request for sealed bid


request for sealed bid - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com/...

0 downloads 135 Views 451KB Size

Date: March 20, 2014 Mark your return envelope as follows: Birdville Independent School District Purchasing Department 3124 Carson Street • Haltom City, Texas 76117 817-547-5629 • Fax 817-831-5662

“SEALED BID” for Armored Car Service

REQUEST FOR SEALED BID Type company name and address here

SEALED BID #040-14 OPENING DATE: April 3, 2014 OPENING TIME: 2:00 PM

Bids will not be accepted after above date and time.

Bid subject to attached Terms and Conditions

Item No.

Quantity

Unit Price

Description

Armored Car Service for Child Nutrition Services, per the attached specifications

PLEASE SEND ORIGINAL AND ONE (1) COPY OF YOUR BID.

Bid results will be posted on our website after Board approval. We will no longer mail bid tabulations.

AUTHORIZED BY: (Signature)

PAYMENT TERMS

AUTHORIZED BY: (Typed/Printed)

DELIVERY DAYS

PHONE NUMBER FAX NUMBER

E-MAIL ADDRESS

Total Price

REQUEST FOR SEALED BID NOTICE TO BIDDERS Items below and any attachments apply to and become a part of the terms and conditions of this bid. Any exceptions must be in writing. This bid constitutes an offer to sell to the Birdville Independent School District the items or services listed hereon or on any attached list. Bids must be submitted on the form provided. Each bid shall be placed in an envelope, sealed and properly identified with the bid number and title and delivered to the Purchasing Department Office before the hour and date specified. Late bids will not be considered under any circumstances. Bids must be sealed in a properly marked envelope before being sealed in an overnight carrier's envelope. Bids must be typed or printed in black ink. Bids not legible will not be tabulated or considered. All bid openings are public and everyone is invited to attend. Prices bid must be F.O.B. destination, freight paid. Unit prices shall include all freight, surcharges and any additional cost to the District's designated location. No C.O.D. or collect freight shipments will be accepted. Each shipping container shall be clearly and permanently marked with seller's name and address and the consignee's name and address and purchase order number. The District is exempt from Federal, State and Local Taxes. Do not include tax on this bid. Tax exemption certificates will be furnished upon request. State of Texas tax number is 1-75-6000193-9. Bid unit price on quantity and unit of measure specified, extend and show total. In case of errors in extension, unit price shall govern. Unless otherwise noted, bid prices must be firm for acceptance sixty (60) days from the opening date of the bid. Bid must show the full name and address of the bidder. Unsigned bids will be disqualified. Person signing bid shall be someone with the authority to bind their firm to a contract. Bids cannot be altered or amended after opening time. Any alterations made before opening time must be signed by the bidder or his agent. No bid can be withdrawn after the opening time without approval of the Purchasing Director based on a written acceptable reason. Items bid must conform to appropriate local, state, and federal ordinances, statutes, and regulations governing the manufacture, safety, sale, and installation of the item. Products delivered in connection with this bid must be certified to be asbestos free. MSDS must be provided for all products. The Birdville Independent School District awards all bids in accordance with Texas Education Code, Section 44.031. All items bid must be new, in first class condition, including containers suitable for shipment and storage, unless otherwise indicated on the bid. Samples, if requested, must be furnished at no cost to the District. If not destroyed in examination, the samples will be returned to the bidder on request at the bidder's expense. Otherwise, the District will dispose of samples not requested for return. Each sample, when requested, must be marked with bidder's name and item number on the bid. The District makes payment upon receipt of a properly executed invoice and verification of delivery from the consignee. Discounts will be calculated from the later of the date of delivery or date invoice is received. Any catalog, brand name or manufacturer's reference used in the bid is descriptive - not restrictive - it is intended to indicate type and quality desired. Bids on brands of like nature and quality will be considered. If bidding on other than referenced specification, bid must show manufacturer, brand, model, etc., of article offered. If other than brand specified is offered, complete descriptive information of each article being bid must be included with the bid. If bidder takes no exception to specifications or reference data, the bidder will be required to furnish brand names, models, etc., as specified. Articles delivered that are determined by the District not to be of equal or comparable quality of requested articles shall be replaced by the vendor at no expense to the District. Bidder guarantees product offered to meet or exceed specifications identified in this bid invitation. The District reserves the right to purchase additional quantities of items or services as listed on this bid subject to verification of the same or lower prices and conditions as bid. The District reserves the right to accept or reject all or any part of any bid, waive minor technicalities and award the bid to best serve the interest of the District. Delivery: Bids must show the number of days required to deliver the articles to the specified location under normal conditions after receipt of an order. Failure to state the delivery time obligates the bidder to make delivery in fourteen (14) calendar days. Delivery shall be made between the hours of 8:30 AM and 3:00 PM, Monday through Friday except on school holidays. The District cannot and will not accept tail-gate delivery at a school entrance unless specified otherwise. The right is reserved to reject incorrect or damaged shipments. By signing this bid, the bidder certifies and represents to the District that Bidder has not offered, conferred, or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote, or any other exercise of discretion concerning this bid. Bidder further certifies and represents that Bidder has not violated any state, federal, local law, regulation or ordinance relating to bribery, improper influence, collusion, discrimination, or other similar crimes and all items or services provided or delivered under any award shall conform hereto. By signing this bid the bidder certifies that this company is not prohibited from doing business with any Federal Department or Agency. By signing this bid, the bidder certifies that to the best of their knowledge no company employee, either full or part time, owner, official, stockholder, subcontractor, or member of their immediate family, are related to a member of the Board of Education in violation of the Nepotism Prohibition of the Texas Government Code (Chapter 573 Gov. Code). Venue for any litigation arising from this contract shall lie in Tarrant County, Texas. The District's list of prospective bidders is being updated. To remain on the bid list, you must either submit a bid or return this bid invitation marked "NO BID".

FELONY CONVICTION NOTIFICATION State of Texas Legislative Senate Bill No. 1, Section 44.034, Notification of Criminal History, Subsection (a), states "a person or business entity that enters into a contract with a school district must give advance notice to the district 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." Subsection (b) states "a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract." THIS NOTICE IS NOT REQUIRED OF A PUBLICLY-HELD CORPORATION

I, the undersigned agent for the firm named below, certify that the information concerning notification of felony convictions has been reviewed by me and the following information furnished is true to the best of my knowledge. VENDOR'S NAME AUTHORIZED COMPANY OFFICIAL'S NAME Please Print

A.

My firm is a publicly-held corporation, therefore, this reporting requirement is not applicable. Signature of Company Official

B.

My firm is not owned nor operated by anyone who has been convicted of a felony. Signature of Company Official

C.

My firm is owned or operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s) Details of Conviction(s)

Signature of Company Official

Educational Purchasing Cooperative of North Texas Contract

Several governmental entities around the Birdville 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 would apply?

Yes

No

If you, the vendor, checked yes, the following will apply. Governmental entities utilizing Internal Governmental contracts with the Birdville Independent School District will be eligible, but not obligated, to purchase material/services under the contract(s) awarded as a result of this solicitation. All purchases by governmental entities other than Birdville Independent School District will be billed directly to that governmental entity and paid by that governmental entity. Birdville Independent School District will not be responsible for another governmental entity’s debts. Each governmental entity will order their own material/service as needed. For information regarding the Educational Purchasing Cooperative of North Texas, please visit their website at the following address: http://www.lisd.net/purchasing/NTEPChomepage1.htm

Buy American Provision School and institutions participating in the NSLP and SBP are required by law to use CN 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 CN funds are used to acquire foods, schools and institutions must ensure that the items are in compliance with this requirement. Additional requirements for preference for agricultural products from Texas are applicable to the use of CN funds, in accordance with the Buy American Provision, Section 44.042, Texas Education Code.

Compliance with 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 required 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 of the Enforcement.

Company Name Authorized Company Official's Name Printed Name

Signature of Company Official Signature

Certification Regarding Lobbying Applicable to Grants, Sub grants, 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 Lobbying,” 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 sub awards exceeding $100,000 in Federal funds at all appropriate tiers and that all sub recipients shall certify and disclose accordingly.

Name/Address of Organization

Name/Title of Submitting Official

Signature

Date

HACCP PLAN

Our company has a current HACCP Plan or good manufacturing practices in place for the 2014-2015 school year.

YES

NO

Vendors Name: Signature of Company Official:

ARMORED CAR SERVICE BID NO. 040-14 Bidder agrees to transfer and convey, once each day according to school calendar between the hours of 2:00 and 3:30 PM, money (currency, coins, and checks) from the designated schools, and from 3:30 to 4:00 PM to the designated school depository bank. The District depository is Bank of America located in Dallas, Texas (address to be furnished to vendor being awarded the bid). Deposits must be at the bank vault by 4:00 PM unless the successful bidder has their own vault and makes arrangements to hold the deposits overnight. Bidder agrees to assume liability on the actual cash value up to the total of $30,000 total combined liability. The successful bidder will reimburse liability loss by check within ten (10) business days. Bidder to show proof of insurance for actual cash value. This service shall begin on the first day of the 2014-2015 school year (August 25, 2014 thru June 2, 2015) and shall continue for the entire school year. This bid should be submitted on a per day basis for up to 173 days. If no pickup is made, the school is not to be charged and the Director of Child Nutrition Services is to be called. The district reserves the right to extend this award for two (2) additional years in one (1) year increments if agreeable by both parties. Price increases for each additional year will be negotiated not to exceed the CPI in the Dallas/Fort Worth area at the time of renewal. Price negotiations may be negotiated to prices below the current pricing. Negotiations for price changes, when required, will be completed forty-five (45) days before date of renewal. Bidder will assume full responsibility for its personnel and will not hold customer responsible for any liability. Pick-up will be made at thirty-two (32) locations.

Cost per Day per School

$

Total Cost per Day

$

Total Cost per Year

$

Birdville Independent School District reserves the right to reject any or all bids.

Bank of America Armored Carrier Requirements Each armored carrier company (“Armored Carrier”) and the subcontractor(s) utilized by the Armored Carrier, if any (the “Subcontractor”) must comply with the requirements imposed by Bank of America, N.A. (“we,” “us” and “our”) from time to time on Armored Carriers and Subcontractors (individually and collectively, “you” and “your”) that enter any vaults operated by us (“our vaults”) to deliver deposits and/or pick up change orders on behalf of our customers. The current requirements are set forth below. Please ensure that you are in compliance with these requirements. In addition, the Armored Carrier shall provide us with any documentation required below relating to the Armored Carrier and/or the Subcontractor, as applicable, within ten (10) days from the Armored Carrier’s receipt of these requirements.

Requirement

Description

Organizational Documentation

License Certification/Compliance with Law



Provide us with your Articles of Incorporation (or other applicable organizational documentation).



Provide us with your Taxpayer Identification Number.



Provide us with a certification that you are licensed to transact business as an armored carrier company in each state in which you operate.



Comply with all applicable federal and state laws and regulations, including Department of Transportation Federal Motor Carrier Regulations and those relating to the handling of weapons.



Maintain, at a minimum, the following insurance coverage’s with respect to each customer on whose behalf you deliver deposits to and/or pick up change orders from our vaults: 1. Workers’ Compensation Insurance, which fully complies with the statutory requirements of all applicable state and federal laws. 2. Employer’s Liability Insurance, with a minimum limit of $1,000,000 per accident for bodily injury and $1,000,000 per employee/aggregate for disease.

Insurance

3. Commercial General Liability Insurance with a minimum combined single limit of liability of at least $1,000,000 per occurrence for bodily injury, death, property damage and/or personal injury. This shall include products/completed operations coverage, and broad form contractual coverage for the Agreement. Bank of America shall be named as an additional insured. 4. Business Automobile Liability Insurance covering all owned, hired and non- owned vehicles and equipment used with a minimum combined single limit of liability of at least $1,000,000.00 per occurrence for injury, death and/or property damage. Bank of America shall be named as an additional insured. 5. Excess/Umbrella coverage with respect to the coverage’s set forth in (3), and (4) above with a minimum combined single limit of $5,000,000. We shall be named as an additional insured. 6. Fidelity Bond/Crime/”In Transit” Coverage covering cash while in your care, custody or control, whether located on or off our premises or vaults and/or while such property is in transit (including “over the curb” coverage)

Revised Date: 03/6/2012

Page 1 of 3

Bank of America Proprietary

Bank of America Armored Carrier Requirements Requirement

Description against loss due to robbery, burglary, theft, fraud, misplacement, mysterious unexplainable disappearance, damage or destruction, or fraudulent and dishonest acts of your employees, or any other crimes. Such insurance shall be written on a discovery basis in an amount not less than $1,000,000.00. We shall be named as a loss payee, as our interests may appear. •

Provide us with certificates of insurance and endorsements evidencing such insurance and any additional requirements that we may impose.



Provide us with a photo/signature list of your employees before your employees enter our vaults.



Require your employees, who enter our vaults, to wear company issued uniforms.



Require your employees to present a valid company ID card (containing their photograph) upon entering our vaults. This ID card must be displayed on the outside of their uniforms. They must provide their ID card to the vault associate, upon request, for review and recording of ID number on the outgoing manifest.



Require your employees who enter our vaults to do so only at times authorized by us and to comply with any other requirements that we may impose based on such identification process.



Provide us in advance with a written description of each vehicle that will enter our vaults, by make, model and license number. Any vehicle entering our vaults must match the description provided.



Vehicle must be recognizable as an official armored vehicle operated by you and contain no other markings or names that are inconsistent with this.



Vehicle must display your company name and insignia on both sides of the vehicle in accordance with the Department of Transportation regulations.



The Armored Carrier shall notify us in advance of any subcontractor that the Armored Carrier intends to use to deliver deposits to or pick up change orders from our vaults for our customers. Each such subcontractor shall be acceptable to us before the Armored Carrier has them enter our vaults. The Armored Carrier shall require each subcontractor to comply with the above requirements and shall provide us with the documentation requested above relating to such subcontractor.

Employee Identification

Vehicles

Subcontractors

Revised Date: 03/6/2012

Page 2 of 3

Bank of America Proprietary

Bank of America Armored Carrier Requirements NOTE: If the Armored Carrier and/or the Subcontractor will be entering any vaults operated by a third party, the Armored Carrier and/or the Subcontractor, as applicable, will need to comply with any requirements imposed by such third party. If you have any questions regarding the above requirements, please do not hesitate to contact Catherine Coltrin. Thank you for your cooperation.

Revised Date: 03/6/2012

Page 3 of 3

Bank of America Proprietary

BIRDVILLE INDEPENDENT SCHOOL DISTRICT HALTOM HIGH SCHOOL 5501 Haltom Road Haltom City TX 76137

RICHLAND ELEMENTARY SCHOOL 3250 Scruggs Park Drive Richland Hills TX 76118

RICHLAND HIGH SCHOOL 5201 Holiday Lane E. North Richland Hills TX 76180

SMITHFIELD ELEMENTARY SCHOOL 6724 Smithfield Road North Richland Hills TX 76182

BIRDVILLE HIGH SCHOOL 9100 Mid Cities Blvd. North Richland Hills TX 76180

SNOW HEIGHTS ELEMENTARY SCHOOL 4801 Vance Road North Richland Hills TX 76180

SHANNON EDUCATION CENTER 6010 Walker Street Haltom City TX 76117

MAJOR CHENEY AT S. BIRDVILLE ELEMENTARY SCHOOL 2600 Solona Haltom City TX 76117

HALTOM MIDDLE SCHOOL 5000 Hires Lane Haltom City TX 76117

O. H. STOWE ELEMENTARY SCHOOL 4201 Rita Haltom City TX 76117

NORTH RICHLAND MIDDLE SCHOOL 4800 Rufe Snow Drive North Richland Hills TX 76180

THE ACADEMY AT WEST BIRDVILLE 3001 Layton Ave. Haltom City TX 76117

RICHLAND MIDDLE SCHOOL 7400 Hovenkamp Richland Hills TX 76118

HOLIDAY HEIGHTS ELEMENTARY SCHOOL 5221 Susan Lee Lane North Richland Hills TX 76180

NORTH OAKS MIDDLE SCHOOL 4800 Jordan Park Drive Haltom City TX 76117

WATAUGA ELEMENTARY SCHOOL 5937 Whitley Road Watauga TX 76148

WATAUGA MIDDLE SCHOOL 6300 Maurie Drive Watauga TX 76148

GRACE E. HARDEMAN ELEMENTARY SCHOOL 6100 Whispering Lane Watauga TX 76148

SMITHFIELD MIDDLE SCHOOL 8400 Main Street North Richland Hills TX 76182

W. A. PORTER ELEMENTARY SCHOOL 2750 Prestondale Drive Hurst TX 76053

NORTH RIDGE MIDDLE SCHOOL 7332 Douglas Lane North Richland Hills TX 76180

THE ACADEMY AT CARRIE F. THOMAS 8200 O'Brian Way North Richland Hills TX 76180

BIRDVILLE ELEMENTARY SCHOOL 3126 Bewley Street Haltom City TX 76117

FOSTER VILLAGE ELEMENTARY SCHOOL 6800 Springdale Lane North Richland Hills TX 76182

DAVID E. SMITH ELEMENTARY SCHOOL 3701 N. Haltom Road Haltom City TX 76117

NORTH RIDGE ELEMENTARY SCHOOL 7331 Holiday Lane North Richland Hills TX 76180

W. T. FRANCISCO ELEMENTARY SCHOOL 3701 Layton Ave. Haltom City TX 76117

JOHN D. SPICER ELEMENTARY SCHOOL 4300 Estes Park Road Haltom City TX 76137

JACK C. BINION ELEMENTARY SCHOOL 7400 Glenview Drive Richland Hills TX 76118

GREEN VALLEY ELEMENTARY SCHOOL 7900 Smithfield Road North Richland Hills TX 76182

A. MULLENDORE ELEMENTARY SCHOOL 4100 Flory Street North Richland Hills TX 76180

WALKER CREEK ELEMENTARY SCHOOL 8780 Bridge Street North Richland Hills TX 76180