Bid 2024-07 Water Filling Stations
Louisiana > Tangipahoa Parish School System
Sealed Bid: 62843183
Listing Information/Advertisement:


 
TANGIPAHOA PARISH SCHOOL SYSTEM
Amite, Louisiana
 
BID # 2024-07
 
BOTTLE FILLING STATIONS
 
TO BE OPENED:  2:00 P.M., Thursday, November 9, 2023
 
 
 
The Tangipahoa Parish School System will accept sealed bids up until the above stated time, at its office, 59656 Puleston Road, Amite, Louisiana or on-line at www.centralauctionhouse.com for a fee paid to the website for Bottle Filling Stations.
 
Bids not submitted on-line shall be sealed and mailed Special Delivery, Certified, Return Receipt, or Hand Delivered to the Tangipahoa Parish School System Office, 59656 Puleston Road, Amite, Louisiana, 70422, Attn: Purchasing Department, and a receipt obtained. UPS, DHL and Federal Express are acceptable means of delivery. Any bid mailed that is not certified will not be accepted. Please indicate, “Bid 2024-07 Water Filling Stations” on your bid envelope.
 
All bids arriving after the above stated date and hour will not be accepted.  Bids by email or fax will not be accepted.
 
 No bid may be withdrawn after the scheduled closing time for receipt of bids for at least sixty (60) days.
 
The Tangipahoa Parish School System reserves the right to reject any and all bids, adjust quantities by increasing or decreasing, and to waive any informalities.
 
All prices shall include delivery to TPSS Warehouse, 59660 Puleston Road, Amite, Louisiana, 70422.
 
Award will be made on the overall total of all items to the low bidder who meets specs. Bidders must bid on all items.
 
Taxes shall not be included. Act 1029 of 1991 exempts the System and the schools from any Sales and Use Taxes.
 
All items for purchases must be new, never previously used. No remanufactured, demonstrated, used or irregular product will be considered for purchase.
 
Due to the necessity to retrofit existing units with matching setups and sizes, items are to be bid as stated on the bid form on page 9.  If a substitute is bid, the Tangipahoa Parish School System will not accept responsibility or the cost for proving that any substitute bid will retrofit intended replacement.
 
The Tangipahoa Parish School System intends to purchase in the quantities stated on page 9 with the option to purchase additional units if needed during the year.
 
Contact Peter Tesvich at 985-748-2420 or [email protected] with any questions.
 ADDITIONAL PROVISIONS
 
Required Contract Provisions from Appendix II of 2 CFR Part 200 (Some provisions may not be applicable to the vendor depending on type of bid submitted)         
1. Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor” (Appendix ll of 2 CFR Part 200E).
2. Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency Appendix II of 2 CFR Part 200(D).
3. The vendor shall comply with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or sub recipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency (Appendix II of 2 CFR Part 200 (D).
4. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence (Appendix II of 2 CFR Part 200(l).
5. Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of “funding agreement” under 37 CFR §401.2 (a) and the recipient or sub recipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or sub recipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency (Appendix II of 2 CFR Part 200(F).
6. Contracts for more than the simplified acquisition threshold currently set at $250,000 for the federal threshold,, or  $60,000 for the state threshold, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate (Appendix II of 2 CFR Part 200(A).
7. Termination of Contracts: All contracts in excess of $10,000 must address termination for cause and for convenience by the non-Federal entity including the manner by which it will be effected and the basis for settlement (Appendix II of 2 CFR Part 200(B).
8. Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended—Contracts and sub grants of amounts in excess of $150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA) (Appendix II of 2 CFR Part 200(G).
9. Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549 (Appendix II of 2 CFR Part 200(H)..
10. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award (Appendix II of 2 CFR Part 200(l).
11. Standards of Conduct and Certification for Procurement- See Attached
12. Procurement Standards of Conduct Certification Statement- See Attached
 
Required Contract Provisions from 2 CFR Part 200
1. Procurement of recovered materials- A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines (2 CFR Part 200.322)
Required Contract Provisions from 7 CFR Part 210
1. The vendor shall comply with the Buy American Provision for contracts that involve the purchase of food, USDA Regulation (7 CFR Part 250 and 7 CFR Part 210).  The vendor is required to utilize, to the maximum extent practicable, domestic commodities and products.
The District participates in the National School Lunch Program and School Breakfast Program and is required to use the nonprofit food service funds, to the maximum extent practical, to buy domestic commodities or products for Program meals. A “domestic commodity or product” is defined as one that is either produced in the U.S. or is processed in the U.S. substantially using agricultural commodities that are produced in the U.S. as provided in 7 CFR Part 210.21(d).
Exceptions to the Buy American provision should be used as a last resort; however, an alternative or exception may be approved upon request. To be considered for the alternative or exception, the request must be submitted in writing to a designated official, a minimum of day 14 days in advance of delivery. The request must include the:
         1. Alternative substitute (s) that are domestic and meet the required                                          specifications:
Price of the domestic food alternative substitute (s); and
Availability of the domestic alternative substitute (s) in relation to the amount    ordered.  2. Reason for exception: limited/lack of availability or price (include price):
Price of the domestic food product; and
Price of the non-domestic product that meets the required specification          of the domestic product.Other Contract Provisions
 
1. The vendor shall comply with the following civil rights laws, as amended:  Title VI of the Civil Rights Act of 1964;   Title IX of the Education Amendments of 1972; Section 504 of the Rehabilitation Act of 1973; the Age Discrimination Act of 1975; Title 7 CFR Parts 15, 15a, and 15b; the Americans with Disabilities Act; and FNS Instruction 113-1, Civil Rights Compliance and Enforcement in School Nutrition Programs.
Provision requiring contractor to maintain all required records for three years after final payment and all other pending matters (audits) are closed for all negotiated contracts.Piggybacking Provision
Tangipahoa Parish School System will allow piggybacking if the vendor agrees as long as it does not cause a material change per federal code.
 
 
 
 
 
STANDARDS OF CONDUCT AND CERTIFICATION FOR PROCUREMENT
 
In accordance with 2 CFR Part §200.318. the following standards of conduct must be followed by all officers, employees, or agents of the non-Federal entity herein named, (SPONSOR) Tangipahoa Parish School System that are engaged in the selection, award and administration of contracts:
 
• No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a Federal award if he or she has a real or apparent conflict of interest. Such a conflict of interest would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of the parties indicated herein, has a financial or other interest in or a tangible personal benefit from a firm considered for a contract.
• The officers, employees, and agents may neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts.
• Disciplinary actions shall be applied for violations of above standards by officers, employees, or agents, up to and including termination from the program
• Officers, employees, and agents shall avoid acquisition of unnecessary or duplicative items. Consideration shall be given to consolidating or breaking out procurements to obtain a more economical purchase. Where appropriate, an analysis will be made of lease versus purchase alternatives, and any other appropriate analysis to determine the most economical approach.
• To foster greater economy and efficiency, and in accordance with efforts to promote cost-effective use of shared services across the Federal Government, officers, employees, and agents shall make every effort to enter into state and local intergovernmental agreements or inter-entity agreements where appropriate for procurement or use of common or shared goods and services.
• Officers, employees, and agents shall make every effort to use Federal excess and surplus property in lieu of purchasing new equipment and property whenever such use is feasible and reduces project costs.
• Officers, employees, and agents shall make every effort to use value engineering clauses in contracts for construction projects of sufficient size to offer reasonable opportunities for cost reductions. Value engineering is a systematic and creative analysis of each contract item or task to ensure that its essential function is provided at the overall lower cost.
• Officers, employees, and agents shall award contracts only to responsible contractors possessing the ability to perform successfully under the terms and conditions of a proposed procurement. Consideration will be given to such matters as contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. (See also §200.212 Suspension and debarment)
• Officers, employees, and agents shall maintain records sufficient to detail the history of procurement. These records will include, but are not necessarily limited to the following: rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the contract price.
 
• Officers, employees, and agents shall use a time and materials type contract* only after a determination that no other contract is suitable and if the contract includes a ceiling price that the contractor exceeds at its own risk.
 
*Time and materials type contract means a contract whose cost to a non-Federal entity is the sum of:
(i) The actual cost of materials; and
(ii) Direct labor hours charged at fixed hourly rates that reflect wages, general and
administrative expenses, and profit. (See §200.319(J2) for further detail}
• Officers, employees, and agents of following: Tangipahoa Parish School System (Sponsor), shall do the following:
 
o Accept full responsibility, in accordance with good administrative practice and sound business judgment, for the settlement of all contractual and administrative issues arising out of procurements. These issues include, but are not limited to, source evaluation, protests, disputes, and claims.
o Make available, upon request of the Federal awarding agency or pass-through entity, technical specifications on proposed procurements where the Federal awarding agency or pass-through entity believes such review is needed to ensure that the item or service specified is the one being proposed for acquisition, including procurement documents, such as requests for proposals or invitations for bids, or independent cost estimates, in accordance with §200.324
 
These standards do not relieve the non-Federal entity of any contractual responsibilities under its contracts. The Federal awarding agency will not substitute its judgment for that of the non-Federal entity unless the matter is primarily a Federal concern. Violations of law will be referred to the local, state, or Federal authority having proper jurisdiction.
 
 
 
 
 
 
 
 
 
 
PROCUREMENT STANDARDS OF CONDUCT CERTIFICATION STATEMENT
I, _____________ (Authorized Representative) for ____________ (Sponsor) hereby certifies the following:
• Officers, employees, and agents shall conduct all procurement transactions in a manner providing full and open competition consistent with the standards of §200.319, (inclusive of written procedures for procurement transactions that:
o Ensure clear and accurate description of technical requirements for the material, product, or service to be procured
o Identify all requirements which must be fulfilled by offeror’s and all factors to be used in the evaluation of bids and proposals
o Ensure that all prequalified lists of persons, firms, or products which are used in acquiring goods and services are current and include enough qualified sources to ensure maximum open and free competition
o Ensure that potential bidders are not precluded from qualifying during the solicitation period
• Officers, employees, and agents shall conduct all procurement transaction, using one of the methods of procurement noted in §200.320 (micro-purchases, small purchase, sealed bids, competitive proposals, non-competitive proposals*)
  *See §200.320{f) for listing of criteria that must be established in order to utilize non-competitive proposals
• Officers, employees, and agents shall take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used when possible, in accordance with §200.321.
• Officers, employees, and agents shall comply with the procurement of recovered materials, as specified in §200.322.
• Officers, employees, and agents shall perform a cost or price analysis in connection with every procurement action in excess of the Simplified Acquisition Threshold, including contract modifications, in accordance with §200.323.
• Officers, employees, and agents shall ensure that the bonding requirements are followed, in accordance with §200.325
• Officers, employees, and agents shall ensure that the all contracts contain the applicable provisions described in Appendix II to Part 200, in accordance with §200.326
• Officers, employees, and agents shall comply with the retention requirements for records, in accordance with §200.333
• Officers, employees, and agents shall provide access to records, in accordance with §200.336
• Officers, employees, and agents shall adhere to the Cost Principles contained in Subpart E §200.403- §200.475
________________________________________                                                  ___________________________
             Authorized Representative                                                                                    Date
PRODUCT SPECIFICATIONS
 
Model # EZS8WSLK (or equivalent)
 
Elkay ezH2O® Bottle Filling Station with Single ADA Cooler Non- Filtered Refrigerated Light Gray. Chilling Capacity of 8.0 GPH (gallons per hour) of 50 degrees F drinking water, based on 80? F inlet water and 90 degrees F ambient, per ASHRAE 18 testing. Features shall include Antimicrobial*, Green TickerTM, Hands Free, Laminar Flow, Real Drain. Furnished with Flexi-Guard ® Safety Bubbler. Electronic Bottle Filler Sensor with Electronic Front and Side Bubbler Pushbar activation. Product shall be Wall Mount (On Wall), for Indoor applications, serving 1 station(s). Unit shall be certified to UL 399 and CAN/CSA C22.2 No. 120.
                                                                                                                                                           
Special Features: Antimicrobial, Green TickerTM, Hands Free, Laminar Flow, Real Drain
 
Finish: Light Gray Granite
Power: 115V/60Hz
Bubbler Style: Flexi-Guard ® Safety Bubbler
Activation by: Electronic Bottle Filler Sensor with Electronic Front and Side Bubbler
Pushbar
 
Mounting Type: Wall Mount (On Wall)
Chilling Capacity*: 8.0 GPH
Full Load Amps: 6
Rated Watts: 370
Dimensions: (L x W x H): 18-3/8" x 19" x 39-1/16"
Approx. Shipping Weight: 82 lbs.
Installation Location: Indoor
No. of Stations Served: 1
*Based on 80° F inlet water & 90° F ambient air temp for 50° F chilled
drinking water.
 
Special Note: Non-filtered model
Green Ticker: Informs user of number of 20 oz. plastic water bottles saved from waste.
Laminar flow provides clean fill with minimal splash.
Key plastic components are manufactured with silver ion antimicrobial agent helping to provide clean, stain- and odor-free surfaces.
Real Drain System eliminates standing water.
 
*Antimicrobial claims are in refence to components manufactured
antimicrobial agents, helping to provide clean, stain- and odor-free
surfaces.
 
COOLING SYSTEM
Compressor: Hermetically-sealed, reciprocating type, single phase. Sealed-in lifetime lubrication.
Condenser: Fan cooled, copper tube with aluminum fins. Fan motor is permanently lubricated.
Cooling Unit: Combination tube-tank type. Continuous copper tubing with is fully insulated with EPS foam that meets UL requirements for self-extinguishing material.
Refrigerant Control: Refrigerant R-134a is controlled by accurately calibrated capillary tube.
Temperature Control: Easily accessible enclosed adjustable thermostat is factory preset. Requires no adjustment other than for altitude requirements.
 
5 Year Limited Warranty on the refrigeration system of the unit.
Electrical components and water system are warranted for 12 months
from date of installation. Warranty pertains to drinking water
applications only. Non-drinking water applications are not
covered under warranty.
 
BID FORM                                           
Item                                                    Quantity           Unit Price                Total Price
 
 
 
 
Bottle Filing Stations                     200             ___________            _____________
 
 
 
 
 
 
 
____________________________                            _____________________________
COMPANY NAME (Please print)                             ADDRESS
 
 
                                                                                                                                                           
____________________________                            _____________________________
EMAIL ADDRESS                                                     PHONE NUMBER                                
 
 
 
_____________________________                       ___________________________
SIGNATURE                                                                   PRINTE

SUBMITTAL INFORMATION
Creator Username: TPSSPT
Bidding Privacy: Bid encryption
Started: 24-Oct-2023 12:00:00 AM CDT
Ends: 09-Nov-2023 2:00:00 PM CST ( Expired )
History: 148 Views, 0 Messages
Event Status: Expired since 09-Nov-2023 2:00:00 PM CST
Actions: Sign-In to Bid
Username:

Password:
Visitors: Visitors/Central Bidding Plan Holders
DOWNLOAD BID DOCUMENTS
PUBLIC MESSAGE BOARD
Discuss questions with the owner/creator of this Listing.
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::