CNP Bid Refer to Bid# CNP Equipment-2018

Size: px
Start display at page:

Download "CNP Bid Refer to Bid# CNP Equipment-2018"

Transcription

1 Selma City Public Schools CNP Bid Refer to Bid# CNP Equipment-2018 BID INSTRUCTIONS General Overview The Selma City Public Schools is seeking sealed bid proposals for various cooking/kitchen equipment listed below. Proposals shall be based on the parameters set forth in the following pages. The bid, if awarded, will be on the basis of the total bid proposal including service and warranty information. Format Bidders are advised to respond to the pricing and configuration in the format presented. Those sections of the bid that require a response must be addressed completely or the bid may be rejected for noncompliance. Bid Schedule Bid issued July 2, 2018 Bid Submission July 23, :00 P.M. Vendor Selection TBA Bid Conditions All prices should include delivery of materials to the installation site, complete set-up and finial connections. In the process of the final connection, if the successful bidder is unable to make final connections due to inoperable connections, Selma City Schools will incur the cost of repair. If items are not bid exactly as specified, indicate by giving name brand in the space provided. Specifications for substitute items should be attached to the bid (including manufacturer warranty information). Brand names are listed to ensure compatibility with existing equipment, establish quality standards, and facilitate continuity of warranties. They are not intended to restrict the bidding of any dealer or manufacturer. Warranty terms and service capabilities will be considered an integral part of the bid. 1

2 Vendor inquires Questions concerning discrepancies, ambiguities, or omissions in this bid should be submitted in writing. They must be received by 2:00 PM on July 23, Only written responses will be binding. Any addenda will be ed or faxed upon request. Vendors may address questions and comments regarding this bid to: Aelia S. Adams Selma City Board of Education 2194 Broad Street P. O. Box 350 Selma, Alabama Cell: Phone: FAX: Submission of Bid The sealed bid response should include: Two (2) copies of bid All requested vendor information Bid Bond Specifications Sheet for each item Sealed bids may be mailed or delivered to the following address: 2 Selma City Board of Education ATTN: Aelia S. Adams, Child Nutrition Program Director 2194 Broad Street Selma, Alabama Phone: cell Authorized Signature An authorized representative of the vendor s company shall sign each proposal. Additionally, it should include E-Verify documentation and a list of authorized individual to work with the School System representative. Submission Date The bids should be submitted on or before July 23, :00 PM. Bids not received by this date and time will automatically be disqualified from consideration. Bid should be submitted in a sealed envelope

3 with the company s name, bid due date and time, and the words SEALED BID FOR: Selma City Schools CNP- Equipment-2018 all clearly noted on the outside. Oral, telephone, or bids shall not be considered, nor will modifications of proposals by such communication be considered. All bidders are welcome at the bid opening. Basis of Award Customer Review The Selma City Public Schools will review all proposals to ensure compliance with the specification criteria for the items listed. Quality of products, as well as compatibility of items bid with existing equipment will all be considered when reviewing bids. It is the intent of the Selma City School Board of Education to award the bid to the lowest responsive bidder that meets all specification as a total package. However, the Board reserves the right to award the bid in any manner, which will best serve the interest of the Selma City Board of Education. The successful bidder shall guarantee all material and labor for a period of not less than one (1) year against defects of material or workmanship. The guarantee shall be dated from the time of acceptance. The successful bidder shall replace any material proved to be defective (except when it is clearly shown that the defects are caused by misuse and not by the manufacturer) immediately upon notification. Additional warranty considerations may be a factor in the bid award. Prices must include delivery, complete set-up, final connections and removal of packaging materials resulting from bid. Awarded vendor must be able to service equipment within 24 hours of notice. SCHOOL TO REMOVE AND DISPOSE OF OR STORE EXISTING EQUIPMENT. SUCCESSFUL BIDDER TO VERIFY LAYOUT, DIMENSIONS AND UTILITY REQUIREMENTS; DELIVER EQUIPMENT, UNCRATE, SET IN PLACE, LEVEL, CONTRACTOR WILL BE RESPONSIBLE FOR ALL FINAL CONNECTIONS AND REMOVECRATING. Customer Acceptance / Rejection The School System reserves the right to accept or reject any and all bids, or waive any formalities when such action is in the best interest of the Selma City Board of Education. The School System further reserves the right to reject the bid of a Vendor who has previously failed to perform properly or to complete on time contracts of a similar nature. To reject the bid of a vendor who in the opinion of the Selma City School Board is not in a position to adequately perform the contract. This bid is for four (4) locations. 3

4 Bid Validity Prices Pricing should be for new equipment only. Price quoted must include delivery and set-up of equipment to each site. Firm prices shall be bid and include all packing, handling, shipping charges and delivery to each destination shown. The Selma City Board of Education is exempt from all taxes. This statement is not to be construed in a way as relieving the seller or contractor from their tax obligation. The Selma City School Board shall only pay the price of amount quoted and nothing more. Contractual Relationship Nothing herein creates any contractual relationship between the School System and the bidder. However, statements contained in the responses of the successful bidder will become part of the contract for installation, equipment, and services. Bid Bond A 10% bid bond is required or a certified check for that amount. It is the policy of the Selma City Board of Education that no person shall, on the grounds of race, color, disability, sex, religion, national origin, or age, be excluded from participation in any purchasing process or be subjected to discrimination. A Mandatory Site Visits Vendors must visit each of the sites by calling Aelia S. Adams (o) , (m) American Made All equipment must be American made. POTENTIAL VENDOR PROFILE Corporate Name and Address The vendor shall list their full corporate name and address. The Vendor shall also state their status, i.e. manufacturer, distributor agent, contractor, etc. Sales, Installation and Support Office The vendor shall list their office that will support this contract. Product / Services Offerings The vendor shall briefly describe its products and services and lines of business. 4

5 Terms Payment will be rendered fifteen days after completion and invoice rendered. Availability of Phone Support List the phone number(s) and daily hours your staff will be available for support. References Please list at least five references (including contact information) for which you have provided similar goods or services. This is only if you have not done business with Selma City Schools in the past. Phone: Phone: Phone: Phone: Phone: I, (Signature), authorized agent of (company), have read the above conditions and provisions of this request for proposal. I do hereby attest to the accuracy of the information provided. 5

6 School and Addresses Michael Steele Clark Elementary 405 Lawrence Street Selma, AL Sabrina Scott 2180 Broad Street Selma, AL

7 Kettle, Electric Tilting -2 required Model-K60ELT or Like Model Electric 60-gallon self-contained, stainless steel, 2 3 jacketed floor mounted tilting steam kettle. Ellipsoidal bottom kettle liner formed and fully welded standard type 316 and type 304 stainless steel exterior. Reinforced 3 8 x 1 inch bar rim. Embossed gallon/liter markings. 50 psi (3.4 kg/cm2) steam jacket rating. Stainless steel enclosure for water resistant controls, self-locking tilt mechanism and faucet bracket. Controls include a power switch, power on light, solid state temperature control, vacuum/pressure gauge, pressure relief valve, low water light and lower water shut-off. Kettle tilts forward 90 to completely empty. Tubular stainless steel legs with flanged feet. Electrical requirements are to be verified prior to ordering. Optional equipment includes motorized power tilt, spring assisted cover, 2 draw off valve with perforated strainer, and a double pantry faucet with 18 double jointed spout. If unit is not model listed above list manufacture name and model number. Manufacture Name: Model Number: Signature: Unit Price: Total Price: 7

8 PRICING SHEET Vendor Item Quantity Schools Unit Price Total Price Electric Kettle 60-gallon 1Kettle, Electric Tilting Selma High School $ $ 1Kettle, Electric Tilting Clark Elementary $ $ Grand Total: $ 8

9 Non Discrimination Statement In accordance with Federal civil rights law and U.S. Department of Agriculture (USDA) civil rights regulations and policies, the USDA, its Agencies, offices, and employees, and institutions participating in or administering USDA programs are prohibited from discriminating based on race, color, national origin, sex, disability, age, or reprisal or retaliation for prior civil rights activity in any program or activity conducted or funded by USDA. Persons with disabilities who require alternative means of communication for program information (e.g. Braille, large print, audiotape, American Sign Language, etc.), should contact the Agency (State or local) where they applied for benefits. Individuals who are deaf, hard of hearing or have speech disabilities may contact USDA through the Federal Relay Service at (800) Additionally, program information may be made available in languages other than English. To file a program complaint of discrimination, complete the USDA Program Discrimination Complaint Form, (AD-3027) found online at: and at any USDA office, or write a letter addressed to USDA and provide in the letter all of the information requested in the form. To request a copy of the complaint form, call (866) Submit your completed form or letter to USDA by: (1) mail: U.S. Department of Agriculture Office of the Assistant Secretary for Civil Rights 1400 Independence Avenue, SW Washington, D.C ; (2) fax: (202) ; or (3) program.intake@usda.gov. This institution is an equal opportunity provider. 9