request for bid for fruit slush with equipment … · 2 richardson independent school district...

29
1 RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR BID FOR FRUIT SLUSH WITH EQUIPMENT AND SERVICE RFB #1262 The Richardson Independent School District (RISD) is soliciting bids for Fruit Slush with Equipment as per specifications stated in this solicitation document. Sealed bids shall be submitted in an envelope marked on the outside with the bidder’s name, address and bid number RFB # 1262 Fruit Slush to: Richardson Independent School District Purchasing Department 970 Security Row Richardson, Texas 75081 Bids will be received at the above address until 1:30 PM (CST) - THURSDAY, February 28, 2013. Bids will be publicly opened at 2:30 PM (CST) the same day. Bids must be submitted in sufficient time to be received and time-stamped at the above location on or before the published bid date and time shown on the RFB. Richardson Independent School District will not be responsible for delivering mail from the post office. Bids received after the published time and date may not be considered. FAX bids will not be accepted. When downloading from the web page it is necessary to open and download the Price Sheet (required). The Price Sheet MUST be filled out, signed, and returned with bid. The bid name and number must be identified on the outside envelope being delivered (i.e. Federal Express, UPS, US Postal Service, and Hand Delivery.) The bidder shall quote prices F.O.B. Destination, freight prepaid and allowed, delivered to the Richardson I.S.D. location to be determined by project. Bidders must submit sealed bids and ( 1 ) copy on a flash or jump drive in the form of the executed Bid Form together with any material required by any addendum to this RFB by the time and date specified. This is a compliance bid to establish vendors and cost which will allow for the legal acquisition of Fruit Slush Product with Machine. Bid prices must remain firm for three (3)-years from date of award for bid to be considered. RISD’s contact for this bid/proposal is Barbara Hoffman via e-mail [email protected] Contact between solicited vendors and user departments during the request for sealed bid process or evaluation process is prohibited. Any attempt by a solicited vendor to contact the departments will result in disqualification. All questions regarding bids must be submitted in writing no later than close of business day Monday, February 25, 2013.

Upload: ngothu

Post on 27-Apr-2018

215 views

Category:

Documents


2 download

TRANSCRIPT

1

RICHARDSON INDEPENDENT SCHOOL DISTRICT

400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

REQUEST FOR BID

FOR FRUIT SLUSH WITH EQUIPMENT AND SERVICE RFB #1262

The Richardson Independent School District (RISD) is soliciting bids for Fruit Slush with Equipment as per specifications stated in this solicitation document. Sealed bids shall be submitted in an envelope marked on the outside with the bidder’s name, address and bid number RFB # 1262 – Fruit Slush to: Richardson Independent School District

Purchasing Department 970 Security Row Richardson, Texas 75081

Bids will be received at the above address until 1:30 PM (CST) - THURSDAY, February 28, 2013. Bids will be publicly opened at 2:30 PM (CST) the same day. Bids must be submitted in sufficient time to be received and time-stamped at the above location on or before the published bid date and time shown on the RFB. Richardson Independent School District will not be responsible for delivering mail from the post office. Bids received after the published time and date may not be considered. FAX bids will not be accepted. When downloading from the web page it is necessary to open and download the Price Sheet (required). The Price Sheet MUST be filled out, signed, and returned with bid. The bid name and number must be identified on the outside envelope being delivered (i.e. Federal Express, UPS, US Postal Service, and Hand Delivery.) The bidder shall quote prices F.O.B. Destination, freight prepaid and allowed, delivered to the Richardson I.S.D. location to be determined by project. Bidders must submit sealed bids and ( 1 ) copy on a flash or jump drive in the form of the executed Bid Form together with any material required by any addendum to this RFB by the time and date specified. This is a compliance bid to establish vendors and cost which will allow for the legal acquisition of Fruit Slush Product with Machine. Bid prices must remain firm for three (3)-years from date of award for bid to be considered. RISD’s contact for this bid/proposal is Barbara Hoffman via e-mail [email protected] Contact between solicited vendors and user departments during the request for sealed bid process or evaluation process is prohibited. Any attempt by a solicited vendor to contact the departments will result in disqualification. All questions regarding bids must be submitted in writing no later than close of business day Monday, February 25, 2013.

2

Richardson Independent School District Purchasing Department

970 Security Row Richardson, TX 75081

BID #1262

FRUIT SLUSH PRODUCT WITH EQUIPMENT AND SERVICE

SCOPE

The purpose of this bid is to establish competitive bids for the purchase of Fruit Ice Slush Product with

Dispensing Machines and Service at no extra charge for the Child Nutrition Service (CN service) and

other departments of Richardson Independent School District (Richardson ISD). The contract will be

awarded to a single vendor to run for a period from May 6, 2013 to May 6, 2016, this is a 3 year contract

for convenience of not moving equipment every year. Review of said services, equipment, and food

products will be made yearly. If there is an extreme increase in market conditions, the successful bidder

may request, in writing, a price increase from the current bid price. Proof of change in market

conditions must accompany a request for price increase.

The Texas Department of Agriculture issued the Texas Public School Nutrition Policy, which states the

nutrition guidelines that must be followed on all foods available on school premises. Fruit drinks and

frozen slush’s must contain a minimum of 100% fruit juice. These policies are intended to supplement

federal policies defined by the U.S. Department of Agriculture’s Food and Nutrition Services. See

www.squaremeals.org website.

Any new Richardson ISD School Sites/Richardson ISD Facilities opening during this contract period will be

included in the terms and conditions of this contract.

GENERAL BID INSTRUCTIONS:

All containers in which products are packaged must be sturdy enough to contain the product.

The successful bidder will be required to replace at no charge to Richardson ISD all products lost due to

spillage or leakage from faulty containers.

Successful bidder must pick up any damaged or unusable products at the time of the next delivery.

A safe working environment must be maintained at all times. Student and staff safety must be of

primary concern therefore, all delivery personnel must have a photo ID and have passed a criminal

background check. Uniforms are preferred but optional.

All questions concerning this bid must be submitted in writing. Verbal responses will be without legal

effect. Direct any questions to:

Barbara Hoffman (469) 593-0565 Fax: (469) 593-0563 E-mail: [email protected]

3

SPECIAL INSTRUCTIONS: Training – The awarded vendor must provide training for the use of equipment storage, maintenance

and handling of your product.

Marketing – The awarded vendor will be required to provide grand opening posters, danglers, point of

sale and nutritional posters.

Product Testing – Richardson ISD reserves the right to test any product not previously tested for student

acceptability and to evaluate the delivery service.

Delivery Requirements – Fruit Slush Product and Machine to (13) thirteen locations, however, all

schools may not participate during the contract period. Deliveries will be made to the receiving area of

each school site during school hours, of 7:30 AM and 1:30 PM. Please state what day of the week

Richardson ISD will be delivered.

High Schools Junior High

Lake Highlands HS Lake Highlands Jr.

Richardson HS Richardson West Jr.

Pearce HS Richardson North Jr.

Berkner HS Forest Meadow Jr.

Lake Highlands Freshman Center Westwood Jr.

Liberty Jr.

Apollo Jr.

Parkhill Jr.

Equipment and products could also be used for catering and staff usage in the administration building

for meetings and conferences.

Ordering and Invoices - The Child Nutrition Department Manager or their designee will call in orders on

an “as needed basis”.

All orders must be accompanied with a three (3)-part invoice. The original and one (1) copy must be left

with the manager. The original will then be used to match the monthly statements provided by the

vendor before payment will be made.

4

SAMPLE PRODUCT TESTING

Richardson ISD may request samples of any product bid. Companies bidding should be prepared to

supply samples and equipment for demonstration at a designated school. Companies will be notified of

the date and time of demonstration. If the company cannot supply sample and demonstrate

equipment, Richardson ISD will not be able to consider the bid. A sample need not be an entire case but

each item must be clearly marked and accompanied by a case label.

CONTACT PERSON

Successful bidder must provide telephone numbers and contact person for equipment failure or any

other problems that arise.

EQUIPMENT AND SERVICE PROGRAM

Machine must be provided at no extra charge.

Machine – The vendor will supply the machine that converts mix and water into ice slush. Machine

must operate on standard 120 volt, 15 amps electric. It must not require water or drain lines. Please

submit picture along with dimensions and electrical requirements.

Service – The vendor will train staff upon installation and provide maintenance by factory trained in

house technicians for the duration of the contract.

EQUIPMENT SPECIFICATIONS:

Equipment must be designed for high-volume commercial foodservice use and have:

120 Volt 15 Amps

Portable

Two (2) bowl capacity

Dispenser must be capable of dispensing two (2) flavors of shelf stable product.

Continuous flow operation for multiple drink sizes

Tank drain exterior location

Machine must be fast, efficient, and simple to operate.

Customize with attractive color trim packages

5

PRODUCT:

Ready Made (no mix) Fruit drinks and frozen slush’s must contain 100% fruit juice.

Product packaged in 1 gallon containers.

BID EVALUATION

As provided in the Texas Education Code 44.031(b), bids will be evaluated on the basis of the following

criteria:

The purchase price The reputation of the vendor and of the vendor’s goods or services The quality of the vendor’s goods or services The extent to which the goods or services meet the district’s needs The vendors past relationship with the district The total long-term cost to the district to acquire the vendor’s goods or services The impact on the ability of the district to comply with laws and rules relating to historically

underutilized businesses. The vendor or the vendor’s ultimate parent company of majority owner has its principal place of

business in this state The vendor or the vendor’s ultimate parent company or majority owner employs at least 500

persons in this state Any other relevant factor specifically listed in the request for bids or proposals.

1. Nutritional Analysis 2. Delivery Service

BID AWARD

This bid will be awarded to a single vendor and in the best interest of Richardson ISD to the vendor that

supplies the best value to the District. The district reserves the right to accept or reject any and all bids

and to waive technicalities and informalities, and to be the sole judge of quality and equality. Awards

will be based on what, in the District’s opinion, is most advantageous to Richardson ISD.

6

VENDOR QUESTIONNAIRE

BID #1262 – FRUIT SLUSH PRODUCT, EQUIPMENT AND SERVICE

Copies of this completed questionnaire must be submitted along with copies of your firm’s bid

by the submission date in order for your firm to be considered for selection. Please complete

all applicable information.

Firm Name:

Address:

City/ State/ Zip

Phone: Fax:

e-mail:

Authorized Signature:

Typed/ Printed Name:

Position with Company

1. List three (3) clients that have purchased similar services that are located near the district.

A. Company Name:

Address:

Telephone Number:

Contact Person:

How Long with Client:

B. Company Name

Address:

7

Telephone Number:

Contact Person:

How Long with Client:

C. Company Name:

Address:

Telephone Number:

Contact Person:

How Long with Client:

2. Off Bid Item Purchases/ Price Lists:

Richardson ISD will require items not listed on this bid. Therefore, we request no more than

a 10% markup over successful bidder’s actual cost on items requested on an “As Needed”

basis.

Can your company provide Richardson ISD with this service? ____________________

If not please state markup above actual cost. ___________%

Any off bid like item purchases made on a regular basis should be set up as a bid item.

Samples requested, submitted, evaluated and approved by the Child Nutrition Department

or designee throughout the school year for District usage will be added as part of this

contract under the same terms and conditions.

Can your company provide Richardson ISD with this service? ____________

3. Deliveries There are thirteen (13) secondary schools; however, all schools may not participate during

the contract period.

Can your company provide Richardson ISD with this service? ____________

Does your company have a minimum delivery requirement? If so, please state

amount._________________

8

4. School Sites and Richardson ISD Facilities: Any new schools/facilities opening will be included during the contract period.

Can your company provide Richardson ISD with this service? _____________

5. Texas Public School Nutrition Policy: Effective August 1, 2004, all Texas public schools participating in the federal child nutrition

programs, (National School Lunch Program, School Breakfast program and the After School

Program) must comply with the nutrition policies. These policies are intended to

supplement federal policies defined by the U.S. Department of Agriculture’s Food and

Nutrition Services. See www.squaremeals.org website.

Can your company comply with this new policy? ______________

6. Nutritional Analysis: Nutritional analysis for each item must be provided with bid submittal.

Have you enclosed with bid? Yes_______ No__________

9

RICHARDSON INDEPENDENT SCHOOL DISTRICT

Richardson, Texas 75081

GENERAL STIPULATIONS AND CONDITIONS OF BID #1262

FRUIT SLUSH WITH EQUIPMENT AND SERVICE

THESE GENERAL STIPULATIONS AND CONDITIONS SHALL REFER TO EDUCATION 44.031

CODE SUBCHAPTER B. – PURCHASES; CONTRACTS

IF THERE ARE CONTRADICTIONS BETWEEN THE GENERAL STIPULATIONS AND

CONDITIONS OF BID/ PROPOSAL AND THE SPECIFICATIONS, WRITTEN OR VERBAL, THE

GENERAL STIPULATIONS AND CONDITIONS OF BID/ PROPOSAL SHALL CONTROL.

I. INVITATION TO BID:

Richardson Independent School District invites all interested and qualified Bidders to bid on

all proposals in accordance with directions available in the Purchasing Department, 970

Security Row, Richardson, Texas. 75081.

A. For the purpose and clarity of this document only, the word “District” will herein mean the

Richardson Independent School District and/or the Board of Trustees of Richardson, Dallas County,

Texas. As used herein, the word “Bidder” means any reliable person, entity, broker, vendor,

contractor, and/or manufacturer who wants to bid this contract or submit a proposal in response to a

request for catalog offer or request for proposal. The term “Bid” refers to all bids, responses,

proposals submitted hereunder.

B. Cash discount will be taken into consideration in determining a contract award. All Bid responses

must be quoted with net pricing.

C. The District will receive sealed proposals and or sealed bids until date and time indicated on the Bid

cover. Bids must be delivered to the RISD Purchasing office. Whenever the specifications indicate a

product of a particular manufacturer, model or brand in the absence of any statement to the contrary

by the Bidder, the Bid will be interpreted as being for the exact brand, model, or manufacturer

specified, together with all accessories, qualities, etc., enumerated in the detailed specifications.

D. Where a lump sum Bid is provided for, unit prices for each item shall be included for accounting

purposes. If quantities are increased or decreased as provided for in the “Annulments and

Reservations” section, the unit prices inserted in a lump sum Bid should be consistent with the total

amount quoted for the lumps sum Bid, since the lump sum Bid total will be increased or decreased by

the product of the quantity of the increases or decreases multiplied by the unit prices for the item

affected.

10

E. All materials, supplies, copyrighted materials, furniture, and equipment for the District shall be

delivered F.O.B. Destination freight prepaid and allowed.

F. RISD will give preference to materials, supplies, and provisions produced, manufactured, or grown

locally, provided such items are equal to articles offered by competitors outside of the local area.

II. ANNULMENTS AND RESERVATIONS:

A. The District reserves the right to reject Bids for any and all of the items, and/or to waive

technical defects, if in its judgment, the interest of the District shall so require.

B. The Director of Purchasing reserves the right to increase or decrease the given quantity

plus or minus fifteen percent (15%). In the event quantities are increased or decreased,

the amount added or deducted shall be based upon unit prices quoted.

C. The District also reserves the right to annul any contract, if it determines at its sole

discretion that the Bidder has failed at any time, to perform faithfully any contract

requirements or, in the case of any willful attempt to impose upon the District, materials,

products, and/or work inferior to that required by District, and any action taken in

pursuance of this latter stipulation shall not affect or impair any rights or claims of the

District to the damages for the breach of any covenant of the contract by the Bidder.

III. BID PREPARATION, SPECIFICATIONS SHEET, AND BID OPENING:

A. An authorized representative of the Bidder must sign all Bids. It is the intent of this bid

offer that should a given bid/bids be accepted, it will automatically become a part of a

binding contract. Bidders shall list their bids on the appropriate attached sheets, which

show the schedule of items to be purchased. Each Bidder may attach a letter of

explanation to their bid to explain any information pertaining to the Bid/Bids.

B. At the time of the Bid opening (as specified on the front cover, RISD Purchasing

Department webpage and or newspaper ad), the responsible Buyer, or his/her delegated

support staff member, shall open and record all Bids received per requirements noted in

Texas Education code 44.031. Sufficient time will be allotted to analyze all Bids received

and the final recommendations shall be prepared for District review and approval. Upon

District approval, the Bidders shall be notified either by mail, telephone, or purchase

order of any award/awards.

C. Wherever the District indicates the unit of measure required for bidding purposes, the

District may not recalculate the vendor’s price if it is based on a different unit of measure

than that indicated in any contract.

11

IV. BILLING AND PAYMENT/DISCOUNTING:

A. All invoices are to be submitted in duplicate and mailed in accordance with instructions

as shown on purchase order (unless otherwise noted).

All invoices shall be forwarded to:

RICHARDSON INDEPENDENT SCHOOL DISTRICT

ATTENTION ACCOUNTS PAYABLE DEPARTMENT

970 SECURITY ROW

RICHARDSON, TEXAS 75081

B. Invoices will be returned for correction unless they contain the following information:

Item numbers; Description of Item; Quantity; Unit Price Extensions and Total. Each

invoice shall carry the Purchase Order Number of the District. The original and one copy

shall be forwarded to the office listed above.

C. Payment in full will only be made upon final acceptance of items as shown on Purchase

Order. The District does not pay partial payments. If we are invoiced for items that are

not physically received, we must receive either a corrected invoice with the items

removed or a credit memo to offset the charges for the non-received goods.

D. The Bidders that request prompt payment of bills shall send signed delivery tickets with

the invoice to facilitate expedited payment.

E. Delivery shall be FOB Destination Freight Prepaid and allowed to each individual

location as noted on the Purchase Order. The District will not pay freight bills sent

collect.

F. The District’s standard terms for payment are Net 30 days. All discounts, including

prompt payment, shall be included in bid price.

V. BONDING:

Certain formal bids and or proposals will require bonding and shall be indicated in the scope of

work and or minimum specifications.

12

VI. COLLUSION:

All Bidders shall sign the appropriate certification as provided on the signature sheet. The District

may reject any Bid that does not include the required certification.

VII. COMPLIANCE WITH SPECIFICATIONS AND PURCHASER’S RIGHT OF

SELECTION:

A. The Bidder shall abide and comply with the true intent of the specifications and not take

advantage of any unintentional error or omission.

B. The District reserves the right to reject any or all Bids that comply with these

specifications, or to accept a higher bid that complies, when, in the judgment of the

District, such Bid offers additional value or function, which justifies the difference in

price.

VIII. DEVIATIONS FROM SPECIFICATIONS:

All deviations from the specifications must be specified in writing by the Bidder, at the time the

formal bid is submitted. The absence of a written list of requested deviations or exceptions when

the Bid is submitted will hold the Bidder strictly accountable to the District to the specification or

requirement as written. Any deviation from the specifications as written not previously submitted,

as required by the above, will be grounds for rejection of the material and/or equipment when

delivered. The District reserves the right to reject or modify any requested exception or

deviation. Excessive exceptions may result in disqualification of a bid.

IX. ERRORS IN BIDS: RELIEF OF BIDS:

Bidders or their authorized representatives shall fully inform themselves as to the conditions,

requirements, and specifications before submitting Bids. Failure to do so will be at the Bidder’s

own risk. If a Bidder makes errors in extension of prices in a Bid, the unit price shall govern at

the discretion of the Director of Purchasing.

13

X. GUARANTEE:

The Bidder shall unconditionally guarantee the materials and workmanship of all merchandise

furnished under Bid for a period of one year or longer from date of acceptance of the items

delivered and installed unless a different time period is required under the Bid specifications. If,

within the guarantee period, any defects or signs of deterioration are noted, which, in the opinion

of the District is due to the faulty design and installation, workmanship or materials, upon

notification, the contractor, at its expense, shall repair or adjust the equipment or parts to correct

the condition, or replace the part or entire unit to the complete satisfaction of the District. These

repairs, replacements or adjustments shall be made only at such times as will be designated by the

District to cause the least disruption.

XI. INTENT AND LIMIT OF CONTRACT

A. These specifications are intended to cover the various types of purchases of said

materials, supplies, or services as hereinafter shown to any or to each of the various

public schools, administrative facilities, or to any designated warehouse or warehouses in

Richardson Independent School District, whichever if specified, in quantities to be

determined subsequent to the bid opening. There are 55 campuses in the District, most in

the city of Richardson with portions in the cities of Dallas and Garland. Including

administration and support, RISD maintains 70 facilities covering more than 6 million

square feet with 35 million square feet of grounds.

B. It is understood that under the terms and conditions of this bid offer, the District reserves

the right to purchase any of the listed materials, supplies or services at bid prices

submitted provided that it shall be optional on the part of either party to terminate this

contract at the expiration of twelve months from the beginning date of any contract

period upon notice in writing to the other party to any contract no less than 30 days prior

to the expiration of the twelve month period. This will be the only opportunity for

cancellation of this contract, except for extenuating causes.

XII. “OR EQUAL” INTERPRETATION CLAUSE:

A. Any time a particular manufacturer’s name or brand may be specified, it shall mean any

product of equal quality. Bids shall be considered on all other brands submitted and on

the equal quality product of other manufacturers. On all such Bids, the Bidder shall

indicate clearly the product on which it is bidding, and shall supply sufficient data, on its

own letterhead, to enable an intelligent comparison to be made with the particular brand

or manufacturer specified.

14

B. Catalog cuts and descriptive data shall be attached to the original copy of the Bid, where

applicable. Whenever the specifications indicate a product of a particular manufacturer,

model, or brand, and in the absence of any written statement to the contrary by the

Bidder, the Bid shall be interpreted as being for the exact brand, model or manufacturer

specified, together with all the accessories, qualities, etc., enumerated in detailed

specifications. (See VIII.)

Failure to submit the above information may result in rejection of bid.

XIII. PACKING AND DELIVERY:

A. All materials must be securely packed for proper protection and in quantities to be

determined by the District’s Director of Purchasing.

B. All materials delivered pursuant to this bid offer shall be packed in a substantial manner

in accordance with accepted trade practice. No charges may be made over and above the

bid price for packaging. Complete deliveries must be made by the successful vendor to

the designated location as indicated on Bid cover and/or purchase order after issuance of

purchase orders by the District. A packing slip and/or delivery ticket shall be included in

each shipment. Each ticket shall contain the following information for each item

delivered: Purchase Order Number, Item Description, Item Number, Quantity, and

Vendor Name.

C. Failure to comply with this condition shall be considered sufficient reason for refusal to

accept the goods or services awarded and ordered.

D. All package materials shall be clearly and plainly marked. Example:

To: Richardson Independent School District,

Department: [state department]

Address: [address of department]

Purchase Order Number: [PO #]

XIV. SAFETY REQUIREMENTS:

The Bidder/vendor shall provide all equipment, machinery and chemicals furnished and delivered

to the District in compliance with the Safety Regulations as required by OSHA.

15

XV. SAMPLES: CATALOGS: CATALOG CUTS:

A. When requested, a sample, properly tagged, shall be submitted by each Bidder before the

time of the Bid opening. The tag on the sample shall indicate the item number, the name

of the company submitting the sample, and the Bid number.

B. The District will not be responsible for any samples that a Bidder has not picked up

within 30 days after being notified that the sample is no longer needed. Samples may be

retained by the District until Bidders are notified to remove them. Bidders agree that the

District will incur no liability for samples that are damaged, destroyed or consumed in the

testing processes. Samples requested are to be delivered as noted and designated per the

particular solicitation.

XVI. SIGNATURE TO BIDS:

Each Bid must show the full business address and telephone number of the Bidder and be signed

by the person or persons legally authorized to sign contacts. All correspondence concerning the

Bid and contract, including Notice of Award, and Purchase Order, will be mailed or delivered to

the address shown on the Bid in the absence of written instructions from the Bidder to the

contrary.

XVII. TAXES:

A. The District is exempt from the payment of the Texas Sales Tax. Exemption Certificates

for the Federal Excise Tax may be furnished upon request.

B. Prices quoted shall not include federal excise or state sales and use taxes.

C. The District’s Tax Identification Number is 1-75-6002311-5.

XVIII. DELIVERY:

A. All deliveries shall be made during the hours of 8:00 a.m. and 3:00 p.m. on all regularly

scheduled school days, except where otherwise noted by Purchasing Department.

B. All deliveries shall be made inside school buildings, warehouse, offices, etc., and special

instruction for date of delivery shall be included in the general specifications.

16

C. Special instructions may be indicated by the District in the specifications for exact time,

date and delivery locations for particular equipment and machinery (heavy or otherwise)

which are to be erected, set-up and installed.

D. Materials delivered and received centrally will be accepted by motor freight.

17

SIGNATURE SHEET

BID #1262 – FRUIT SLUSH WITH EQUIPMENT AND SERVICE

My/our signature below confirms that I/we: 1. propose to furnish, package, mark, and deliver to the Richardson Independent School District, the supplies, materials or equipment as required in the accompanying specifications, and at the unit price indicated; 2. certify that this bid is made without any previous understanding, agreement, or connection with any person, firm, or corporation making a bid for the same supplies, material and equipment, and is in all respects fair and without collusion or fraud; 3. certify that this firm is an equal opportunity employer and that all employment decisions are made without regard to the color, race, sex, national origin, religion, age, or disability status of otherwise qualified individuals; and 4. certify that all material and equipment bid by this firm and to be supplied to the Richardson Independent School District meets all safety and health standards as prescribed by the rules and regulations of the Occupational Safety and Health Act (OSHA). COMPANY NAME: SIGNATURE: By: __________________________________________ Title: ________________________________________ DATE SIGNED: __________________________________________________________ ADDRESS: CITY, STATE, ZIP: __________________________________________________________ TELEPHONE: FAX: E-MAIL: __________________________________________________________ TERMS:

Complete and return with proposal

18

Richardson Independent School District STATEMENT OF EQUAL OPPORTUNITY AND NON-DISCRIMINATION

The Richardson Independent School District is committed to fair and equal competition among all vendors. It is the policy of the Richardson ISD to encourage participation in the competitive bid process by all interested parties. The Richardson ISD does not discriminate against any otherwise qualified vendor because of the vendor’s race, color, national origin, age, religion, sex, or disability.

19

RICHARDSON ISD - INTERLOCAL AGREEMENT CLAUSE BID #1262 – FRUIT SLUSH WITH EQUIPMENT AND SERVICE

Richardson ISD is a participating member of the Collin County Governmental Purchasers Forum (CCGPF) and Educational Purchasing Cooperative of North Texas (EPCNT). As such the Richardson ISD has executed Interlocal Agreements, as permitted under Chapter 791 of the Government Code with certain other governmental entities in CCGPF and EPCNT authorizing participation in a cooperative purchasing program. Several governmental entities in proximity to the Richardson Independent School District have indicated an interest in being included in this contract. Should these governmental entities decide to participate in this contract, would you, (the vendor) agree that all terms, conditions, specifications, and pricing apply?

_____ Yes _____ No If you (the Vendor) checked yes, the following will apply. Governmental entities utilizing Internal Governmental contracts with the Richardson Independent School District will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases made by a governmental entity other than Richardson Independent School District will be billed directly to that governmental its own material/service as needed. Please advise the following: How did you learn of the Request for Bid/Proposal? (Check all that apply): ______ District website ______ Newspaper ad ______ Demandstar ______ Other, specify source _____________________________________

PLEASE RESPOND AND RETURN WITH BID/PROPOSAL

20

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS

I. DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION

In accordance with the provisions of Appendix A to 49 CFR (Code of Federal Regulations), Part 29, the

offeror certifies to the best of the offeror’s knowledge and belief, that it and its principals:

are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily

excluded from covered transactions by any Federal, State or Local Government department or agency;

have not within a three (3) year period preceding this offer been convicted of or had a civil judgment

rendered against them for the commission of fraud or a criminal offense in connection with obtaining,

attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a

public transaction; violation of Federal or State antitrust statutes, or commission of embezzlement,

theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving

stolen property;

are not presently indicted for or otherwise criminally or civilly charged by a governmental entity

(Federal, State, or local with commission of any of the offenses enumerated in (a)(2) above; and

have not within a three (3) year period preceding this offer had one or more public transactions

(Federal, State, or local) terminated for cause or default.

Where the offeror is unable to certify to any of the statements above, the offeror shall attach a full

explanation to this offer.

For any subcontract at any tier expected to equal or exceed $25,000:

In accordance with the provisions of Appendix B to 49 CFR, Part 29, the prospective lower tier

subcontractor certifies, by submission of this offer, that neither it nor its principals is presently

debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from

participation in this transaction by any Federal department or agency.

Where the prospective lower tier participant is unable to certify to the statement, above, an explanation

shall be attached to the offer.

This certification (specified in paragraphs (c)(1) and (c) (2), above, shall be included in all applicable

subcontracts and a copy kept on file by the prime contractor. The prime contractor shall be required to

furnish copies of the certifications to the Authority upon request.

21

II. FELONY CONVICTION NOTIFICATION AND CRIMINAL BACKGROUND CHECK

Offeror must give advance notice to the Owner if the person or an owner or operator of the business

entity has been convicted of a felony. The notice must include a general description of the conduct

resulting in the conviction of a felony. The District may terminate any Agreement or if the Owner

determines that the person or business entity failed to give notice as required by this paragraph or

misrepresented the conduct resulting in the conviction. This paragraph requiring advance notice does

not apply to a publicly held corporation.

Offeror will obtain criminal history record information that relates to an employee, applicant for

employment, or agent of the Offeror if the employee, applicant, or agent has or will have continuing

duties related to the contracted services; and the duties are or will be performed on school property or

at another location where students are regularly present. The Offeror certifies to the Owner before

beginning work and at no less than an annual basis thereafter that criminal history record information

has been obtained. Offeror shall assume all expenses associated with the background checks, and shall

immediately remove any employee or agent who was convicted of a felony, or misdemeanor involving

moral turpitude, as defined by Texas law, from Owner property or other location where students are

regularly present. District shall be the final decider of what constitutes a “location where students are

regularly present.” Offeror’s violation of this section shall constitute a substantial failure.

If the Offeror is the person or owner or operator of the business entity, that individual may not self-

certify regarding the criminal history record information and its review, and must submit original

evidence acceptable to the District with this Agreement showing compliance.

Signature below acknowledges compliance with Section I. DEBARMENT, SUSPENSION,

INELIGILITY AND VOLUNTARY EXCLUSION and Section II. FELONY CONVICTION

NOTIFICATION AND CRIMINAL BACKGROUND CHECK.

SIGNATURE OF OFFEROR: DATE: __________________

PRINTED/TYPED NAME OF OFFEROR:____________________________________

COMPANY NAME: ______________________________________ TEL#: ______________________

Complete and return with sealed Bid # 1262 FRUIT SLUSH WITH EQUIPMENT AND SERVICE

22

RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT

Notice to Vendors: Conflict of Interest Questionnaire Required by Chapter 176 of the

Texas Local Government Code

Effective January 1, 2006, any person or entity who contracts or seeks to contract with RISD for the sale

or purchase of property, goods, or services (as well as agents of such persons) (hereafter referred to as

Vendors) are required to file a Conflict of Interest Questionnaire with the District. Each covered person

or entity who seeks to or who contracts with RISD is responsible for complying with any applicable

disclosure requirements. RISD will post the completed questionnaires on its website.

The Conflict of Interest Questionnaire must be filed:

No later than the seventh business day after the date that the Vendor begins contract discussions

or negotiations with the government entity, or submits to the entity an application, response to a

request for proposal or bid, correspondence, or other writing related to a potential agreement with

the entity.

The Vendor also shall file an updated questionnaire not later than September 1 of each year in

which a covered transaction is pending, and the seventh business day after the date of an event

that would make a statement in the questionnaire incomplete or inaccurate.

Note: A Vendor is not required to file an updated questionnaire if the person had filed an updated

statement on or after June 1, but before September 1 of the year.

Please sign and return the following Conflict of Interest Questionnaire from the Texas Ethics Commission

with your bid/proposal to the following address:

Richardson Independent School District

Attn: Purchasing Department

970 Security Row

Richardson, Texas 75081

The Local Government Officers of the Richardson Independent School District are:

Board of Trustees: Kim Quirk

Karen Ellis

Kim Caston

Lanet Greenhaw

Karen Holburn

Kris Oliver

Adam Meierhofer

Superintendent: Kay Waggoner, Ph.D.

23

24

25

Disclosure of Lobbying Activities Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352

(See next page for public burden disclosure) Approved by OMB 0348-0046 1.Type of Federal Action: Contract Grant Cooperative agreement Loan Loan guarantee Loan insurance

2. Status of Federal Action: Bid/offer/application Initial award Post-award

3. Report Type: Initial filing Material change For Material Change Only: Year ______ quarter _______ Date of last report __________

4. Name and Address of Reporting Entity: Prime Subawardee Tier ____, if known: Congressional District, if known?

5. If Reporting Entity in No. 4 is a Subawardee, Enter Name and Address of Prime: Congressional District, if known:

6. Federal Department / Agency:

7. Federal Program Name / Description: CFDA Number, if applicable: ___________________

8. Federal Action Number, if known:

9. Award Amount, if known: $ _______________________

10. a. Name and Address of Lobbying Entity (if individual, last name, first name, MI): (attach Continuation Sheet(s)

b. Individuals Performing Services (including address if different from No. 10a) (last name, first name, MI) SF-LLL-A, if necessary)

11. Amount of Payment (check all that apply): $ ______________ actual ___ planned___

13. Type of Payment (check all that apply): ___ a. retainer ___ b. one-time fee ___ c. commission ___ d. contingent fee ___ e. deferred ___ f. other; specify: ______________________

12. Form of Payment (check all that apply): ___ a. cash ___ b. in-kind; specify: nature_____________ value_____________

14. Brief Description of Services Performed or to be Performed and Date(s) of Service, including officer(s), employee(s), or Member(s) contacted, for Payment Indicated in Item 11. (attach Continuation Sheet(s) SF-LLL-A, if necessary)

15. Continuation Sheet(s) SF-LLL-A attached: ___Yes ___No

16. Information requested through this form is authorized by article 31 U.S.C. section 1352. This disclosure of lobbing activities is a material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to the congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

Signature: _________________________________ Print Name: ________________________________ Title: _____________________________________ Telephone No: ______________________________ Date: _______________________

26

PROCUREMENT

Instructions for Completion of SF-LLL, Disclosure of lobbying Activities

This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the

initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352.

The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or

attempting to influence an offer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an

employee of a Member of Congress in connection with a covered Federal action. Use the SF-LLL-A Continuation Sheet for

additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material

change report. Refer to the implementing guidance published by the Office of Management and Budget for additional

information.

1. Identify the type of covered Federal action for which lobbying activity is and / or has been secured to

influence the outcome of a covered Federal Action.

2. Identify the status of the covered Federal Action.

3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change

to the information previously reported, enter the year and quarter in which the change occurred. Enter the

date of the last previously submitted report by this reporting entity for this covered Federal Action.

4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District,

if known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be,

a prime or sub award recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is

the 1st tier. Sub awards include but are not limited to subcontracts, sub grants, and contract awards under

grants.

5. If the organization filing the report in item 4 checks “Subawardee,” then enter the full name, address, city,

state and zip code of the prime Federal recipient. Include Congressional District, if known.

6. Enter the name of the Federal Agency making the award or loan commitment. Include at least one

organizational level below agency name, if known. For example, Department of Transportation, United

States Coast Guard.

7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the

full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and

loan commitments.

8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1

(e.g., Request for Proposal (RFP) number; Invitation for Bid (IFB) number; grant announcement number; the

contract, grant, or loan award number, the application proposal control number assigned by the Federal

agency). Include prefixes, e.g. “RFP-DE-90-001.

9. For a covered Federal action where there has been an award or loan commitment by the Federal agency,

enter the Federal amount to the award / loan commitment for the prime entity identified in item 4 or 5.

10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting

entity identified in item 4 to influence the covered Federal Action. (b) Enter the full names of the

individual(s) performing services, and include full address if different from 10 (a). Enter Last Name, First

Name, and Middle Initial (MI).

11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to

the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made

(planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of

payment made or planned to be made.

12. Check the appropriate box (es). Check all boxes that apply. If payment is made through an in-kind

contribution, specify the nature and value of the in-kind payment.

13. Check the appropriate box (es). Check all boxes that apply. If other, specify nature.

14. Provide a specific and detailed description of the services that the lobbyist has performed, or will be

expected to perform, and the date(s) of any services rendered. Include all preparatory and related activity,

not just time spent in actual contact with Federal officials. Identify the Federal official(s) or employee(s)

contacted or the officer(s), employee(s), or Member(s) of Congress that were contacted.

15. Check whether or not a SF-LLL-A Continuation Sheet(s) is attached.

16. The certifying official shall sign and date the form, print his/her name, title, and telephone number.

Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for

reviewing instructions, searching existing data sources, gathering and maintaining the data needed and completing and reviewing

the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information,

including suggestion for reducing this burden, to the Office of Management and Budge, Paperwork Reduction Project (0342-

0046), Washington, D.C. 20503.

27

Certification Regarding Lobbying

Applicable to Grants, Subgrants, Cooperative Agreements, and Contracts Exceeding $100,000 in Federal Funds.

Submission of this certification is a prerequisite for making or entering into this transaction and is imposed by section 1352, Title

31, U.S. Code. This certification is a material representation of fact upon which reliance was placed when this transaction was

made or entered into. Any person who fails to file the required certification shall be subject to a civil penalty of not less than

$10,000 and not more than $100,000 for each such failure.

The undersigned certifies, to the best of his or her knowledge and belief, that:

(1) No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned, to any person for

influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of

congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a

Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal,

amendment, or modification of a Federal contract, grant, loan, or cooperative agreement.

(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting

to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of

a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete and

submit Standard Form-LLL, “disclosure Form to Report Lobbing,” in accordance with its instructions.

(3) The undersigned shall require that the language of this certification be included in the award documents for all covered

subawards exceeding $100,000 in Federal funds at all appropriate tiers and that all subrecipients shall certify and disclose

accordingly.

__________________________________________________

__________________________________________________

Name / Address of Organization

__________________________________________________

Name / Title of Submitting Official

__________________________________________________ _________________________________

Signature Date

Complete and return with bid #1262 – Fruit Slush with Equipment and Service

28

Clean Air and Water Act

I, the Vendor, am in compliance with all applicable standards, orders or regulations issued pursuant to the

Clean Air Act of 1970, as Amended (42 U.S.C. 1857 (h), Section 508 of the Clean Water Act, as amended

(33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part

15 as require under OMB Circular A-102,

Attachment O, Paragraph 14 (1) regarding reporting violations to the grantor agency and to the United

States Environment Protection Agency Assistant Administrator for the Enforcement.

Potential Vendor Name: ___________________________________________________________

Title of Authorized Representative: __________________________________________________

Mailing Address: ________________________________________________________________

Signature: ______________________________________________________ Date: ___________

Printed Signature: ________________________________________________________________

Buy American Provision

Schools and institutions participating in the National School Lunch Program and School Breakfast

Programs are required by law to use Child Nutrition funds, to the maximum extent practicable, to buy

domestic commodities or products for meals served under these programs. 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. The term “substantially” means that over 51 percent

of the final processed product consists of agricultural commodities that were grown domestically.

Therefore, when Child Nutrition funds are used to acquire foods, schools and institutions must ensure that

the items are in compliance with this requirement.

Potential Vendor Name: ___________________________________________________________

Title of Authorized Representative: __________________________________________________

Mailing Address: ________________________________________________________________

Signature: ______________________________________________________ Date: ___________

Printed Signature: ___________________________________________________

THIS PAGE MUST BE SIGNED AND RETURNED WITH BID #1262 – FRUIT SLUSH WITH EQUIPMENT AND

SERVICE

29

RICHARDSON INDEPENDENT SCHOOL DISTRICT FRUIT SLUSH WITH EQUIPMENT AND SERVICE

RFB #1262

DEVIATION/COMPLIANCE SIGNATURE FORM

Vendor Name:

Vendor Address:

City ST Zip Code

Vendor Phone Number:

Vendor Fax Number:

Email Address:

(please print)

If the undersigned bidder/proposer intends to deviate from the Item Specifications listed in this bid document, all such deviations must be listed on this page, with complete and detailed conditions and information included or attached. The District will consider any deviation in its bid award decisions, and the District reserves the right to accept or reject any bid based upon deviations indicated below or in any attachments or inclusions. In the absence of any deviation entry on this form, the bidder/proposer assures the District of his/her full compliance with the Terms and Conditions, Item Specifications, and all other information contained in this bid document. No Deviation Yes Deviation

Signature of Bidder/Proposer Date Signed List any deviations your company is submitting below (add additional attachment if needed):

COMPLETE AND RETURN WITH BID