REQUEST FOR PROPOSALS

Similar documents
REQUEST FOR PROPOSAL

SIGNATURE REQUIRED REQUEST FOR QUALIFICATIONS. Energy Services Company

REQUEST FOR PROPOSAL

Renée Schuster, Ed.D Central School Road St. Charles, MO Superintendent

MO # RE:

Banking Depository Services

Columbia Public Schools Columbia, Missouri

COUNTY OF COLE JEFFERSON CITY, MISSOURI

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04

Barrington Community Unit School District E. James Street Barrington, IL 60010

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

Stockton Affiliated Services, Inc. Request for Proposals. SNACK FOOD VENDING SERVICES at. The Richard Stockton College of New Jersey.

West Ridge Park Ballfield Light Pole Structural Assessment

District Firewall E-Rate RFP

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT

Union College Schenectady, NY General Purchasing Terms & Conditions

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

Request for Proposal Internet Access

Scofield Ridge Homeowners Association

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS

REQUEST FOR PROPOSALS

Request for Proposals Professional Actuarial Services. QUESTIONS AND INTENT TO RESPOND DUE DATE: April 12, 2017, 4:00 p.m. (CDT)

ANNEX A Standard Special Conditions For The Salvation Army

Issue Date: July 7, 2017 Phone #: (636)

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

Request for Proposal # Postage Meter Lease & Maintenance Service

RFP GENERAL TERMS AND CONDITIONS

PURCHASING DEPARTMENT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

PURCHASING SPECIFICATION

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

Request for Proposal (RFP) For Plat book Printing

SECTION 2 - STANDARD TERMS & CONDITIONS

Request for Proposal # Executive Recruitment Services

Union County. Request for Proposals # Employee Survey Services

PURCHASING DEPARTMENT

06/22/2017. acceptance by Provider. The terms of this Order also apply to any Corrective Action required by Company pursuant to Section 3 hereof.

MELBA SCHOOL DISTRICT

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03

City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

Educational Service Unit #3 REQUEST FOR PROPOSAL INSTRUCTIONS GENERAL CONDITIONS AND SPECIFICATIONS FOR:

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

REQUEST FOR PROPOSAL. Information Technology Support Services

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Stockton Affiliated Services, Inc. Request for Proposals. SNACK FOOD VENDING SERVICES at. Stockton University. March 28, 2016

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

Request for Bid/Proposal

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR SEALED BID PROPOSAL

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

Texas Automobile Insurance Plan Association (TAIPA) Request for Proposal for Actuarial Services

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

PROPOSAL LIQUID CALCIUM CHLORIDE

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

REQUEST FOR SEALED BID PROPOSAL

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS

ADVERTISEMENT FOR BIDS

TROY CITY SCHOOL SYSTEM. Request for Proposal (RFP) BID NUMBER: TCS-NTWK-2017

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

Transcription:

Francis Howell R-III School District REQUEST FOR PROPOSALS Snack Vending Services Issue Date: February 16, 2016 Contact Person: Mike Sloan Phone #: (639) 851-4069 E-mail: mike.sloan@fhsdschools.org PROPOSAL DUE NO LATER THAN: March 7, 2016 at 2:00 pm CT RETURN PROPOSAL AND ADDENDA TO: Francis Howell School District ATTN: Mike Sloan 4545 Central School Road The Proposer hereby declares understanding, agreement and certification of compliance to provide the items and/or services at the prices quoted in accordance with all terms and conditions, requirements and specifications of the original Request for Proposal and as modified by any addenda thereto. SIGNATURE REQUIRED Authorized Signature Date Printed Name Title Name Mailing Address City, State Zip Phone #: Fax #: E-Mail Address

General Conditions 1. The Francis Howell School District (hereafter called the District or FHSD will receive sealed Proposals from qualified individuals, firms or organizations (hereafter Proposer ) for Snack Vending Services for the school year beginning July 1, 2016 and ending June 30 2017. Contract renewal options for four additional years will be included in the final agreement. 2. The purpose of this Request for Proposal (RFP) is to establish the requirements for the requested services, and to solicit Proposals for providing such services. The RFP requests a great amount of detail to avoid delays, misunderstanding, and to simplify the evaluation of the Proposals. The Proposer is requested to respond to each specification. 3. The Proposer must submit a complete Proposal covering all requirements identified in this RFP package in order to be considered. All Proposals will be carefully scrutinized to ensure that such requirements can be met. Proposals submitted must be the original work product of the Proposer. 4. The Proposer must submit three (3) original copies of the Proposal in sealed envelopes plainly marked with the name Snack Vending Services. Proposals should be delivered to: Mike Sloan, Director of Purchased Services Francis Howell School District 4545 Central School Road Saint Charles, MO 63304-7113 5. Proposals will be received until 2:00 PM, CT, March 7, 2016. Electronic or facsimile offers will not be considered in response to this RFP, nor will modifications by electronic or facsimile notice be accepted. 6. The District is not responsible for lateness or non-delivery by the US Postal Service or other carrier to the District. The time and date recorded by the District shall be the official time of receipt. 7. Proposals may be modified or withdrawn by written notice or in person by the Proposer or its authorized representative, provided its identity is disclosed on the envelope containing the Proposal and such person signs a receipt for the Proposal, but only if the withdrawal is made prior to the submission deadline. 8. The information presented in the RFP is not to be construed as a commitment of any kind on the part of the District. There is no expressed or implied obligation for the District to reimburse responding firms for any expenses incurred in preparing Proposals in response to this request. 9. All Proposals must be submitted on the District forms as attached with this specification. Proposals submitted on forms other than the enclosed may be rejected. No alternate Proposals that significantly deviate or modify the concept and ultimate objectives of this Proposal will be considered. Non-compliance with RFP specifications will disqualify Proposals from further consideration.

10. Any explanation or statement that the Proposer wishes to make must be contained with the Proposal but shall be written separately and independently of the Proposal proper and attached thereto. Unless so indicated by the Proposer, it is understood that the submitted Proposal is in strict accordance with the RFP requirements. 11. The District reserves the right to reject any or all Proposals and to waive informalities and minor irregularities in Proposals received. The District, in its sole discretion, will determine whether an irregularity is minor. 12. The District reserves the right to decline any or all Proposal submissions, or to cancel the RFP call, in whole or in part, at any time prior to making an award, for any reason, or no reason, without liability being incurred by the District for any expense, cost, loss or damage incurred or suffered by the Proposer as a result of such withdrawal. 13. All Proposals shall be deemed final, conclusive and irrevocable and no Proposal shall be subject to correction or amendment for any error or miscalculation. No Proposal shall be withdrawn without the consent of the District after the scheduled closing time for the receipt of Proposals. 14. While the District has used considerable efforts to ensure an accurate representation of information in this RFP document, the information contained herein is provided solely as a guideline for proposers. The information is not guaranteed or warranted to be accurate by the District, nor is it necessarily comprehensive or exhaustive. Nothing in this RFP document is intended to relieve proposers from forming their own opinions and conclusions in respect to the matters addressed in this RFP document. 15. The Proposer is responsible for its own verification of all information provided to it, and must satisfy itself, upon examination of this RFP, as to the intent of the specifications. After the submission of the Proposal, no complaint or claim that there was any misunderstanding will be entertained. The Proposer agrees that it will make no claim for additional payment or seek an extension of time for completion of the work or seek any other concession because of any misinterpretation or misunderstanding of the RFP, or of any failure to fully acquaint itself with all conditions relating to the proposed work. 16. No oral interpretation will be made as to the meaning of the RFP. Any oral communication will be considered unofficial and non-binding on the District. All contact regarding this RFP must be directed to the Director of Purchased Services. Unauthorized contact by the Proposer with other District employees or Board members regarding the RFP may result in disqualification. 17. Requests for interpretation must be made in writing to the Director of Purchased Services no later than 4:00 PM on February 24, 2016. Any information given to a Proposer concerning the RFP will be furnished to all Proposers as an addendum to the RFP if, in the District s sole discretion, such information is deemed necessary to all Proposers in submitting Proposals on the RFP, or the lack of such information would be prejudicial to uninformed Proposers. Only written statements issued by the District in the form of an addendum to the RFP should be relied upon. 18. The District reserves the right to modify the specifications prior to the Proposal submission deadline and will endeavor to notify all potential Proposers that have received a copy of the specifications, but failure to notify shall impose no obligation or liability on the District.

19. Due regard will be given for the protection of proprietary information contained in all Proposals received. However, all materials associated with the procurement are subject to the terms of the Freedom of Information Act (FOIA) and all rules, regulations and interpretations resulting therefrom. Proposals containing data that the Proposer does not want used or disclosed for any purpose other than evaluation of the Proposal may be restricted, provided the Proposal cover sheet is marked with the following legend: Technical data contained on pages and in this Proposal furnished in connection with the Request for Proposals of the Francis Howell School District shall not be used nor disclosed except for evaluation purposes, provided that, if the District and Proposer enter into an Agreement as a result of or in connection with the submission of this Proposal, Francis Howell School District shall have the right to use or disclose technical data to substantiate its decision to enter into an Agreement. 20. The above restriction does not limit the District s rights to use or disclose any technical data obtained independently from another source without permission. Proposals shall not contain any restrictive language different from the above legend. Proposals submitted with restrictive legends or statements which differ from the above will be treated under the terms of the above legend. The District assumes no liability for disclosure or use of unmarked technical data and may use or disclose the data for any purpose. 21. The Proposer shall not, under penalty of law and immediate disqualification of the Proposal, offer or give any gratuities, favors or anything of monetary value to an officer, employee, agent, or Board of Education member of the District for the purpose of influencing favorable disposition toward a submitted Proposal or for any reason while a Proposal is pending or during the evaluation process. 22. No Proposer shall engage in any activity or practice, the result of which may be to restrict or eliminate competition or otherwise restrain trade. Violation of this instruction will result in immediate rejection of the Proposal. 23. The District may accept one part, aspect or phase, or any combination thereof, of any Proposal unless the Proposer specifically qualifies its offer by stating that the Proposal must be taken as a whole. 24. The District may award a contract based upon the initial Proposals received without discussion of such Proposals. Accordingly, each initial Proposal should be submitted with the most favorable price and service standpoint. 25. To facilitate consideration of the Proposals, the District may, at its option, conduct interviews after receipt of the Proposal. If this is necessary, the District, in its sole discretion, will determine which Proposers will be contacted to arrange a time for an interview. 26. The District reserves the right to hold negotiations in an attempt to clarify and qualify terms of any Proposal. 27. The District reserves the right to negotiate final Agreement terms with any Proposer it chooses.

28. The District may accept any Proposal as submitted whether or not negotiations have been conducted between the parties. 29. Neither the commencement nor cessation of negotiations shall constitute rejection of the Proposal or a counteroffer on the part of the District. 30. The District reserves the right to withdraw the award to a successful Proposer within 30 days of the award if, in the opinion of the District, the successful the Proposer is unable or unwilling to enter into a form of Agreement satisfactory to the District. The District shall be entitled to do so without any liability being incurred by the District. 31. In the event of a conflict between the Proposal and the RFP, the District shall resolve any inconsistency in favor of the RFP. Additionally, the District shall in good faith decide all inconsistencies and/or disputes pertaining to the RFP and the Proposal. The Proposer agrees to abide by the decisions of the District. Any ambiguity in the Proposal because of omission, error, lack of clarity or noncompliance with specifications, instructions and all conditions of bidding shall be construed in the favor of the District. 32. All of the terms and conditions of this RFP are deemed to be accepted by the Proposer and incorporated into the Proposal submission. The terms and conditions stated in this RFP and the successful Proposers response to this RFP shall be incorporated into a final Agreement between the District and the successful Proposer. Any conflict in the wording between the final Agreement and the wording of the terms and conditions of this RFP and/or associated documents shall be resolved in favor of the District and shall be deemed to be incorporated into the final Agreement. 33. The successful Proposer must not at any time assign any portion of its contract with the District nor shall it assign the contract without the written permission of the District. The successful Proposer must not, at any time, change sub-consultants approved by the District without written permission of the District, other than as listed in the Proposal submission. 34. The District reserves the right to terminate this contract within 30 days written notice if, in its opinion, the successful Proposer fails to meet the terms and conditions of the RFP. Notwithstanding the termination of the contract, the successful Proposer shall remain responsible for its obligations under this contract up to the date of termination. The District reserves the right to commence an action in a court of competent jurisdiction against the successful Proposer for damages that result from the breach of the terms and conditions of the contract, by the successful Proposer. 35. The District may terminate the Agreement immediately without further cost or liability in the event of the occurrence of any of the following: insolvency; liquidation or dissolution; the institution of any voluntary or involuntary bankruptcy proceeding by or against; assignment for the benefit of creditors; or the appointment of a receiver or trustee to manage the property of the successful Proposer. 36. In the event the Board of Education of the District fails to approve the appropriation of funds sufficient to provide for the District s obligations under the Agreement, or if the funds are not appropriated due to federal, state or local action, the District shall have the right to terminate the Agreement by providing written notice to the successful Proposer and the District will thereby be relieved from all further obligations under the Agreement.

37. Initial Proposals may not be withdrawn for 90 calendar days from the due date for Proposals except with the express written consent of the District. 38. In the event the Agreement initially awarded by the District is terminated for any reason within 120 days of the due date for Proposals, the District reserves the right to negotiate and accept any other submitted Proposal. 39. The District shall not be responsible for any pre-agreement expenses of any Proposer incurred prior to the commencement of the Agreement.

A. Products Specifications and Scope At a minimum, the Proposal shall include a list of 25 products for District vending. The list must be submitted in the same format with the same detail as provided in the Financial Proposal spreadsheet (Attachment 5) and meet all required nutrition standards. Two items are listed as an example of products that meet the required nutrition standards. B. Wellness Standards All snacks accessible to students must meet nutrition standards directed by the 1) Healthy Hunger-Free Kids Act (HHFKA) as detailed by the US Department of Agriculture (USDA) National School Lunch Program and School Breakfast Program, dated June 28, 2013; and 2) District Wellness Regulation 2750 as detailed in the All Snack Sales and Snack Vending Machines sections. Each proposed snack must meet the criteria as calculated by the Smart Snack Calculator. (Exhibit A) After contract award, the successful Proposer may add additional snacks that meet the standards stated these standards. C. Vending Locations All machines accessible by students must meet the nutrition standards above. Machines not accessible to students are not subject to these standards. D. Vending Operations All vending machines listed in the successful proposal will remain at the sites for one year. Any changes to locations must be coordinated with the District and schools. Hours of operation will not be limited by the schools. E. Sales Information Monthly reports will be required to the District. At a minimum the reports must include the previous month s sales by building and machine and a check made payable to the District equal to the sales multiplied by the contractual commission rate. F. Accountability The District shall have the right to inspect all products, equipment, areas and operations with respect to the quality of vending service, the method of service, safety, sanitation, and maintenance of said premises. The successful Proposer and Director of Purchased Services shall jointly coordinate vending audits. G. Equipment, Supplies and Repairs The successful Proposer shall provide state of the art equipment for dispensing snacks, all supplies, materials, equipment, management and labor necessary for the efficient, sanitary and ecologically sound operation of the District s Snack Vending program at no cost to the District. Service and maintenance of equipment is to be the sole responsibility of the successful Proposer and will be performed during normal business hours or at times of mutual convenience of concerned parties. The successful Proposer shall conduct all service calls within 24 hours of notification.

H. Uniforms The successful Proposer is required to submit a policy concerning the use of employee uniforms and identification name tags with their proposals. Employees will be required to sign in when they enter a school building. I. Inspection of Premises The successful Proposer may request to inspect District facilities and equipment prior to submitting a Proposal in order to determine all requirements associated with the contract. However, structural changes will not be made to accommodate vending machines. J. Default Should the successful Proposer fail to correct non-conformance to the contract within thirty (30) days of written notice from the District, the District shall have the right to remove and replace any non-conforming items, and any and all additional costs resulting therefrom shall be the responsibility of the successful Proposer. K. Contract Compliance The District will manage and monitor the terms, conditions and specifications of the contract and bid specifications incorporated therein to assure contract compliance. This will be conducted primarily through internal audits and periodic meetings. The successful Proposer will agree to cooperate fully with the District in contract compliance. L. Insurance Minimum insurance requirements are listed in Attachment 2. M. Risk and Indemnification During the progress of the contract work, the successful Proposer shall assume all risk and bear all loss occasioned through neglect, negligence or accident, caused or contributed to by its personnel. The successful Proposer hereby assumes the entire responsibility and liability in and for any and all damages and/or injuries of any kind or nature whatsoever, to all persons, whether employees or otherwise, and to property, arising out of or resulting from the operation of the snack vending program as herein set forth and provided for in this contract, and for any and all damages and/or injuries of any kind which shall occur in connection therewith. The successful Proposer agrees to indemnify, defend and save harmless the District, its agents, servants and employees from and against any and all losses, expenses, including legal fees and disbursements, damages and/or injuries arising out of or resulting from or occurring in connection with the execution of the work herein provided for and including any losses, expenses, including legal fees and disbursements, damages or injuries occurring in connection with or resulting from the use of stock, appliances, implements, works, tools, or machinery or any other property owned, rented, borrowed by or assigned from or to the aforesaid District. N. Compliance with Laws and Regulations The successful Proposer shall be responsible for obtaining all required permits, licenses and bondings to comply with applicable municipal, school district, state and federal laws and regulations, and shall be responsible for payment of all applicable taxes, including but not limited to sales, business privilege, property and food taxes.

The successful Proposer is expected to comply with all state, federal local and District statutes, ordinance and regulations that are applicable to the performance of this contract and the specifications herein and shall procure all necessary licenses and permits. The successful Proposer shall disclose how it will comply with the provisions in the Patient Protection and Affordable Care Act of 2010 and the Health Care and Education Reconciliation Act of 2010 that require operators of more than 20 vending machines to disclose the calorie count of all food and beverages sold in the machines. O. Discrimination The successful Proposer is required to maintain evidence of compliance with the provisions of the Equal Employment Opportunity Act and submit said evidence upon request. P. Interruption of Performance The successful Proposer recognizes and acknowledges that riots, war, public calamity, fire, earthquake, mine subsidence, Acts of God, government restriction, labor disturbance or strike may result in interruption or cessation of performance of this contract. In such event, and with the exception of monies already due and owing, both parties obligations shall be suspended and excused to the extent commensurate with such interfering occurrence. Q. Choice of Law This Contract shall be interpreted in accordance with the laws of the State of Missouri. R. Integration This Contract shall constitute the sole, exclusive and final agreement of the parties, the terms and conditions of which may not be varied without the express written consent of both parties. S. Contract Implementation The Proposer shall include with its Proposal a statement indicating that Contract implementation, including any necessary installation will begin in July 2016 and be completed by August 1, 2016.

Proposal Submission and Evaluation It is the purpose of this RFP to obtain as complete a set of data as possible for comparison. This will enable the District to determine which Proposer is best able to meet the criteria being considered in the award of Snack Vending Services contract. By the act of submitting a Proposal, the Proposer represents: a. that it has read and understands these RFP Documents b. that it has familiarized itself with the conditions governing the proposed contract c. that the Proposal is based upon the requirements described in these RFP Documents without exception (unless exceptions are clearly stated in the response d. that it is a recognized provider of the products requested with a proven history of providing products and service in the industry e. that it has financial information on file relative to ownership of the bidding concern A. PROPOSAL FORMAT AND CONTENTS The proposal package shall contain the signed RFP cover sheet and the following items in the order listed below and utilize the forms provided in the Attachment Section of the RFP. The Proposer is urged to be concise, yet thorough in its presentations. Pertinent supplemental information should be referenced and included as attachments. All Proposals must be organized and tabbed to comply with the sections below. Where a discrepancy exists between an amount submitted as figures and words, the amount expressed in words shall govern. Any alterations or erasures must be initialed by the signer of the Proposal. 1. Letter of Transmittal The Proposer s Letter of Transmittal should include: a. an introduction and include its status as a sole proprietor, partnership, corporation or other legal entity; b. an expression of understanding of the work to be done and its ability and desire to meet the requirements of the RFP; c. a complete general description of its experience in the field of vending services; d. a commitment to perform the work within the specified parameters and a demonstration of its financial ability to execute the agreement; e. any specifications with which the Proposer takes exception or cannot comply; and f. any other information deemed pertinent that is not specifically requested in the Proposal itself. The Letter of Transmittal must be signed by a duly authorized official.

Identification Form (Attachment 1) This cover sheet identifies the legal name, mailing address, telephone, fax, email address and contact persons. The Identification Form must be signed by a duly authorized official. The successful Proposer must provide evidence that it is registered to do business in the State of Missouri. 2. Financial Condition The successful Proposer must be able to demonstrate its ability to fulfill the expectations of the contract provide a copy of its most recent financial statements or annual report. 3. Insurance Requirements (Attachment 2) a. The successful Proposer shall indicate its ability to meet the minimum insurance requirements of the RFP. The Insurance Requirements Form must be signed by a duly authorized official. b. The successful Proposer shall assume all responsibility for its actions and those of anyone else working for it while engaged in any activity connected with this proposal. c. The successful Proposer shall carry sufficient insurance to protect itself and the District from any property damage or bodily injury claims associated with the contracted work. d. Evidence of current insurance coverage shall be provided in the form of a certificate, which shall be submitted no later than ten (10) days after receipt of notice of intent to award contract. e. In the event that the Proposer fails to maintain and keep in force the insurance coverage as herein provided, the District shall have the right to cancel and terminate the established contract forthwith and without notice. f. The Proposer shall bear full responsibility for all risk of loss from equipment damage, and money or product loss resulting from vandalism or theft. The District shall not be penalize in any manner for such losses. 4. References and Experience (Attachment 3) The RFP requires submission of a minimum of three (3) references. Each reference must be presently using services similar to those requested in this RFP and not be an affiliate of any officers, directors, shareholders or partners. 5. Vending Locations (Attachment 4) The initial requirement for vending machines and their locations is provided in Attachment 4. The Proposer must submit Attachment 4 indicating the average number of vending slots per machine that are being proposed for this contract. 6. Financial Proposal (Attachment 5) Proposers shall indicate the financial details for providing Snack Vending Services to the District by completing spreadsheet provided. The 25 proposed items will be listed along with the proposed Vending Price. The Commission Rate will also be submitted on this attachment.

Other considerations: o Vending prices shall not increase during the first year of the contract. o Commission Rate cannot be revised downward throughout the life of the contract. o The Proposer may request price and/or portion changes a minimum of thirty days prior to the end of a school year. Data supporting recommended changes will be required. After cost verification, the District shall determine those prices and/or portion changes to be approved and the effective date B. EVALUATION PROCESS AND ACCEPTANCE OF PROPOSALS It is the intent of the District to award a contract to the Proposer submitting the proposal which best suits the needs of the District as determined by the District in its sole judgment after evaluation of submitted Proposals. 1) After a recommendation for award has been made, the successful Proposer will be notified in writing and the appropriate documents will be prepared for commencement of the Contract. 2) The District will use the Evaluation Criteria below when evaluating proposals. Proposals should emphasize the a. understanding of the District s needs presented in a clear, concise and direct manner; b. ability to provide quality and diversified product offerings; c. experience, financial stability and references; d. use of state of the art vending machines and equipment features; e. experience in healthy vending and compliance to USDA s Smart Snacks and district wellness policy; and f. financial benefit to the District (vend prices of each item and commission rate (%) on total sales that will be paid to the District).

Exhibit A: Wellness Standards Healthy Hunger-Free Kids Act (HHFKA) as detailed by the US Department of Agriculture (USDA) National School Lunch Program and School Breakfast Program FHSD Board of Education Policy #2750 Healthy Hunger-Free Kids Act of 2010 Smart Snacks Product Calculator Smart Snacks in School

Attachment 1: Identification Form The undersigned hereby agrees to be bound by the terms of the RFP and that the enclosed Proposal is submitted in accordance therewith. Once completed and returned, this Proposal becomes the primary basis for evaluation and selection of the Proposer to provide the services required by the District for the specified period. By signing this Identification Form, the Proposer certifies that there are no PARTIES OF INTEREST or CONFLICTS OF INTEREST, as defined by state and/or federal regulations, existing between the Proposer and the District or any of its employees, agents or Board of Education members. The Representative designated below will serve as the point of contact to solve any and all problems that may arise concerning the Proposal during the evaluation period. Legal name (Prime contractor) Representative s Name Title Address City/State/Zip Telephone # Fax # Email Address Years in Operation Years under current structure and/or under previous structure 1) Name of Officers: NAME TITLE 2) The undersigned hereby acknowledges the receipt of the following addenda: Addendum Number Date Issued Date Acknowledged Signature 3) The undersigned hereby acknowledges reading and agreeing to the terms and conditions set forth in the RFP, and that the terms and conditions set forth in the Proposal will remain open for at least 90 days from the deadline for submission of Proposals Officer s Name Signature Date

Attachment 2: Insurance Requirements The successful Proposer shall indemnify and hold harmless the District, its Board members, agents and employees, from any and all claims of damage to property or injury to persons, which may arise in connection with the work hereby undertaken. Prior to commencing the work the successful Proposer shall furnish a certificate of insurance naming the District as additional insured as its interest may appear and showing the following minimum limits of insurance coverage: Workers Compensation Statutory limits as required by Missouri law or any other state involved in connection with this work Employer s Liability Each accident $ 500,000 By disease Each employee $ 500,000 By disease Policy aggregate $ 500,000 Comprehensive General Liability Bodily Injury Each occurrence $1,000,000 -Aggregate $2,000,000 Property Damage Each occurrence $1,000,000 -Aggregate $2,000,000 Comprehensive Automobile Liability Bodily Injury Each occurrence $1,000,000 -Aggregate $1,000,000 Property Damage Each occurrence $1,000,000 -Aggregate $1,000,000 IM/UM Each occurrence $ 100,000 -Aggregate $1,000,000 Errors and Omissions Each occurrence $1,000,000 -Aggregate $1,000,000 Medical Malpractice/Professional Liability Per claim $1,000,000 Liability policies may be arranged under individual policies for full limits required or by a combination of underlying policies with the balance provided by an umbrella policy. Split Limit policies are acceptable if equivalent minimum limit requirements are met. The above described liability insurance shall be written on an occurrence basis. Automobile coverage shall be written on a Comprehensive form policy. General Liability shall be written on a Comprehensive form basis using ISO form CG 01 01 96 with no restriction or exclusions, or an equivalent or better policy form, and shall include blanket contractual liability insurance as applicable to the successful Proposer s obligations under this Contract. Certificates of insurance shall be issued by an A.M. Best A or higher rated, financial size VII or larger, licensed to conduct insurance business in the State of Missouri. Additionally, all certificates furnished must contain a statement that the District will receive 30-days advance notice of any policy cancellation and/or reduction in coverage. The certificate will have the wording endeavor to and failure to mail such notice shall impose no obligation or liability of any kind upon the proposer, its agents or representatives deleted or crossed out. In order for the District to ensure that the minimum insurance requirements can be met by your firm, please check one of the following: Minimum insurance requirements can be met--a copy of insurance certificate is attached. OR Do not currently have minimum insurance levels--attached is a copy of a letter from insurance carrier stating that if awarded the Contract, levels of coverage will be met. Firm Name Signature Date

Attachment 3: References and Experience Each Proposer must submit a minimum of three (3) references. Each reference must be presently using vending services similar to those requested in this RFP. No reference may be an affiliate of any officers, directors, shareholders or partners. 1) Name: Business Address: Name and Title of Contact: Phone Number of Contact: Contract Length: Contract Value: 2) Name: Business Address: Name and Title of Contact: Phone Number of Contact: Contract Length: Contract Value: 3) Name: Business Address: Name and Title of Contact: Phone Number of Contact: Contract Length: Contract Value: TERMINATED CONTRACTS WITHIN THE LAST FIVE (5) YEARS. All Contracts terminated for default within the last five (5) years should be noted below. If the Proposer has experienced no such terminations for default in the past five (5) years, so indicate. #1 #2 #3 Name Business Address Name of Contact Title of Contact Telephone Number of Contact Contract Length Contract Value

Attachment 4: Vending Locations The Vendor shall provide vending products to the District through vending machines owned and maintained by the Vendor, to be located at the following buildings, at sites to be mutually agreed upon by the parties. Building Address Student Enrollment # of Current Machines High Schools Francis Howell High 7001 Highway 94 South and Union Alternative Program 1851/146 4 Francis Howell North 2549 Hackmann Road St. Charles, MO 63303 1684 3 Francis Howell Central 5199 Highway N 1807 4 Middle Schools Barnwell 1035 Jungs Station Road St. Charles, MO 63303 879 1 Hollenbeck 4555 Central School Road 547 1 Francis Howell 825 O Fallon Road 844 1 Saeger 5201 Highway N 760 1 Bryan 605 Independence road 908 1 Elementary Schools Becky David 1155 Jungs Station Road St. Charles, MO 63303 858 1 Castlio 1020 Dingledine Road 823 1 Central 4255 Central School Road 841 2 Daniel Boone 201 West Highway D Wentzville, MO 63385 362 1 Fairmount 1725 Thoele Road St. Peters, MO 63376 980 1 Henderson 2501 Hackmann Road St. Charles, MO 63303 692 1 Harvest Ridge 1220 Harvest Ridge Drive St. Charles, MO 63303 729 1 John Weldon 7370 Weldon Spring Road Dardenne Prairie, MO 63368 717 1 Independence 4800 Meadows Parkway 698 1 Warren 141 Weiss Road St. Charles, MO 63376 781 1 Early Childhood Family Education Centers Early Childhood Hackmann Road Early Childhood Central School Road Early Childhood Meadows Parkway 2555 Hackmann Road St. Charles, MO 63303 4535 Central School road 4810 Meadows Parkway 8 1 8 0 8 0

Other Burbes Warehouse Building District Office Facilities Operations Building Heritage Landing 4606 Central School Road 4545 Central School Road 7055 Highway 94 South 1400 Gettysburg Landing St. Charles, MO 63303 9 0 64 1 6 0 22 0 Two machines at each high school are accessible to students. The rest are accessible to faculty and staff only. The District reserves the right to add vending machines to, or remove them from, any location during the term of the Contract. The Proposer shall identify the vending machines that are proposed to be used if awarded this contract, specifically enumerating the items below. a. machine capacity/number of slots b. capability of timers c. levels of energy consumption d. machine/equipment features e. ability to accept debit/credit cards f. coin security and collection system g. year of manufacture Nutrition information for each item in a student-designated vending machine must be available at that vending machine.

Label Attachment 5: Financial Proposal Proposers will be required to complete the spreadsheet below with their financial proposal. Click here for a printable spreadsheet. Snack - Product 2016-2017 Product Brand Product Type First Ingredient Serving Size Servings/ Calories/ Container Serving Calories from Fat/Serving Total Fat/Serving (g) Saturated Fat/Serving (g) Trans Fat/Serving (g) Sodium/ Serving (mg) Sugars/ Serving (g) 1 Pretzels Snyders Grain Flour 1.5oz/43.5g 1 160 5 0.5 0 0 2.4 1 Y 2 Fruit Snacks Black Forest Fruit Fruit Juices 2.25oz/64g 2 90 0 0 0 0 0 16 Y 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Vend Price