenforceable provision was omitted, so long as the material purposes of this Contract can still be determined and effectuated.

7.14 Use of Funds for Lobbying Prohibited The Successful bidder agrees to comply with the provisions of Section 216.347, Florida Statutes, which prohibits the expenditure of state funds for the purposes of lobbying the Legislature, the Judicial branch, or a state agency.

BALANCE OF PAGE INTENTIONALLY LEFT BLANK

Page 25: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 19 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

MANDATORY FORM

ATTACHMENT 1 –CONTACT FOR CONTRACT ADMINISTRATION

ITB #12-DC-8384R

Designate one person authorized to conduct Contract administration. NAME: Shelia Reigle TITLE: Customer Service Supervisor COMPANY NAME: The Jones Metal Products Co., Inc. DBA The Jones Zylon Co. ADDRESS: PO Box 149, 305 North Center St. West Lafayette, OH 43845 TELEPHONE NUMBER: 800-848-8160 FAX NUMBER: 877-632-6344 [email protected] E-MAIL ADDRESS: _________________________________________________________________________________

ORDERING INFORMATION

ALL PURCHASE ORDERS SHOULD BE DIRECTED TO: VENDOR The Jones Metal Products Co., Inc. DBA The Jones Zylon Co. ADDRESS: PO Box 149, 305 North Center St. West Lafayette, OH 43845 TELEPHONE NUMBER: 800-848-8160 FAX NUMBER: 877-632-6344 [email protected] E-MAIL ADDRESS:

FAXED ORDERS WILL X WILL NOT ______ BE ACCEPTED.

Page 26: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 20 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

ATTACHMENT 2 – INSTITUTIONS/WORK CAMPS/FORESTRY CAMPS/ROAD PRISONS MAJOR INSTITUTIONS Region 1 (* Indicates a work camp adjacent to an institution)

* Apalachee Correctional Institution East 35 Apalachee Drive Sneads, Florida 32460-4166 (850) 718-0688 East Unit Fax: (850) 593-6445

Apalachee Correctional Institution West 52 West Unit Drive Sneads Florida 32460-4165 (850) 718-0577 Fax: (850) 593-6445

Bay Correctional Facility (Contract facility) 5400 Bayline Drive Panama City, Florida 32404-5492 (850) 769-1455 Fax: (850) 769-1942

Blackwater River Correctional Facility (Contract facility) 5914 Jeff Ates Road Milton, Florida 32583-0000 (850) 983-4100 Fax: (850) 983-4291

* Calhoun Correctional Institution 19562 SE Institution Drive Blountstown, Florida 32424-5156 (850) 237-6500 Fax: (850) 237-6508

* Century Correctional Institution 400 Tedder Road Century, Florida 32535-3659 (850) 256-2600 Fax: (850) 256-2335

Franklin Correctional Institution 1760 Highway 67 North Carrabelle, Florida 32322 (850) 697-1100 Fax: (850) 697-1108

Gadsden Correctional Facility (Contract facility) 6044 Greensboro Highway Quincy, Florida 32351-9100 (850) 875-9701 Fax: (850) 875-9710

Graceville Correctional Facility (Contract facility) 5168 Ezell Rd. Graceville, FL 32440 (850) 263-5500

Gulf Correctional Institution 500 Ike Steele Road Wewahitchka, Florida 32465-0010 (850) 639-1000 SC 790-1000 Fax: (850) 639-1182 Annex: 699 Ike Steel Road (850) 639-1509 Fax: (850) 639-1508

* Holmes Correctional Institution 3142 Thomas Drive Bonifay, Florida 32425-0190 (850) 547-8600 Fax: (850) 547-0522

* Jackson Correctional Institution 5563 10th Street Malone, Florida 32445-3144 (850) 569-5260 Fax: (850) 569-5996

Jefferson Correctional Institution 1050 Big Joe Road Monticello, Florida 32344-0430 (850) 342-0500 Fax: (850) 997-0973

* Liberty Correctional Institution 11064 N.W. Dempsey Barron Road Bristol, Florida 32321-9711 (850) 643-9400 Fax: (850) 643-9412

Northwest Florida Reception Center 4455 Sam Mitchell Drive Chipley, Florida 32428-3501 (850) 773-6100 Fax: (850) 773-6252 Annex: (850) 773-6500 Fax: (850) 773-6611

* Okaloosa Correctional Institution 3189 Colonel Greg Malloy Road Crestview, Florida 32539-6708 (850) 682-0931 Fax: (850) 689-7803

Quincy Annex 2225 Pat Thomas Parkway

Santa Rosa CI 5850 East Milton Rd.

Page 27: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 21 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

Quincy, Florida 32351-8645 (850) 627-5400 Fax: (850) 875-3572

Milton, Florida 32583-7914 (850) 983-5800 Fax (850) 983-5907 Annex: (850) 981-7602 Fax (850) 983-5907

Taylor Correctional Institution 8501 Hampton Springs Road Perry, Florida 32348-8747 (850) 838-4000 Fax: (850) 838-4024 Annex: (850) 838-4002

* Wakulla Correctional Institution 110 Melaleuca Drive Crawfordville, Florida 32327-4963 (850) 410-1895 Fax: (850) 410-0203 Annex: (850) 487-4341 Fax: (850) 410-0203

* Walton Correctional Institution 691 Institution Road DeFuniak Springs, Florida 32433-1831 (850) 951-1300 Fax: (850) 951-1750

Region 2 (* Indicates a work camp adjacent to an institution)

* Baker Correctional Institution 20706 US Highway 90 West Sanderson, Florida 32087-2359 (386) 719-4500 Fax: (386) 758-5759

* Columbia Correctional Institution 216 S.E. Corrections Way Lake City, Florida 32025-2013 (386) 754-7600 Fax: (386) 754-7602 Annex: (386) 466-3000

* Cross City Correctional Institution 568 NE 255th Street Cross City, Florida 32628 (352) 498-4444 Fax: (352) 498-4333 or 4334

* Florida State Prison 7819 N.W. 228th Street Raiford, Florida 32026-1000 (904) 368-2500 Fax: (904) 368-2732 West Unit: (904) 368-3000 Fax: (904) 368-3205

* Hamilton Correctional Institution (Male) 10650 SW 46th Street Jasper, Florida 32052-1360 (386) 792-5151 Fax: (386) 792-5159 Annex: (386) 792-5504

Lake City Correctional Facility (Contract Facility) 7906 East Highway 90 Lake City, Florida 32055-6290 (386) 755-3379 Fax (386) 752-7202

* Lancaster Correctional Institution 3449 S.W. State Road 26 Trenton, Florida 32693-5641 (352) 463-4100 Fax: (352) 463-3476

Lawtey Correctional Institution 22298 NE County Road 200B Lawtey FL 32058 Mailing Address: 7819 N.W. 228th Street Raiford, Florida 32026-2000 (904) 782-2000 Fax: (904) 782-2005

Lowell Correctional Institution 11120 NW Gainesville Rd Ocala, Florida 34482-1479 (352) 401-5301 Fax: (352) 401-5331 Annex

* Madison Correctional Institution 382 Southwest MCI Way Madison, Florida 32340-4430 (850) 973-5300 Fax: (904) 973-5339

Page 28: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 22 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

Reception Center

* Marion Correctional Institution 3269 NW 105th Street Ocala, Florida 34475 Mailing Address: P.O. Box 158 Lowell, Florida 32663-0158 (352) 401-6400 Fax: (352) 840-5657

* Mayo Correctional Institution 8784 US Highway 27 West Mayo, Florida 32066-3458 (386) 294-4500 Fax: (386) 294-4534 Annex

Putnam Correctional Institution 128 Yelvington Road East Palatka, Florida 32131-2112 (386) 326-6800 Fax: (386) 312-2219

Reception and Medical Center P.O. Box 628 Hwy 231 Lake Butler, Florida 32054-0628 (386) 496-6000 Fax: (386) 496-3287 West Unit: (386) 496-6002

Suwannee Correctional Institution 5964 U.S. Highway 90 Live Oak, Florida 32060 (386) 963-6201 FAX: (386) 963-6103 Annex: (386) 963-6301

* Tomoka Correctional Institution 3950 Tiger Bay Road Daytona Beach, Florida 32124-1098 (386) 323-1070 Fax: (386) 323-1006

Union Correctional Institution 7819 N.W. 228th Street Raiford, Florida 32026-4000 (386) 431-2000 Fax: (386) 431-2016

Region 3 (* Indicates a work camp adjacent to an institution)

* Avon Park Correctional Institution P.O. Box 1100 County Road 64 East Avon Park, Florida 33826-1100 (863) 453-3174 Fax: (863) 453-1511

Central Florida Reception Center 7000 H C Kelley Rd Orlando, FL 32831-2518 (407) 207-7777 Fax: (407) 249-6570 East Unit South Unit

Charlotte Correctional Institution 33123 Oil Well Road Punta Gorda, Florida 33955-9701 (941) 833-2300 Fax: (941) 575-5747

Dade Correctional Institution 19000 S. W. 377th Street Florida City, Florida 33034-6409 (305) 242-1900 Fax: (305) 242-1881

* DeSoto Annex 13617 S.E. Highway 70 Arcadia, Florida 34266-7800 (863) 494-3727 Fax: (863) 494-1740

Everglades Correctional Institution 1599 S.W. 187th Ave. Miami, Florida 33194 (305) 228-2000 Fax: (305) 228-2039

* Hardee Correctional Institution 6901 State Road 62 Bowling Green, Florida 33834-9505

Hernando Correctional Institution 16415 Springhill Drive Brooksville, Florida 34604-8167

Page 29: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 23 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

(863) 767-4500 Fax: (863) 767-4504

(352) 797-5794 Fax: (352) 544-2307

Homestead Correctional Institution 19000 S. W. 377th Street Florida City, Florida 33034-6409 (305) 242-1770 Fax: (305) 242-2424

Lake Correctional Institution 19225 U.S. Highway 27 Clermont, Florida 34715-9025 (352) 394-6146 Fax: (352) 394-3504

* Martin Correctional Institution 1150 S.W. Allapattah Road Indiantown, Florida 34956-4397 (772) 597-3705 Fax: (772) 597-3742

Moore Haven Correctional Facility (Contract Facility) P.O. Box 718501 1282 East State Road 78 NW Moore Haven, Florida 33471-8837 (863) 946-2420 Fax: (863) 946-3437

Okeechobee Correctional Institution 3420 N.E. 168th St. Okeechobee, Florida 34972-4824 (863) 462-5400 Fax: (863) 462-5402

* Polk Correctional Institution 10800 Evans Road Polk City, Florida 33868-6925 (863) 984-2273 Fax: (863) 984-3072

South Bay Correctional Facility (Contract facility) 600 U.S. Highway 27, South South Bay, Florida 33493-2233 (561) 992-9505 Fax: (561) 992-9551

South Florida Reception Center 14000 NW 41st Street Doral, Florida 33178-3003 (305) 592-9567 Fax: (305) 470-5628 South Unit: 13910 NW 41st Street Doral, Florida 33178-3014 (305) 592-9710

Sumter Correctional Institution 9544 County Road 476B Bushnell, Florida 33513-0667 (352) 569-6100 Fax: (352) 569-6196

Zephyrhills Correctional Institution 2739 Gall Boulevard Zephyrhills, Florida 33541-9701 (813) 782-5521 Fax: (813) 780-0134

WORK CAMPS, FORESTRY CAMPS AND ROAD PRISONS Region 1

Berrydale Forestry Camp 6920 Highway 4 Jay, Florida 32565-2204 (850) 675-4564 Fax: (850) 675-0801

Bay City Work Camp 1001 West Highway 98 Apalachicola, Florida 32320-1272 (850) 653-1020 Fax: (850) 653-2592

Calhoun Work Camp 19564 SE Inst. Drive Blountstown, Florida 32424-5156 (850) 237-6632 Fax: (850) 237-6640

Century Work Camp 400 Tedder Road Century, Florida 32535-3659 (850) 256-2600 Fax: (850) 256-5005

Graceville Work Camp 5230 Ezell Road Graceville, FL 32440-4289 (850) 263-9230 Fax: (850) 263-9235

Gulf Forestry Camp 3222 DOC Whitfield Road White City, Florida 32465 (850) 827-4000 Fax: (850) 827-2986

Holmes Work Camp Jackson Work Camp

Page 30: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 24 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

3182 Thomas Drive Bonifay, Florida 32425-4238 (850) 547-2703 Fax: (850) 547-3169

5607 10th Street Hwy 71 North Malone, Florida 32445-9998 (850) 569-5260 Fax: (850) 569-5996

Liberty Work Camp 11064 NW Dempsey Barron Road Bristol, Florida 32321-0711 (850) 643-9542 Fax: (850) 643-9562

Okaloosa Work Camp 3189 Little Silver Road Crestview, Florida 32539-6708 (850) 682-0931 Fax: (850) 682-4578

Taylor Work Camp 8501 Hampton Springs Road Perry, Florida 32348-0000 (850) 223-4501 Fax: (850) 838-4024

Wakulla Work Camp 110 Melaleuca Drive Crawfordville, FL 32327-4963 (850) 413-9663 Fax: (850) 421-1261

Walton Work Camp 301 World War II Veterans Lane De Funiak Springs, Florida 32433-1838 (850) 951-1355 Fax: (850) 951-1766

Region 2

Baker Work Camp 20706 US Highway 90 West Sanderson, Florida 32087-0500 (386) 719-4670 Fax: (386) 719-2775

Cross City Work Camp 568 N.E. 255th Street Cross City, Florida 32628 (352) 498-4444 Fax: (352) 498-4338

Gainesville Work Camp 700 NE 55th Blvd. State Road 26 East Gainesville, Florida 32641-6067 (352) 955-2045 Fax: (352) 955-3119

Lancaster Work Camp 3449 SW SR 26 Trenton, Florida 32693-5641 (352) 463-4100 Fax: (352) 463-3476

Lowell CI Boot Camp Post Office Box 147 3269 NW 105th Street Lowell, Florida 32663-0147 (352) 401.5447 Fax: (352) 401-5331

Lowell Work Camp 11120 NW Gainesville Road Ocala, FL 34482-000 (352) 401-5301 Fax: (863) 401-5331

Madison Work Camp Post Office Box 692 382 SW MCI Way Madison, Florida 32340-4430 (850) 973-5302 Fax: (850) 973-5358 SC 296-5339

Marion Work Camp Post Office Box 158 3269 NW 105th Street Lowell, Florida 32663-0158 (352) 401-6865 Fax: (352) 401-6443

Mayo Work Camp 8976 US 27 West Mayo, FL 32066 (386) 294-4752 Fax: (386) 294-4532

RMC Work Camp P.O. Box 628 Lake Butler, FL 32054 (386) 496-4050 Fax: (386) 496-4060

Page 31: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 25 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

Suwannee Work Camp 5964 US Highway 90 Live Oak, Florida 32060 (386) 963-6101 Fax: (386) 963-6133

Tomoka Work Camp 3950 Tiger Bay Road Daytona Beach, FL 32124-1098 (386) 323-1220 Fax: (386) 323-1006

Region 3 Arcadia Road Prison

2961 N.W. County Road 661 Arcadia, Florida 34266-8203 (863) 993-4628 Fax: (863) 993-4630

Avon Park Work Camp Post Office Box 1100 County Road 64 East Avon Park, Florida 33826-1100 (863) 453-3174 Fax: (863) 453-1511

Big Pine Key Road Prison P.O. Box 430509 450 Key Deer Blvd. Big Pine Key, Florida 33043-0509 (305) 872-2231 Fax: (305) 872-9417

Brevard Work Camp 855 Camp Road Cocoa, FL 32927-3700 (321) 634-6130 Fax: (321) 634-6051

DeSoto Work Camp 13617 SE Highway 70 Arcadia, FL 34266-0000 (863) 494-3727 Fax: (863) 993-7849

Ft. Myers Work Camp P.O. Box 051107 2575 Ortiz Avenue Fort Myers, Florida 33994-1107 (239) 332-6915 Fax: (239) 332-6992

Glades Work Camp 2600 N Main Street Belle Glade, Florida 33430-5314 (561) 829-1800

Hardee Work Camp 6899 State Road 62 Bowling Green, Florida 33834-9505 (863) 767-4500 Fax: (863) 767-4504

Largo Road Prison 5201 Ulmerton Road Clearwater, Florida 33760-4006 (727) 570-5135 Fax: (727) 570-3201

Loxahatchee Road Prison 230 Sunshine Road West Palm Beach, Florida 33411-3616 (561) 791-4760 Fax: (561) 791-4763

Martin Work Camp 100 SW Allapattah Road Indiantown, Florida 34956-4310 (772) 597-1013 Fax: (772) 597-3742

Martin Unit TC 1175 SW Allapattah Road Indiantown, Florida 34956-4310 (772) 597-3705 Fax: (772) 597-3742

Polk Work Camp 10800 Evans Road Polk City, Florida 33868-6925 (863) 984-2273 Fax: (863) 984-1761

Sumter Basic Training Unit 9544 County Road 476B Bushnell, Florida 33513-0667 (352) 569-6180 Fax: (352) 569-6196

Sumter Work Camp 9858 County Road 476B Bushnell, Florida 33513-0667 (352) 569-6114 Fax: (352) 569-6193

Page 32: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 26 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

ATTACHMENT 3 – PURCHASE ORDER TERMS AND CONDITIONS

S T A T E O F F L O R I D A , D E P A R T M E N T O F C O R R E C T I O N S P U R C H A S E O R D E R T E R M S A N D CONDITIONS

Rev. October 2012

For good and valuable consideration, received and acknowledged sufficient, the parties agree to the following in addition to the terms and conditions expressed in the MyFloridaMarketPlace (MFMP) purchase order. By accepting this electronic purchase order, the vendor agrees to be bound by these conditions and instructions.

1. Vendor is an independent contractor for all purposes hereof.

2. The laws of the State of Florida shall govern this purchase order and venue for any legal actions arising herefrom shall be Leon County, Florida.

3. Vendor agrees to obtain and maintain during the Purchase Order term, commercial insurance of such a type and with such terms and limits as may be reasonably associated with the Purchase Order. This insurance may include but not limited to Liability Insurance, Errors and Omissions Insurance and Workers Compensation Insurance.

4. Vendor will comply, as required, with the Health Insurance Portability and Accountability Act (42 USC & 210, et seq.) and regulations promulgated thereunder (45 CFR Parts 160, 162, and 164). Health Information Technology for Economic and Clinical Health Act (HITECH), 42 U.S.C. 17935, 17921 and 17931 ET SEQ, and section 945.10, F.S.

5. Vendor shall maintain confidentiality of all data, files, and records related to the services/commodities provided pursuant to this purchase order that are confidential or exempt from disclosure pursuant to Florida or Federal laws. Vendor shall comply with all State and Federal laws, and Department of Correction’s Procedures 102.004, 102.006, 102.008 and 401.006. A copy of these procedures will be made available upon request. Vendor shall also comply with any applicable professional standards of practice with respect to confidentiality of information.

6. Vendor agrees to indemnify, defend, and hold the State of Florida, its officers, employees and agents harmless, to the full extent allowed by law, from all fines, claims, assessments, suits, judgments, or damages, consequential or otherwise. This will include court costs and attorneys’ fees, arising out of any acts, actions, breaches, neglect or omissions of Vendor, its employees and agents, related to this purchase order, as well as for any determination arising out of or related to this purchase order, that the Vendor or Vendor’s employees, agents, subcontractors, assignees or delagees are not independent contractors in relation to the Department of Correction. This purchase order does not constitute a waiver of sovereign immunity or consent by the Department or the State of Florida or its subdivisions to suit by third parties in any matter arising herefrom.

7. All patents, copyrights, and trademarks arising, developed or created in the course or as a result hereof are Department of Correction’s property, and nothing resulting from Vendor’s services or provided by the Department to Vendor may be reproduced, distributed, licensed sold or otherwise transferred without prior written permission of the Department. This paragraph does not apply to the Department’s purchase of a license for Vendor’s intellectual property.

8. If this purchase order is for personal services, the Vendor’s staff assigned to this Contract shall be subject, at the Department’s discretion and expense, to a Florida Department of Law Enforcement (FDLE) Florida Crime Information Center/National Crime Information Center (FCIC/NCIC) background/criminal records check. This background check will be conducted by the Department and may occur or re-occur at any time during the Contract period. The Department has full discretion to require the Vendor to disqualify, prevent, or remove any staff from any work under the Contract. The use of criminal history records and information derived from such records checks are restricted pursuant to Section 943.054, F.S. The Department shall not disclose any information regarding the records check findings or criteria for disqualification or removal to the Vendor. The Department

Page 33: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 27 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

records checks are restricted pursuant to Section 943.054, F.S. The Department shall not disclose any information regarding the records check findings or criteria for disqualification or removal to the Vendor. The Department shall not confirm to the Vendor the existence or nonexistence of any criminal history record information. In order to carry out this records check, the Vendor shall provide the following data for any individual of the Vendor or Vendor’s staff assigned to the Contract: Full name, Social Security Number, Race, Sex, Date of Birth, Driver’s License Number and State of Issue. If requested, the Vendor’s staff shall submit to fingerprinting by the Department of Corrections for the background checks.

9. Section 287.057(17)(c), Florida Statutes, provides, “A person who receives a contract that has not been procured pursuant to subsections (1)-(3) to perform a feasibility study of the potential implementation of a subsequent contract, who participates in the drafting of a solicitation or who develops a program for future implementation, is not eligible to contract with the agency for any other contracts dealing with that specific subject matter, and any firm in which such person has any interest is not eligible to receive such contract. However, this prohibition does not prevent a vendor who responds to a request for information from being eligible to contract with an agency.” The Department of Corrections considers participation through decision, approval, disapproval, recommendation, preparation of any part of a purchase request, influencing the content of any specification or procurement standard, rendering of advice, investigation, or auditing or any other advisory capacity to constitute participation in drafting of the solicitation.

10. TERMINATION: This purchase order agreement may be terminated by either party upon no less than thirty (30) calendar days notice, without cause, unless a lesser time is mutually agreed upon by both parties. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. In the event funds to finance this purchase order agreement become unavailable, the Department may terminate the agreement upon no less than twenty-four (24) hours notice in writing to the provider. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. The Department shall be the final authority as to the availability of funds. Unless the provider’s breach is waived by the Department in writing, the Department may, by written notice to the provider, terminate this purchase order agreement upon no less than twenty-four (24) hours notice. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. If applicable, the Department may employ the default provisions in Chapter 60A-1.006, Florida Administrative Code. Waiver of breach of any provisions of this contract shall not be deemed to be a waiver of any other breach and shall not be constructed to be a modification of the terms of this agreement. The provisions herein do not limit the Department’s right to remedies at law or to damages.

11. The terms of this purchase order will supersede the terms of any and all prior or subsequent agreements you may have with the Department with respect to this purchase. Accordingly, in the event of any conflict, the terms of this purchase order shall govern.

12. As required by State of Florida Executive Order Number 11-116, the Contractor identified in this Contract is required to utilize the U.S. Department of Homeland Security’s E-Verify system to verify employment eligibility of: all persons employed during the contract term by the Contractor to perform employment duties pursuant to the Contract, within Florida; and all persons, including subcontractors, assigned by the Contractor to perform work pursuant to the Contract with the Department. (http://www.uscis.gov/e-verify) Additionally, the Contractor shall include a provision in all subcontracts that requires all subcontractors to utilize the U.S. Department of Homeland Security’s E-Verify system to verify employment eligibility of: all persons employed during the contract term by the Contractor to perform work or provide services pursuant to this Contract with the Department.

13. The employment of unauthorized aliens by any contractor is considered a violation of Section 274A(E) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this purchase order.

14. No Contractors or any personnel assigned to provide commodities or services, as specified by this purchase order, may be a convicted felon or have relatives either confined by or under supervision of the Department, unless an exception is granted by the Department prior to the rendering of services or commodities.

Page 34: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 28 of 31 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

MANDATORY FORM

COST INFORMATION SHEET

Page 1 of 3

BID NO.: # 12-DC-8384R FOB DESTINATION: STATEWIDE

GROUP I – TUMBLERS

ITEM

NO.

COMMODITY NO./DESCRIPTION ESTIMATED

ANNUAL

AMOUNT

UNIT

PRICE

TOTAL

1 Tumbler, copolymer, 9 to 10 ounces volume, maximum

dimensions 4” x 3 ¼” (101.6 x 82.6 mm), dishwasher safe.

Will remain pliable if melted: shatterproof and resists

sharpening. Reusable, recyclable and stackable. Microwave

safe. Color: Translucent.

/ case

Cambro Model # NT9/Jones Zylon Model #V-10 or

approved equivalent.

1600 cases $24.48 $39,168.00

2 Tumbler, copolymer, 12 ounce volume, maximum

dimensions 5-1/8”x 3” (130.2 x 76.2) dishwasher safe. Will

remain pliable if melted: shatterproof and resists sharpening.

Reusable, recyclable and stackable. Microwave safe. Color:

Translucent.

/ case

Design Specialties # DS 120/Jones Zylon Model # V-12

or approved equivalent.

500 cases $30.96 $15,480.00

Revised 5/16/2016

TOTAL GROUP I $ $54,648.00

The Jones Metal Products Co., Inc. DBA The Jones Zylon Co. 31-4220410

NAME OF BIDDER FEID#

Original Signature on File

Page 35: FLORIDA DEPARTMENT of CORRECTIONS · CORRECTIONS Interim Secretary ... SAFETY STANDARDS: Unless otherwise stipulated in the bid, ... Department of Corrections ,

Page 30 of 30 Model Commodity Term Bid (08/08/2012) ITB# 12-DC-8385

MANDATORY FORM

COST INFORMATION SHEET (CON’T)

Page 3 of 3

BID NO.: # 12-DC-8384R

DELIVERY WILL BE MADE WITHIN 7-28 DAYS AFTER RECEIPT OF ORDER. (If Section 3.2 of this bid

indicates a specific number of days required for delivery, then the number of days you insert here may be less

than those required, but cannot be more.)

Bidders whose principal place of business is located outside of the state of Florida, must accompany their bid

response documents with a written opinion of an attorney at law licensed to practice law in that foreign state, as to

the preferences granted by that state to its own business entities in the letting of public contracts. The written

document must identify either the preference granted or a statement that no preferences are granted.

The Jones Metal Products Co., Inc. DBA The Jones Zylon Co. 31-4220410

NAME OF BIDDER FEID#

Original Signature on File

SIGNATURE OF AUTHORIZED REPRESENTATIVE DATE

Revised 5/16/2016