INVITATION FOR BID. Serving Line Remodel for Eagle Glen and Bridle Ridge Elementary

Similar documents
PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

COUNTY OF COLE JEFFERSON CITY, MISSOURI

NEAPA Northeast Alabama Purchasing Association

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Invitation to Bid BOE. Diesel Exhaust Fluid

REQUEST FOR PROPOSAL (RFP)

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS

INVITATION FOR BID PLEASE MAKE AN APPOINTMENT FOR SITE VIEWING FOR ACCURATE BIDS WITH THE DETENTION SUPERINTENDENT, ADAM THOMAS.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

ADVERTISEMENT FOR BID

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

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

ATTENTION ALL BIDDERS MANDATORY PRE-BID MEETING TUESDAY FEBRUARY 19, 2:00 P.M.

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

INVITATION TO BID Retaining Wall

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019

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

PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

PURCHASING DEPARTMENT

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

Invitation to Bid: Promotional Items

REQUEST FOR PROPOSAL(S) FOR THE CITY OF MT. JULIET, TN

CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIXIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES

WRIGHT CITY R-II SCHOOL DISTRICT REQUEST FOR PROPOSAL Wright City West Elementary School Teacher Desks and Chairs June 27, 2018

BID DOCUMENTS FOR. WTP VFD Replacement Bid

REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

ALL TERRAIN SLOPE MOWER

REQUEST FOR FORMAL BID

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

Combi Oven IFB Invitation for Bid Bid Number (FS )

REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN

SIGNATURE REQUIRED LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX ID NO.

ATTENTION ALL BIDDERS MANDATORY PRE-BID MEETING WEDNESDAY, MARCH 8, 10:00 A.M.

REQUEST FOR QUOTATION

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF TITUSVILLE, FLORIDA

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY

2019-NS-04 District Beverage Vending RFP 2019 NS-04

Request for Proposal

Request for Proposal For Scrap Metal Removal

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

Storage Cages for the Solid Waste Division of the Boone County Fiscal Court

GUILFORD COUNTY SCHOOLS Invitation for Bids

KANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23

CULINARY ART S EQUIPMENT RFP# 2018-PUR-027

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR GARAGE DOOR MAINTENANCE SERVICES

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

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

INVITATION TO BID # 441

INVITATION TO BID The Lodge Indoor Pool Deck Chairs

REQUEST FOR PROPOSAL RFP #14-03

PURCHASING DEPARTMENT

Sample Request For Proposals

PLEASANTVILLE HOUSING AUTHORITY

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

INVITATION TO BID (ITB) Closes September 27th, 2017 at 3:00 pm

ADVERTISEMENT FOR BIDS

Botetourt County Public Schools

Invitation To Bid. for

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606)

CITY OF O FALLON, MISSOURI REQUEST FOR PROPOSALS RFP NUMBER DOCUMENT SCANNING. September 15, 2017

MERAMEC VALLEY R-III SCHOOL DISTRICT 126 North Payne Street Pacific, MO REQUEST FOR PROPOSAL #2 FUEL OIL

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

REQUEST FOR QUOTATION

ORANGE BOARD OF EDUCATION 637 ORANGE CENTER ROAD ORANGE, CT (203) SPECIFICATION COVER SHEET

Request for Bids. Recycling Collection Containers and Hauling Services at OCRRA s Transfer Stations to Local MRF

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

RETAIL ELECTRIC GENERATION SUPPLY SERVICE

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

REQUEST FOR FORMAL BID

NORTH ST PAUL - MAPLEWOOD OAKDALE SCHOOLS. INDEPENDENT SCHOOL DISTRICT # E. 12 th AVENUE NORTH ST. PAUL, MN BID SPECIFICATIONS FOR:

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

Transcription:

Child Nutrition Department 21005 S. School Road, PO Box 789, Peculiar, MO 64078 Phone: 816-892-1370 * Fax: 816-892-1387 www.raypec.k12.mo.us April 17, 2017 INVITATION FOR BID Items: Serving Line Remodel for Eagle Glen and Bridle Ridge Elementary Bids Accepted to and Opened on: Address Sealed Envelopes To: TUESDAY, MAY 9 TH 10:30 AM Administrative Services Center Building, Board Room 21005 S. School Rd Peculiar, MO 64078 Raymore-Peculiar School District Child Nutrition Department 21005 S. School Rd Peculiar, MO 64078 ATTN: Sarah Chellberg Envelope should be plainly marked: Child Nutrition Serving Line Bid Our Mission: Preparing EACH Student for a Successful and Meaningful Life Our Vision: Turning Today's Learners into Tomorrow's Leaders

SPECIFICATIONS The Raymore-Peculiar School District, hereinafter referred to as District proposes to contract with an organization or individual, hereinafter referred to as Vendor whereby the Vendor will furnish and deliver equipment to the District locations as designated. All specifications, special conditions and terms of this invitation for bid shall become an integral part of the District s contract with the Vendor. All proposals submitted should meet the specifications shown below, or provide a similar alternate that meets the performance requirements. The District will review and select the unit that is deemed appropriate for the Child Nutrition Department. If you are recommending a different unit, please specify any variance from the below specifications. This bid is for TWO of the entire equipment package (6 pieces total) with FOB delivery, uncrated, set in place on or before August 1, 2017. There are two delivery locations, Bridle Ridge Elementary School: 900 E 195 th, Raymore, MO 64078 and Eagle Glen Elementary School: 100 S Foxridge Dr, Raymore, MO 64078. Target Specifications: 1 ColorPoint EF-4-CPA-Mod L/P 84 long x 30 wide x 36 tall Top 14 gauge stainless steel, 60 long step down 6 and then extend for 24 5 inch casters EF-4 Hot Food With STD. CPVC Manifold Drain GA 60 Adjustable front protector to be fixed over 3-wells and adjustable front on one well 8 x 60 Solid S/S Cutting Board 84 laminate plastic on 1/8 luan over galv. steel body to have 60 then a 6 step down for the rest of the 24, laminate to be determined upon order Line up locks Three sided recessed for sheet pans 84 beaded tray slide mounted, 28 ½ AFF, 10 wide 1 ColorPoint 120-CFMA-QSHCP-3 L/P 120 long x 30 wide x 30 tall Top 14 gauge stainless steel 5 inch casters 2050TA-4 Pan-Temp-Est Aire Built-In QSCHFP-3 Pan-Quick Switch Built In Custom Double Service Buffet 120 laminate plastic on 1/8 luan over galv. steel body, laminate to be determined upon order 2 - Custom length 10 wide beaded tray slide, 120 long mounted 28 1/12 AFF. Trayslide divided into two (2) sections. 60 pieces on each side. Line up locks 1 ColorPoint 36-CSE-L/P 36 long x 52 wide x 30 tall

Top 14 gauge stainless steel 5 inch casters 20 x 20 utility drawer with S/S liner Cashier liner 28 deep for utility drawer Cashier pull out shelf Electrical outlet with wiring in cabinet up to 20 AMP 52 laminate plastic on 1/8 luan over galv. steel body, laminate to be determined upon order 2 10 x 36 beaded S/S tray slide mounted 28 1/2 AFF Line up locks 3 knock-out Each above bullet should be explained in detail when submitting your proposal. The District prefers to accept bids for ColorPoint serving line units with the dimensions shown or another comparable model. Please submit any clarification on specifications in writing to: Sarah Chellberg, Child Nutrition Director at sarah.chellberg@raypec.org The District will issue responses to inquiries and any other corrections or amendments it deems necessary in written addendum prior to the Proposal due date. Vendors should rely only on the representations, statements or explanations that are contained in this bid and the written addendum to this bid. Where there appears to be a conflict between the bid and any addendum issued, the last addendum issued will prevail. Final results of the bid will be e-mailed no later than JUNE 2, 2017. This bid is not transferable.

STANDARD TERMS The following terms and conditions shall prevail unless otherwise modified by the Raymore-Peculiar School District through a written addendum. The Raymore-Peculiar School District reserves the right to reject any and all bids and to waive any informalities in the bids receive whenever such action is in the District s best interests. 1. ACCURACY OF BID Each bid is publicly opened and is made part of the public record of the Raymore-Peculiar School District. Therefore, it is necessary that any and all information presented is accurate. 2. SUBMISSION OF BID Bid package is to be sealed and submitted to: The Raymore-Peculiar School District, Child Nutrition Department, 21005 S. School Rd, Peculiar, MO 64078, Attn: Sarah Chellberg, prior to the date and time indicated on the cover sheet. One original and one copy shall be provided. 3. LATE BIDS Bids received after the deadline designated in this bid document shall not be considered. 4. BID AWARD The bid will be awarded by the Board of Education, or its authorized representatives. 5. BID FORMAT Successful bidder will win all items on the bid. 6. BID CONSIDERATIONS - The District will evaluate the bids in accordance with the following criteria: product quality, pricing, service, delivery ability and experience with school districts. The District reserves the right to be the sole judge of what it shall consider the lowest and best bid. This does not obligate the District to pay any cost incurred by vendors related to submission of proposals in response to this request for bids. 7. MISSOURI BUSINESSES The district will give preference to all commodities manufactured, mined, produced or grown within the state when quality and price are approximately the same. 8. BUSINESS PREFERENCE The district will give preference to Missouri based business, businesses that maintain Missouri offices and service-disabled veteran businesses. Vendor shall state in proposal if any of the above are applicable. 9. NEW SUPPLIES Unless otherwise specified, all material or supplies offered shall be new, unused, of recent manufacture, and suitable for their intended purpose. 10. DELIVERY TERMS Deliveries to be F.O.B. to stated location and defined time, determined upon ordering. 11. DAMAGED AND/OR LATE SHIPMENTS The Raymore-Peculiar School District has no obligation to accept damaged shipments and reserves the right to return at the vendor s expense damaged merchandise even though the damage was not apparent or discovered until after the receipt of the items. Product that is damaged will be picked up at the Vendor s expense for replacement at the site. The vendor is responsible to notify The Raymore-Peculiar School District of any late or delayed shipments. The Raymore-Peculiar School District reserves the right to cancel all or any part of an order if the shipment is not made as promised. 12. DELIVERY RECEIPTS Delivery receipts shall be prepared and submitted to each school cafeteria site at the time of delivery. Receipts will contain all the following information: item number, description of supplies, sizes or unit of measurement, quantity, unit price and extended totals. 13. PAYMENT Payment is processed using the delivery receipts provided at the time of delivery. Payment of the seller s invoices is subject to adjustment for any shortage, or for rejection of any item or items.

14. SELLERS INVOICE One statement is to be sent to: Raymore-Peculiar Schools, Child Nutrition, 21005 S. School Rd, Peculiar, MO 64078. Statements will be used by the District to reconcile expenditures. 15. TAX EXEMPTIONS The district is exempt from various federal, state, and local taxes. 16. 1099 Vendor shall include their company 1099 with bid submission. 17. CONTRACT TERMINATION The agreement and/or contract can be terminated at any time upon the discretion of the District for any reason with 30 days notice. 18. SAFETY All practices, material, supplies and equipment shall comply with the Federal Occupational Safety and Health Act, as well as any pertinent Federal, State and/or local safety or environmental codes. 19. E-VERIFY As a condition for the award of a contract to provide the district services in excess of $5,000, the vendor must submit a sworn affidavit and documentation affirming enrollment in E- Verify and stating that the vendor does not knowingly employ any person who is not authorized to work in the United States. 20. INSURANCE The vendor agrees to procure and maintain, at its own cost, a policy of insurance sufficient to insure against all liability, claims, demands, and other obligations assumed by the vendor pursuant to the indemnification section of this proposal. The District shall have no responsibility or liability for such insurance coverage. The vendor shall not be relieved of any liability, claims, demands, or other obligations assumed pursuant to the indemnification section of this proposal by reason of its failure to procure or maintain insurance, or by reason of its failure to maintain in sufficient amounts, durations or types. Vendor shall provide proof of insurance coverage. 21. INSURANCE COVERAGE - Vendor shall name Raymore-Peculiar schools as additional insured on the policies of insurance. All coverage shall be continuously maintained to cover all liability, claims, demands, and other obligations assumed by the vendor pursuant to the indemnification section of this proposal. 22. WORKER S COMPENSATION INSURANCE Vendor agrees to procure and maintain, at its own cost, a policy of Worker s Compensation insurance to cover obligations imposed by applicable laws for any employee engaged in the performance of work under this contract. The District shall have no responsibility or liability for such insurance coverage. Vendor shall provide proof of worker s compensation insurance coverage. 23. BACKGROUND CHECK The vendor shall ensure successful background checks are performed on any individual performing services to be rendered and materials to be provided for the district pursuant to this proposal. 24. HOLD HARMLESS The vendor agrees to protect, defend, indemnify and hold the Board of Education, its officers, employees and agents free and harmless from and against any and all losses, penalties, damages, settlements, costs, charges, professional fees or other expenses or liabilities, actions, proceedings or causes of action of every kind and character in connection with or arising directly or indirectly out of this agreement and/or the performance hereof. 25. LAW GOVERNING All contractual agreements shall be subject to, governed by and construed according to all applicable federal, state of Missouri and local laws plus the Raymore-Peculiar Board of Education policies. 26. NON-DISCRIMINATION CLAUSE No one submitting a bid on this request shall in any way, directly or indirectly, discriminate against any person because of age, race, color, disability, sex, national origin or religious creed.

Bidder s Check List: All items listed below must be included when submitting your bid. Signed vendor acceptance form Bid proposal Company 1099 Proof of E-Verify Proof of Insurance Proof of Worker s Comp Insurance One original bid One copy of bid

Vendor Acceptance: I have read and agree to all of the detailed specifications and the standard terms of the bid. Company Name: Company Address: Phone Number: Authorized Representative: Authorized Signature: Title: E-mail address: Date: Preferential Business: (optional) List any conditions precedent to acceptance: Raymore-Peculiar School District Child Nutrition Department 21005 S. School Rd Peculiar, MO 64078 Attn: Sarah Chellberg Child Nutrition Serving Lines Bid