STATE OF OHIO
DEPARTMENT OF ADMINISTRATIVE SERVICES
GENERAL SERVICES DIVISION
OFFICE OF PROCUREMENT SERVICES
4200 SURFACE ROAD, COLUMBUS, OH 43228-1395
MANDATORY USE CONTRACT FOR: DAS - WATER FILTRATION FILTERS
CONTRACT No.: ITB025350
CONTRACT ID: 25350
EFFECTIVE DATES: 5/1/2025 to 4/30/2028
SUPPLIER: UNDEFINED
The Department of Administrative Services has accepted bids submitted in response to Invitation to Bid No.
(SRC0000025988). The evaluation of the bid response(s) has been completed. The bidder(s) listed herein have
been determined to be the lowest responsive and responsible bidder(s) and have been awarded a contract for the
items(s) listed. The respective bid response, including the Instructions to Bidders and Standard Terms and
Conditions, special contract terms & conditions, any bid addenda, specifications, pricing schedules and any
attachments incorporated by reference and accepted by DAS become a part of this Requirements Contract.
This Requirements Contract is effective beginning and ending on the dates noted above unless, prior to the
expiration date, the Contract is renewed, terminated or cancelled in accordance with the Contract Terms and
Conditions.
CONTRACT RENEWAL. This Contract may be renewed after the ending date of the Contract solely at the
discretion of the Contracting Agency for a period of one month. Any further renewals will be by mutual agreement
between the Contractor and the Contracting Agency for any number of times and for any period of time. The
cumulative time of all mutual renewals may not exceed 24 months unless the Contracting Agency determines that
additional renewal is necessary.
This Requirements Contract is available to Ohio Department of Administrative Services, as applicable.
Agencies are eligible to make purchases of the listed supplies and/or services in any amount and at any time as
determined by the agency. The State makes no representation or guarantee that agencies will purchase the
volume of supplies and/or services as advertised in the Invitation to Bid.
This Requirements Contract and any Amendments thereto are available from the OhioBuys public portal at the
following address:
https://ohiobuys.ohio.gov/page.aspx/en/usr/login?ReturnUrl=%2fpage.aspx%2fen%2fbuy%2fhomepa
ge
Signed: _____________________________________________________________________
Kathleen C. Madden, Director
Date
Page 1 of 5
1 - SPECIFICATIONS AND REQUIREMENTS
1.1 SCOPE:
1.1.1
1.1.2
The State of Ohio Office of Properties and Facilities (OPF) has requirements for water filtration
filters. Table 1 indicates the specifications and requirements of the supplies. Items will be the
exact brand, model, and units of measure specified. Installation of the filters will be performed
by OPF.
These materials and supplies will be delivered to various OPF-managed locations listed in Table
2, according to the Purchase Order issued by DAS.
1.1.2.1 Contractor will deliver, as indicated, within five (5) business days of request.
1.1.2.2 Contractor responsible to provide all necessary equipment and personnel to offload
product.
1.1.2.3 Contractor shall deliver the product to the building location, as required by DAS.
1.2
SPECIFICATIONS
Table 1. Water Filtration Product Requirements
Item #
Manufacturer
Description
133100
NuStream Filtration
(Proprietary)
40" L x 2.5” D, CMF(Charged Membrane Filter} Legionella Barrier
Cartridge, 222 O-ring, 0.02 micron
AMMB
P5A401SD
or
S-F-MJ
S-F_PPO-1A-
40-N-NS-PC-
222F
Pnucor Filtration
or
The Carey Company
or
Equivalent
The Carey Company
or
Equivalent
Melt Blown, Polypro,5 Micron, 40" L x 2.5” D with 1” nominal ID,
cartridge filter, flat ends
40" L x 2.5” OD, Polypropylene Cage, 1 micron, silicon seal,
encaps: 222/fin
DSU-H
Nephros
Inline Water Filter (180 day)
S100
or
AT30361
53100C
Nephros
or
Aqua Tools
Elkway
Handheld Shower Filter (90 day)
WaterSentry Lead + Microplastics NSF/ANSI Certified 3000-Gal 12
Month Filter. Nominal: 3 1/8” D x 9 ½” L
Note: Equivalent filters must be approved by DAS.
Page 2 of 5
Table 2. OPF Building Locations for delivery purposes only. No bid inquiries can be made to the facilities.
County
Location
Office Building
Address
Phone
Hours of
Receipt and Delivery
Cuyahoga
Lausche State
Office Building (Lausche)
615 Superior Avenue,
Cleveland, OH 44113
216-787-3840
8:00am-4:00pm
Franklin
25 S Front (25 SF)
25 South Front Street,
Columbus, OH 43215
614-466-2400
8:00am-4:00pm
Franklin
Riffe Center for
Government & Arts (Riffe)
77 S. High Street,
Columbus, OH 43215
614-644-5391
8:00am-4:00pm
Franklin
Rhodes State
Office Tower (Rhodes)
30 E. Broad Street,
Columbus, OH 43215
614-466-7361
8:00am-4:00pm
Franklin
North High
Complex (NHC)
246 North High Street, and
35 E. Chestnut St.,
Columbus, OH 43215
614-387-1133
8:00am-4:00pm
Franklin
4200 Surface Road
(Surface)
4200 Surface Road
Columbus, OH 43228
614-466-2400
8:00am-4:00pm
Franklin
State of Ohio Computer
Center (SOCC)
1320 Arthur E. Adam Dr.,
Columbus, Ohio 43221
614-644-3804
8:00am-4:00pm
Licking
8995 E. Main
8995 E. Main Street
Reynoldsburg, Ohio 43068
614-466-2400
8:00am-4:00pm
Additional Facilities, managed by DAS, may be added to the Contract through negotiation and amendment.
Pricing for any additional facilities must be in line with the current Contract pricing.
Orders are anticipated to be placed twice per year.
1.3
BIDDERS MUST COMPLETE THE FOLLOWING COST ALLOCATION CATEGORIES:
Cost Allocation: As a baseline for evaluation of price adjustment requests for this Contract, Bidders
shall indicate the percentage of total costs for the following cost elements. The sum of all
percentages must equal one hundred percent. Bidders may add additional cost categories if
appropriate. Failure to complete the following cost category information may render your bid not
responsive.
ADMINISTRATIVE
COST PERCENTAGE
LABOR COST
PERCENTAGE
MATERIALS COST
PERCENTAGE
TRANSPORTATION
COST PERCENTAGE
TOTAL
100%
CONTRACTOR RESPONSIBILITIES. The Contractor must meet all ITB requirements and perform Work as
defined in the Scope of Work.
Page 3 of 5
2 - STANDARD TERMS AND CONDITIONS
State of Ohio Standard Terms and Conditions (revised 03/01/24) will apply to this Contract.
3 - CONTRACT SPECIFIC TERMS AND CONDITIONS
3.1 - ORDER OF PRIORITY
The order of priority of the Contract will be the following: 1.) Specifications and Requirements; 2) Contract Specific
Terms and Conditions; 3) Standard Terms and Conditions.
3.2 - AMENDMENT TO CONTRACT TERMS AND CONDITIONS
The following Amendments to the Contract Terms and Conditions do hereby become a part hereof. In the event
that an amendment conflicts with the Contract Terms and Conditions, the Amendment will prevail.
3.3 - DESCRIPTIVE LITERATURE
The Bidder may be required to submit descriptive literature of the supplies or services being offered. If requested,
the literature will be used in the evaluation process to determine the lowest responsive and responsible bidder. If
not provided as part of the bid response, the Bidder must provide said literature within seven (7) calendar days
after request/notification by the Office of Procurement Services to do so. Failure of the bidder to furnish descriptive
literature either as part of their bid response or within the time specified herein will deem the bidder not responsive.
3.4 - PRODUCT SAMPLES
The bidder(s) may be required to submit samples of the supplies being offered. The samples will be used in the
evaluation process to determine the lowest responsive and responsible bidder. If not included as part of their bid
response, the bidder will be required to provide the samples within seven (7) calendar days after notification.
Failure to provide the samples within the stated time period will result in the bidder being deemed not responsive.
After award of the contract, the samples will be used as a basis of comparison with actual product delivered under
contract. Any variation between the samples and product being delivered will be considered as an event of default.
Any variations between the samples and actual product being delivered that are due to manufacturer changes may
be acceptable and shall require prior written approval from DAS.
3.5 - FIXED PRICE WITH ECONOMIC ADJUSTMENT
The contract prices(s) will remain firm for the first twelve (12) months duration of the contract. Thereafter, the
Contractor may submit a request to increase their price(s) to be effective sixty (60) calendar days after acceptance
by DAS. No price adjustment will be permitted prior to the effective date of the increase received by the Contractor
from its suppliers, or on purchase orders that are already being processed, or on purchase orders that have been
filled and are awaiting shipment. If the Contractor receives orders requiring quarterly delivery, the increase will
apply to all deliveries made after the effective date of the price increase.
The price increase must be supported by a general price increase in the cost, due to increases in the cost of raw
materials, labor, freight, Workers' Compensation and/or Unemployment Insurance, etc. Detailed documentation,
to include a comparison list of the contract items and proposed price increases, must be submitted to support the
requested increase. Supportive documentation should include, but is not limited to: copies of the old and the
current price lists or similar documents which indicate the original base cost of the product to the Contractor and
the corresponding increase, and/or copies of correspondence sent by the Contractor's supplier on the supplier's
letterhead, which contain the above price information and explains the source of the increase in such areas as raw
materials, freight, fuel or labor, etc.
Should there be a decrease in the cost of the finished product due to a general decline in the market or some other
factor, the Contractor is responsible to notify DAS immediately. The price decrease adjustment will be incorporated
into the contract and will be effective on all purchase orders issued after the effective date of the decrease. If the
price decrease is a temporary decrease, such should be noted on the invoice. In the event that the temporary
decrease is revoked, the contract pricing will be returned to the pricing in effect prior to the temporary decrease.
For quarterly deliveries, any decrease will be applied to deliveries made after the effective date of the decrease.
Failure to comply with this provision will be considered as a default and will be subject to the
“Suspension/Termination” and the “Contract Remedies” sections of the “Standard Contract Terms and Conditions”.
Page 4 of 5
3.6 - DELIVERY
Supplies will be delivered to the participating agency within five (5) days after receipt of order. The delivery location
will be noted on the purchase order issued by the participating agency.
4 - INVITATION TO BID INSTRUCTIONS
Instructions, Terms and Conditions for Bidding that apply to the solicitation.
5 - SPECIAL INSTRUCTIONS TO BIDDERS
5.1 - BRAND SPECIFIC
Where applicable, the items listed are being bid by specified manufacturer brand pursuant to Ohio Administrative
Code 123:5-1-10(D)(6). No other brands of products will be acceptable.
5.2 - CONTRACT AWARD
The contract will be awarded to the lowest responsive and responsible bidder by specified manufacturer brand
pursuant to Ohio Administrative Code 123:5-1-10(D)(6). No other brands of products will be acceptable.
5.3 - EVALUATION
Bids will be evaluated in accordance with Article I-15 of the “Instructions to Bidders”. In addition, the state will: In
addition, the state will: the state will determine the low lot total by multiplying the unit cost by the estimated usage
listed in the bid and then adding each of the totals together to arrive at a total for all items.
Page 5 of 5
This page summarizes the opportunity, including an overview and a preview of the attached documents.