rfp 17 011


521KB Größe 4 Downloads 35 Ansichten
PULASKI COUNTY SPECIAL SCHOOL DISTRICT 1101A East Dixon Road/P.O. Box 8601

Little Rock, Arkansas 72216

(501) 324-2000

July 8, 2016 Request for Proposals (RFP17-011) Dish Washer Machines and Metered Chemicals To Whom It May Concern: The Pulaski County Special School District (PCSSD) invites your offer to provide dish washer machines per the scope of work in the attached request for proposals. In a sealed envelope, return your original and four (4) copies along with an electronic version of your proposal to the Purchasing Department, 1101A East Dixon Road, Little Rock, AR 72216, no later than 8:00 a.m., Thursday, July 28, 2016. Please reference on the outside of the envelope(s) the bid number, opening date and time. Mandatory walk thru scheduled to start at 1101A Dixon Road, Little Rock, AR 72206, 8:00 a.m., July 21, 2016. Offers will be taken under advisement upon opening and the District will notify the apparent most qualified vendor(s) for further negotiations as needed. Do not contact any district official concerning this RFP without first receiving permission from the Director of Purchasing. The District reserves the right to reject any or all responses and waive any irregularities or formalities in proposals received. The District reserves the right to negotiate with the apparent acceptable vendor(s). Price alone will not be the determining factor. Award will be based upon those considerations, which are in the best interest of the District and will be made to the responsive, responsible offerer whose proposal is judged to be the most effective and economical for the purpose intended, according to the requirements and specifications stated in the Request for Proposal. ________________________________________________________________________________

VENDOR PERTINENT INFORMATION FOR RFP17-011 We, the undersigned, have read all the requirements set forth in this request for proposal including specifications, instructions, conditions and pertinent information regarding the articles being bid on and we agree to furnish these articles at the prices stated. Arkansas Sales or Use Tax Register No. State Contractor License __ ______ Federal ID No. _______________________________ Company Name:____________________________________________________________________________ Address: _________________________________________________________________________________ Telephone No.

________Fax No.

________

E-mail ___________________________

Name & Title: _____________________________________________________________________________ (Person authorized to sign bids) (Print) Signature _________________________________________________________________________________

BIDS ARE SUBJECT TO REJECTION UNLESS SUBMITTED ON THIS FORM

RFP17-011

Page 1

The following General Instructions, Terms and Conditions (Section I); Special Instructions and Terms (Section II); and Scope of Work (Section III) will become part of any contract entered into in the event any or all of the proposal is accepted by the Pulaski County Special School District. Any Special Instructions and Terms included in the Request for Proposals override the General Instructions, Terms and Conditions. SECTION I: GENERAL INSTRUCTIONS, TERMS AND CONDITIONS DEFINITION OF TERMS RFP shall mean Request for Proposals. The words vendor, bidder, offerer, company, proposer and contractor may be used synonymously in this document. The terms “District”, “Owner”, or “PCSSD” are used interchangeably and refer to the Pulaski County Special School District. SUBMISSION OF PROPOSAL Proposals must be submitted to this office using the forms included on or before the date and time specified for proposal opening. Each proposal should be placed in a separate envelope completely and properly identifying the proposal number, proposal title and proposal opening date/time. Late proposals will not be considered under any circumstances. Failure to sign the proposal will result in disqualification. The person signing the proposal should show title or authority to bind his/her firm to a contract. Signature must be in ink. Proposal must be typed in Microsoft Word. ASSIGNMENTS Neither this contract nor any interest therein or claim there under may or shall be assigned or transferred by the contractor except as expressly authorized in writing by the District. No contract, subcontract or agreement shall be made by the contractor with any other party for furnishing any of the product, work or services herein contracted without the written approval of the District. CONFLICT OF INTEREST By submitting a proposal, the contractor represents and warrants that no director or employee of the District is in any manner interested directly or indirectly in the proposal or contract which may result from the proposal or in any of the expected profits which might arise there from; further, that no attempt has been made to influence or gain favorable advantage by communicating directly or indirectly with any official of the PCSSD. It is understood that any action taken which might tend to degrade the integrity of the competitive proposal process will be considered as grounds for disqualification or a breach of this contract. CONTRACT AGREEMENT The contract between the District and the contractor shall consist of (1) the Request for Proposal (RFP) and any amendments thereto, (2) these General Instructions, Terms and Conditions, and (3) the offer/contract submitted by the contractor in response to the RFP. In the event of a conflict in language between (1) and (3) referenced above, the provisions and requirements set forth and/or referenced in the RFP shall govern. However, the Purchasing Director reserves the right to clarify any contractual relationship in writing with the concurrence of the contractor, and such written clarification shall govern in case of conflict with the applicable RFP17-011

Page 2

requirements stated in the RFP or the contractor‟s offer/contract. In all other matters not affected by the written clarification, if any, the RFP shall govern. The successful offerer will receive written notification of intent to award containing any clarifications and/or approved modifications. CONTRACT CHANGES In no event shall any understanding or agreement, contract modification, change order or other matter which would constitute a deviation from the terms of this contract be effective or binding upon the District unless expressly stated and agreed to in writing executed by the Director of Purchasing or their designee. CONTRACT GUIDELINES Offerers agree that a contract does not become effective until it is awarded and a written agreement, purchase order, award letter, or other notice to proceed is executed or issued by the District. INDEMNIFICATION AND LEGAL COMPLIANCE The contractor shall at all times observe and fully comply with any and all Federal, State and local laws, statutes, orders, ordinances and regulations. The contractor agrees to save, hold harmless and to indemnify the District, its agents, employees, officers and board members against any and all liability, losses, claims or costs of whatsoever kind or nature relative to the performance of the contract or any occurrence or accident in connection with inadequate design, breach of contract, material failure, default or the performance of any work, services or products supplied, pursuant to the award, whether to property or persons. Further, contractor shall indemnify, hold harmless and defend the District, its agents, employees, officers and board members from any lawsuits, causes of action, claims, liabilities and damages, of any kind and nature, including but not limited to, attorney‟s fees and costs, arising out of the performance of this contract whether attributable in whole or in part to any act, omission or negligence of the District, its agents or employees, including, but not limited to, any and all lawsuits, causes of action, claims, liabilities, and damages which the District, its agents or employees may sustain by reason of any failure by contractor to indemnify as provided herein, or any failure by contractor to otherwise perform its obligations pursuant to this contract, or by reason of the injury to or death of any person or persons or the damage to, loss of use of or destruction of any property resulting from work undertaken herein. MINORITY BUSINESS POLICY It is the policy of the District that minority business enterprises shall have the maximum opportunity to participate in the District‟s purchasing process. Therefore, the District encourages all minority businesses to compete for goods, services, and construction contracts. NON-COLLUSIVE AFFIDAVIT By submitting a proposal, the company and the individual personally signing the proposal represent and warrant that such proposal is genuine and is neither collusive nor made for or on behalf of any person not named, and that he has neither induced nor solicited any other company to place a sham proposal nor directly or indirectly caused another company to refrain from or be unable to present a proposal. NON-DISCRIMINATION The company shall not discriminate against , or segregate, a person or a group of persons on account of race, color, creed, religion, sex, sexual orientation, marital status, familial status, national origin, ancestry, disability or condition of acquired immune deficiency syndrome (AIDS) RFP17-011

Page 3

or AIDS-related complex in carrying out its duties and obligations pursuant to this agreement nor shall the company or any person claiming under or through the company establish or permit any such practice or practices of discrimination or segregation. The company must include in any and all subcontracts a provision similar to the preceding. PENALTY FOR COLLUSION If at any time it shall be found that the person, firm or corporation to whom a contract has been awarded has, in presenting any proposal, colluded with any other party or parties, then, in the sole discretion of the District, the contract so awarded shall be null and void or considered breached and the contractor shall be liable to the District for any and all loss and damage of whatsoever nature, which the District may suffer and the District may seek a new contractor. PROPRIETARY INFORMATION All information submitted in response to this RFP is public and will be available to interested parties after an award is made by the PCSSD. The bidder should not include as a part of the response to the RFP any information which the bidder believes to be a trade secret or otherwise privileged or confidential. If the bidder needs to include such material with a proposal, then the material should be supplied under separate cover and identified as confidential. The District does not warrant or agree to, but will endeavor to, keep that information confidential. Contractor acknowledges that information in the possession of the District may be subject to the provisions of the Arkansas Freedom of Information Act. REJECTION OF PROPOSALS The PCSSD may reject any and all proposals or any part thereof and may reject a proposal of any party who has failed to perform, been unfaithful and/or delinquent in any former relationship with the District. The District reserves the right to waive any irregularities or formalities in any solicitation or proposal response. The District shall be the sole judge as to which proposal is best and in determining that fact, may consider the contractor‟s business integrity, financial resources, experience, facilities and/or capacity for performing the work. RESERVATIONS This RFP does not commit the District to award a contract, to pay any costs incurred in the preparation of a proposal in response to this request, or to procure or contract for services or supplies. The District reserves the right to accept, or reject, in part or its entirety, any proposal received as a result of this RFP, if it is in the best interest of the District to do so. SEVERABILITY The finding or determination of any part or parts of the General Instruction, Terms and Conditions is void, unenforceable, invalid or voidable shall result in only that part being stricken with the remainder to continue in full force and effect. STATEMENT OF EXPERIENCE AND QUALIFICATIONS The company may be required, upon request, to prove to the satisfaction of the District that they have the skill, experience and the necessary facilities and financial resources to perform the contract in a satisfactory manner and within the required time. If the evidence of competency is not satisfactory, the proposal of such company may be rejected. WITHDRAWAL OF PROPOSAL A proposal may be withdrawn before the expiration of the time during which proposals may be submitted, without prejudice, by submitting a written request for its withdrawal to the Director of Purchasing. RFP17-011

Page 4

SECTION II: SPECIAL INSTRUCTIONS AND TERMS TERMS The required services are to commence not later than a date to be agreed upon by and between PCSSD and the company selected to provide Metered chemicals (the "Company") and, unless terminated sooner, shall continue in force for (1) one year with the option of one (1) annual extension at the same prices upon agreement of the contractor. The contract will be automatically renewed at the end of the contract term. Written confirmation shall be required. If sufficient cost savings are not present, either party may withdraw from the contract with thirty (30) days written notice. STANDARD OF PERFORMANCE. The Company shall perform according to the terms and conditions as stated herein, and according to the highest standards and commercial practices. Instances of poor performance by the Company will be documented and submitted to the Company for immediate review and corrective action. Continued poor performance will be deemed a breach of the specifications of the RFP, and shall be grounds for immediate termination of the contract. A review meeting will be called between the Company and PCSSD when documented instances of poor performance occur. A plan for corrective action agreeable to both parties will be drafted and implemented. PCSSD retains the absolute right to assess whether and when performance is subsequently acceptable. TERMINATION AND ASSIGNMENT. In the event that sufficient sales are not present, the contract awarded in response to the RFP (the "Contract") may be terminated by either party by giving the other not less than 30 days written notice of intent to terminate as of the date specified. The vendor must address the issue of insufficient sales in the proposal, defining what is insufficient by volume, quantity, or cost, etc. The Contract will not be assignable without prior written consent of both parties. An attempted assignment without such consent shall be void and of no effect. INQUIRIES Inquiries related to the RFP should be directed to the attention of Vertina Banks, Buyer, either by email [email protected], or fax (501) 490-8639. Any request for clarification must be submitted in writing (fax or email is acceptable) to the Purchasing Department no later than 8:00 a.m. on July 22, 2016. There will be no response to questions received late. Any clarification given to a prospective bidder will be furnished in writing to all prospective bidders as an amendment, if such information modifies these specifications or is deemed to be necessary in responding to this RFP. OPENING DATE. Sealed, written, competitive proposals will be received until 8:00 a.m. on Thursday, July 28, 2016, in the PCSSD Purchasing Department, Attn.: RFP17-011, Vertina Banks, 1101A East Dixon Road, P. O. Box 8601, Little Rock, AR 72216-8601. PROPOSAL SHALL BE IN AN SEALED ENVELOPE CLEARLY MARKED RFP 17-011 ALONG WITH THE TIME AND DATE OF OPENING ON THE OUTSIDE. If it is not, the envelope will be opened to be identified and the prices and other information will be exposed. In this event, PCSSD will not be responsible for the security of the information. Each proposal must be signed by an authorized officer of the Company and must be held firm for acceptance for a minimum period of 90 days after the opening date. Proposals received late will not be considered under any circumstances.

RFP17-011

Page 5

PROPOSAL FORMAT. Each Company should submit a base proposal and four (4) copies in the specified manner, but may also propose other options to PCSSD either as additions or alternates to the base proposal. Such additional offerings should be clearly identified. PCSSD prefers that Company's response to this RFP be submitted in same Item (paragraph) sequence as RFP using same Item (paragraph) Numbers for reference. PCSSD requests that Companies submit one original and four (4) copies of their proposals plus required attachments. Bidders are cautioned that only written information contained in this RFP (including amendments) are to be relied upon for preparation of a proposal. PROPOSAL MATERIALS CONSERVATION. Proposals shall be submitted on 8-1/2 x 11 inch paper. The proposal should follow the format laid out under Section I. Binders, brochures, and materials not specified in the RFP are neither requested nor desired. Please do not submit these with your proposal. If additional information is required, it will be requested by PCSSD after review of the proposals. Cost for Proposal Preparation. PCSSD will not reimburse Company's cost incurred in the preparation and submission of proposals. All proposals shall become the property of PCSSD upon submission. PCSSD reserves the right to negotiate rates, terms and conditions from the selected qualified companies, subsequent to the submission of proposals. Telegraphic Proposals. Telegraphic, fax, or electronic proposals sent directly to PCSSD offices will not be considered. Proposals must be received in sealed envelope only. Acknowledgment of Amendments. Companies must acknowledge receipt of amendments by letter, telegram, or fax within 48 hours of receipt. Failure to provide such acknowledgment may be grounds for disqualification. Further Information. Companies are cautioned that PCSSD is not obligated to ask for or accept after opening date, data which is essential for a complete and thorough evaluation of the proposal. PCSSD may award a contract based on initial submissions without any further discussion of such proposals. Accordingly, each proposal should be submitted on the most favorable and complete price and technical terms possible. Proprietary Information. After the award of the Contract, all proposals will be open for public inspection. Financial data, trade secrets, test data, and similar proprietary information will, to the extent permitted by law, remain confidential provided such material is clearly so marked by the Company prior to submission of the RFP; however, net cost information may not be confidential. INSURANCE. All proposals must contain a letter of intent from an insurance company authorized to do business in the State of Arkansas stating its willingness to insure the Company pursuant to the terms of any contract resulting from the RFP. The Company shall procure and maintain, at the Company's expense, the following insurance coverage for the period of the Contract. Certificates evidencing the effective dates and amounts of such insurance must be provided to PCSSD: Workers Compensation: As required by the State of Arkansas.

RFP17-011

Page 6

Comprehensive General Liability (Broad Form) coverage in amounts specified under the contract for work at the facility prior to the signing of the contract. Public Liability Insurance Minimum shall be one (1) million dollars coverage. Examination of Records. The Company agrees that PCSSD or any of its duly authorized representatives shall at any time during the term of this Contract have access to, and the right to audit and examine, any pertinent records of the Company related to this Contract. Such records shall be kept by Company for a period of not less than five (5) years from the date the records are made, unless PCSSD authorizes their earlier disposition. Company agrees to refund to PCSSD any underpayments or overcharges disclosed by any such audit, or to take other corrective action as may be required. Permits and Licenses. The Company will obtain and maintain at its expense, and in its name, all necessary licenses and permits required to perform the services described herein. Damage to the Premises. The Company will assume full responsibility for any damage to PCSSD's equipment or premises caused by the negligent or intentional acts or omissions for the Company's employees, agents, or officers, ordinary wear and tear expected. Office Contract Administrator. The contract administrator and liaison person for all matters concerning this contract is the Director of Purchasing. In no event shall any understanding or agreement, contract modification, change order, or any other matter which constitutes a deviation from the terms of this contract between the vendor and any other person other than the Director of Purchasing or his designee, be effective or binding upon the District. All such actions must be formalized by a properly executed addendum to the contract. Proposal Withdrawal. A proposal may be withdrawn before the opening date by submitting a request for withdrawal to the Director of Purchasing. No withdrawals will be allowed after the opening date and time. Proposal Modification. A proposal may be modified before the opening time and date by a person authorized by the vendor. The person making the changes must provide written approval from the vendor, which will become part of the document. Furthermore, the changes must be presented in a sealed envelope which will be treated as an addendum. The exterior of this envelope must be dated and signed by an authorized representative of the vendor, have the RFP number, and the vendor‟s name. The change must identify the area to be changed and then state the correction.

RFP17-011

Page 7

SECTION III: SCOPE OF WORK AND EQUIPMENT SPECIFICATIONS PURPOSE This Request for Proposals (RFP) solicits responses to provide Dish Washer Machines and Metered Chemicals for Pulaski County Special School District (PCSSD) schools and training see locations listed on page 20. Services Requested. PCSSD is seeking proposals in order to establish a contract for leasing of dishwashing machines in 16 cafeterias and metered chemicals and dispensed in all 26 cafeterias. Contractor shall provide chemicals and dispensers that are acceptable to our Student Nutritional Services program and the students of our district. A vendor may propose an “all or none” agreement, “shared business” agreement, or multiple proposals for our consideration. PCSSD may contract with one or multiple vendors in order to meets its goal of providing acceptable Metered Chemicals for its students. Authorized Dealer. Vendor must be an authorized dealer and must possess trained personnel and adequate facilities to service the account. In addition, the bidder must have supplied the products which are bid for use in hospitals, schools, municipal, state or other governmental institutions for at least two (2) years. EQUIPMENT Single Rack Dish Washer Machine: Tank type rated at a minimum of 140 degrees F and must use a chemical-sanitizing commercial rinse spray, feature complete water dump, and be equipped with an automatic rack counter. Dish machine must utilize a single 1HP motor and machine must feature a stainless steel construction. Single machines offering must include: In line Corner Undercounter. Minimum operative capacity (racks/hr) must be 37 racks/hr. Maximum water demand (gallon/cycle) must be 1.5 gallons/cycle. Monthly cost for equipment, supplies and service are based on a 28-day service calendar rack allowance of 1,200 racks. Requirements for Dish Washer Machines Machine must be new or remanufactured/rebuilt, meet all sanitation standards and be free of any defects. All machines must be Energy Star certified to meet the State‟s Energy Efficiency Guidelines (TCA 12-3-605). The equipment shall at all times remain and be the sole and exclusive property of the contract vendor. The District shall have no right of property therein, but only the right to use the equipment subject to this contract. The equipment shall remain the property of the Contract Vendor and not become a part of any building by being placed therein or by being attached thereto. The District shall not remove the equipment from the location specified without written approval from the Contract Vendor. The District will not change, alter or repair the equipment. The District agrees, upon the termination of the contract, to return the equipment to the Contract Vendor in good operation condition except for reasonable wear and tear.

RFP17-011

Page 8

Services for Dish Washer Machines: Regular service will be provided at least once every 28 days. Service will include delivery of supplies, machine inspection, and routine repairs including labor and parts and the collection of all empty containers retained by the agency. Recycled contains shall stay out of landfills. Emergency service must be available 24 hours/day and 365 days a year in order to keep the machine in operating condition. Repairs must be returned to operating condition within 2 hours after initial notification of failure is made. In the event that disposables are used during this down time the Contract Vendor will not be responsible for the cost of the disposables used. The District operating personnel shall be trained in machine use by the Contract Vendor. The District will furnish electrical hardware as follows: Single and Double Dish Machines: 110V, 1 phase, 20 amp service and 140 degree F water supply with ¾” connection and 2” drain at no expense to the Vendor. Conveyor Dish Machines: 208-240V, 3 phase, 60 amp service and 140 degree F water supply with ¾” connection and 2” drain at no cost to the Vendor. Scale Remover for Dish Washer Machines: Product shall be an acidic detergent for removing lime scale and iron stains from interior of dish machines. It can also be used on stainless steel and aluminum equipment, coffee urns, and glassware. Product shall be designed for use in all water conditions and shall be low foaming. Product shall meet the following: Phosphoric Acid 25 50% Nitric Acid 15 25% pH of 1% Solution 1.6 2% Specific Gravity 1.24 1.26 G/ML Chemicals for Dish Washer Machines: Machine Detergent, Rinse Additive, and Sanitizer products shall meet the following criteria. They can also be used on stainless steel and aluminum equipment, coffee urns, and glassware. They shall be designed for us in all water conditions. Machine Detergent Active Alkalinity as NA02 minimum percentage = 13% pH of 1% solution > 13 pH Rinse Additive Total Active Surfactant minimum percentage = 30% pH of 100% solution (2.5-3.0) Sanitizer EPA Registration required Available Chlorine minimum percentage = 8.2% Products. Vendor must state what products it has to offer for sale in our 26 schools and the manner in which it will be accomplished. The proposal must indicate whether vendor provides full monthly service, trouble shooting, report usage and waste per school per chemical. Products provided must include but not limited to the following liquids: Dish Machine Detergent, Rinse-aid Drying Agent, Dish Machine Sanitizer, Sink Sanitizer, AntiBacterial Hand Cleaner, No Rinse Floor Cleaner, D-Scale for Dish Machine, and All Purpose Cleaner. All products must meet all child nutrition requirements. Estimated usage for all 26 schools cafeteria for (1) school year: (1) Dish Machine Detergent 100 cases. (2) Rinse-aid Drying Agent 100 cases. RFP17-011

Page 9

(3) (4) (5) (6) (7) (8)

Dish Machine Sanitizer 100 cases. Sink Sanitizer 250 cases. Anti-Bacterial Hand Cleaner 150 cases. No Rinse Floor Cleaner 250 cases. D-Scale for Dish Machine 250 cases. All Purpose Cleaner 150 cases.

All products bid must be identified by the manufacturer‟s name and brand name of the individual product. Vendor must provide the Material Safety Data Sheets (MSDS) immediately following a resulting purchase order. A sample of all products bidding must be submitted, for testing, with proposal at the time of submission or. Vendor must provide, install and maintain chemical container(s). Vendor must provide training for all 26 cafeteria staff. Chemical Containers. Vendor must replenish all 26 schools cafeteria with the requirement chemical as needed. Vendor must deliver, set in place and install each chemical dispensing unit. Vendor dispensing units must be installed and maintained in all cafeterias. Dispensing Equipment. Vendor must provide „state of the art‟ high speed dispensing equipment designed for the type of chemicals being dispensed. Vendor must address the issue of servicing equipment in proposal and procedures required to add or delete equipment. Vendor must address the issue of training for district personnel. This must include at a minimum, operation, cleaning, care and user service, etc. Vendor must state the electrical, water, and drainage requirements of the equipment. Prices. The prices bid must be for the 2016 - 2017 school year. The District may extend the contract for six years at the same prices (subject to provisions of Price Escalation Clause below) upon agreement of the contractor. Price Escalation Clause: Prices will remain firm for the first 12 months of the contract period. If adjustments are necessary at the end of this period, a request for increase must be submitted in writing to the PCSSD Purchasing Director with supporting manufacturer's documentation indicating percentage of increase and effective date. This increase must be for all customers, not applicable to this contract alone. PCSSD further reserves the right to reject any proposed price increase, cancel the contract and re-bid if determined to be in the best interest of PCSSD. The PCSSD Purchasing Director will consider and rule on all price increase requests within ten (10) working days of receipt of all required documentation from the contractor. Price increases are limited to two (2) times per contract period in accordance with the terms of the Price Escalation Clause. The Price Escalation Clause will remain in effect for any agreed upon periods of extension. Price Decreases: It is understood and agreed in the event of a reduction in the manufacturer's price, PCSSD will be given the full benefit of any such decline in price immediately upon the effective date of reduction. PCSSD may monitor reductions by requesting the manufacturer to provide cost

RFP17-011

Page 10

comparison data at any time after the first six months of the contract to reflect base cost (at time of award) to current cost (at time of request). Delivery. Delivery must be made on an as needed basis. Furthermore, due to the volume of sales delivery must be made to the schools before 10:30 a.m. and after 1:00 p.m. Deliveries schedules must be coordinated between both parties. Service. The initial set and equipment preparation must be made scheduled by both parties 10 days prior to each visit to the school. The vendor will service and maintain the equipment. Account Maintenance. Vendor must state the name of the representative who will be handling our account. If problems are not handled properly by service technicians or delivery personnel, the account representative will be called upon to resolve the problem. Failure to handle problems in a satisfactory manner after 30 days written notice may lead to termination of the account. Furthermore, the District reserves the right to discontinue the product(s) due to action by the School Board or the Director of Student Nutrition. ORGANIZATION. Line of Authority. Bidder shall describe the organizational line of authority for management level personnel from the local to the highest corporate level. Official Company Representative. The name, mailing address, and telephone number of the Company's authorized agent with authority to bind the firm with respect to questions concerning the Company's proposal must be clearly stated in the proposal. The proposal and/or the letter which transmits the proposal to PCSSD must be signed by an authorized officer of the Company. References. In the proposal, each Company must provide a list of at least five (5) educational and/or commercial clients in which the Company has supplied products within the past two (2) years. The list shall include the company name, address, contact person with telephone, fax numbers, and email address (if available) and a brief description of the contractual relationship. Conformance. Company employees are to strictly adhere to the rules, regulations, and policies of PCSSD. Failure to comply with such rules, regulations, or policies will be grounds for immediate termination of the Contract, or other remedy available to PCSSD under law or equity. Taxes. Company will be responsible for collection and payment of all required taxes (local, state, federal) relating to its operation. Employment Policies. Company employment policies shall meet the requirements of the Fair Labor Standards Act and all other regulations required by Federal or State law. PCSSD is committed to Equal Opportunity. The Company must pledge to comply with Equal Opportunity Laws and that it will not discriminate against any employee or applicant for employment because of race, color, creed, religion, national origin, sex, age, disability, marital status, or participation of a legally protected activity. PROPOSAL EVALUATION The PCSSD will negotiate, as appropriate, with the apparent acceptable offerer. The proposal(s) deemed to be the most practical and advantageous will receive major consideration. The proposed costs, fee or expense, will weigh heavily in the award of any resulting contract but will not necessarily be the determining factor. Apparent successful bidder may be asked to participate in a pre-award meeting with the District representatives to discuss and clarify contract requirements as pertains to performance expectations, response time, and other RFP17-011

Page 11

aspects of services, as appropriate. Agreements, terms or conditions resulting from this meeting will be written into the resulting contract and will be subject to normal contract enforcement. The District will utilize but not be limited to the following criteria in reviewing the proposer‟s submission: Experience and Ability to perform; Qualifications; Assigned Staff; References; Fees. INITIAL SCREENING A District committee will evaluate all proposals received. An initial review of proposals will be conducted to determine overall responsiveness. PCSSD will disqualify any proposal that is determined to be incomplete or non-responsive. After the evaluation committee reviews all of the submitted responses, selected firms MAY be asked to make a formal presentation to the committee. After these presentations, the committee will select firm(s) to enter into contract negotiations. If the parties fail to agree on the terms of a contract, the District reserves the right to terminate negotiations and either negotiate with the next qualified firm(s) or issue a new RFP. ORAL AND/OR WRITTEN PRESENTATIONS If requested, offerers shall make oral/written presentations to more fully explain their proposal. These presentations and demonstrations, if requested, will be held subsequent to the opening of the proposals to provide an opportunity for offerers to clarify their proposal. PCSSD may also conduct site visits to customer sites where proposer has previously installed similar systems. The Purchasing Department will coordinate time and location for presentations. If an offerer refuses to honor the request, it will result in the rejection of that offerer‟s proposal. AWARD PCSSD reserves the right to reject any and all proposals, or any portion thereof, and readvertise if deemed necessary. Award will be made to the Company whose proposal conforms to the RFP and, in the sole judgment of PCSSD, will be most advantageous to PCSSD. CONTRACT The contents of the RFP will be incorporated into the final Contract documents. The contract between the District and the vendor shall consist of (1) the RFP and (2) the proposal submitted by the vendor in response to the RFP. This includes all documents, presentations, and other written clarifications submitted by the vendor. In the event of a conflict, the requirements set forth and/or referenced in the RFP shall prevail. Due to the anticipated complexities of this contractual relationship, PCSSD reserves the right to negotiate final terms and conditions with the Company(ies) submitting proposals. RENEWAL OPTION PCSSD reserves the right to renew this agreement annually for up to six (6) additional one (1) year periods upon agreement of contractor. RFP Response Checklist. Bidders are cautioned to exercise care in the preparation and submission of their proposals. The following items are particularly highlighted for response:

RFP17-011

Page 12

1. Sealed competitive proposals are due at the Purchasing Department no later than 8:00 a.m., local time on July 28, 2016 for receipt of proposals. Proposals received late will not be considered under any circumstances. 2. Any amendments to the RFP issued by PCSSD must be acknowledged within 48 hours of receipt. 3. Clearly mark any proprietary material (may not include net cost information). 4. Clearly identify Base Proposal and any voluntary alternates or options. 5. Identify official representative(s). 6. Sign and date proposal in ink. 7. Clearly identify proposal and opening time and date on exterior of sealed proposal envelope. 8. Provide references. 9. Sign and Notarize Vendor Statement of Authorized Agency and Non-collusion form.

RFP17-011

Page 13

TERMS AND STANDARD CONDITIONS PLEASE READ CAREFULLY 1. In the event a contract is entered into pursuant to the "Request for Proposals", the Company shall not discriminate against any qualified employee or applicant for employment because of race, sex, color, creed, national origin or ancestry. The Company must include in any and all subcontracts, a provision similar to above. 2. Any ambiguity in any proposal as the result of omission, error, lack of clarity or noncompliance by the Company with specification, instructions and all conditions of the Request for Proposals shall be construed in the light most favorable to PCSSD. 3. The Request for Proposal number must be stated on the face of the sealed envelope. If it is not, the envelope will be opened to be identified and the prices and other information will be exposed. In this event, PCSSD will not be responsible for the security of the information. 4. The proposal and/or the letter which transmits the proposal to PCSSD must be signed by an authorized officer of the Company or the proposal will not be considered. 5. All terms and conditions stated herein shall constitute a complete and integrated document and the covenants contained herein shall not be altered or notified by parol evidence unless such modifying term, conditions or covenants are in writing and are signed by the Company and the agent of PCSSD. 6. PCSSD reserves the right to reject any and all proposals, to accept in whole or in part, to waive any informalities or technicalities in proposals received, to accept proposals on materials or equipment with variations from specifications in those cases where efficiency of operation will not be impaired and unless otherwise specified by the Company, to accept any item in the proposal. If unit prices and extensions thereof do no coincide, PCSSD may accept the proposal for the lesser amount whether reflected by the extension or by the correct multiple of the unit price. 7. It is solely and strictly the responsibility of the Company to ensure that the proposal is received by the PCSSD Purchasing Department on or before the specified date and time. PCSSD will in no way be responsible for delays caused by any occurrence. The response time will be and must be scrupulously observed. Under no circumstances will proposals delivered after the opening date and time be considered. Offers by telephone, telegram, or fax will not be accepted. Companies will not be allowed to withdraw or modify their proposals after the opening date and time.

RFP17-011

Page 14

OVERALL COST Note: If bidding an alternate (comparable) equipment, please write in Manufacturer name and mode number below. Please include literature, specifications with response. Manufacturer & Model Warranty Will vendor provide Repair Will vendor provide Training Will vendor provide Manual Price to lease 16 dish washer machines to 16 different locations (listed on page 12) Per Unit Extended Price Leasing Price $ Extended Price $ Extended Delivery $ Delivery $ Installation Removal equipment

of

$

Extended Installation

$

$

Extended Removal

$

existing

Total Price for all 16 sites

$

Will the District be charge Leasing for the month(s) school is not in session? Installation of all equipment 30 days after PCSSD Board Approval. Please indicate estimated time of installation from date of Award.

Service call turn around time. The District requires a two (2) hour service repair turn around on in operable/malfunctioned equipment. Please indicate estimated turn around time for service calls. Additional Fees/Charges: _________________________________________________ Note: 1. SALE OR USE TAX - is not to be shown in the bid price but is to be added by the vendor to the invoice billing to the District. The District is not exempt from Arkansas State Sales & Use Tax. Although Use Tax is not included in this bid, vendors are to register and pay tax direct to the Arkansas Revenue Department.

2.

RFP17-011

FREIGHT AND OTHER DELIVERY CHARGES - to destination at designated District facility in Pulaski County must be included in bid. Charges may not be added after the bid is opened.

Page 15

PRODUCTS Product Bidding

Size

Price per container

Price per case

GRAND TOTAL

$

Dish Machine Detergent 100 1 cases Rinse-Aid Drying Agent 100 2 cases Dish Machine Sanitizer 100 3 cases 4 Sink Sanitizer 250 cases Anit-Bacterial Hand Cleaner 150 5 cases No Rinse Floor Cleaner 250 6 cases D-Scale for Dish Machine 250 7 cases All Purpose Cleaner 150 Cleaner 8 150 cases

Total for All Items Per Case Total for All Items Per 100 Cases

$

Additional Products/Fees/Charges

$

$

$ $

RFP17-011

Page 16

Total per 100 cases

Elementary Schools

Monthly Chargers

Dish Machine

Monthly Leasing Fee

Baker Interdistrict Cato Chenal College Station Crystal Hill Daisy Bates Harris H Adkins Pre-K Joe T. Robinson Landmark Lawson Oak Grove Oakbrooke Pine Forest Sherwood Sylvan Hills

YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES

SINGLE SINGLE NO SINGLE DOUBLE DOUBLE SINGLE SINGLE SINGLE SINGLE CORNER SINGLE SINGLE CORNER SINGLE SINGLE

WJ Clinton Magnet

YES

DOUBLE

Fuller Joe T. Robinson Maumelle Sylvan Hills

YES YES YES YES

NO NO NO NO

0 0 0 0

Freshman Academy

YES

NO

Joe T. Robinson Maumelle Sylvan Hills W D. Mills University

YES YES YES YES

NO NO NO NO

0 0 0 0

Totals all District

RFP17-011

Metered Chemical

$

0

0 $

Page 17

REFERENCES (must provide 4) (1) Vendor Name: ________________________________________________________________ Representative: _______________________________________________________________ Address: ____________________________________________________________________ ___________________________________________________________________________ Phone: ________________________________ Fax: _________________________________ E-Mail: ______________________________________________________________________ (2) Vendor Name: ________________________________________________________________ Representative: _______________________________________________________________ Address: ____________________________________________________________________ ___________________________________________________________________________ Phone: ________________________________ Fax: _________________________________ E-Mail: ______________________________________________________________________ (3) Vendor Name: ________________________________________________________________ Representative: _______________________________________________________________ Address: ____________________________________________________________________ ___________________________________________________________________________ Phone: ________________________________ Fax: _________________________________ E-Mail: ______________________________________________________________________ (4) Vendor Name: ________________________________________________________________ Representative: _______________________________________________________________ Address: ____________________________________________________________________ ___________________________________________________________________________ Phone: ________________________________ Fax: _________________________________ E-Mail: ______________________________________________________________________ RFP17-011

Page 18

VENDOR STATEMENT OF AUTHORIZED AGENCY AND NON-COLLUSION Pulaski County Special School District Pulaski County I, _________________________________________________________________, hereby state: (1) I am the duly authorized agent of ____________________________, the bidder submitting the competitive bid which is attached to this statement, for the purpose of certifying the facts pertaining to the existence of collusion among and between bidders and state officials, as well as facts pertaining to the giving or offering of things of value to government personnel in return for special consideration in the awarding of any contract pursuant to the bid to which this statement is attached. (2) I am fully aware of the facts and circumstances surrounding the making of the bid to which this statement is attached and have been personally and directly involved in the proceedings leading to the submission of the bid. (3) Neither the bidder nor anyone subject to the bidder’s direction or control has been a party: A. To any collusion among bidders in restraint of freedom of competition by agreement to bid at a fixed price or to refrain from bidding; B. To any collusion with any state official or employee as to quantity, quality or price in the prospective contract, or as to any other terms of the prospective contract; or C. In any discussions between bidders and any state official concerning exchange of money or other thing of value for special consideration in the awarding of a contract. (4) I hereby guarantee that the specifications outlined in the bid shall be followed as specified and that deviations from the specifications shall occur only as part of a formal change process approved by the Board of Directors of the school district.

__________________________________________ Signature

Subscribed and sworn to before me this _______day of ________________, 20_____

___________________________________________ Notary Public ___________________________________________ Commission Expires: RFP17-011

Page 19

PULASKI COUNTY SPECIAL SCHOOL DISTRICT Elementary Schools Baker Interdistrict

15001 Kanis Road Little Rock, AR 72223

Cato

9906 Jacksonville Cato Road Sherwood, AR 72120

Chenal

21201 Denny Road Little Rock, AR 72223

College Station

4710 Frazier Pike Little Rock, AR 72206

Crystal Hill

5001 Northshore Drive N Little Rock, AR 72118

Daisy Bates

14300 Dineen Drive Little Rock, AR 72206

Harris

4424 Highway 161 North N Little Rock, AR 72117

Homer Adkins Pre-K School

500 Cloverdale Road Jacksonville, AR 72076

Joe T. Robinson

21600 Highway 10 Little Rock, AR 72223

Landmark

16712 Arch Street Pike Little Rock, AR 72206

Lawson

19901 Lawson Road Little Rock, AR 72210

Oak Grove

5703 Oak Grove Road N Little Rock, AR 72118

Oakbrooke

2200 Thornhill Sherwood, AR 72120

Pine Forest

400 Pine Forest Drive Maumelle, AR 72113

Sherwood

307 Verona Avenue Sherwood, AR 72120

Sylvan Hills

402 Dee Jay Hudson Drive Sherwood, AR 72120

William Jefferson Clinton Magnet

142 Hollywood Avenue Sherwood, AR 72120 Middle Schools

Fuller

808 E. Dixon Road Little Rock, AR 72206

Joe T. Robinson

21001 Highway 10 Little Rock, AR 72223

Maumelle

1000 Carnahan Drive Maumelle, AR 72113

Sylvan Hills

10001 Johnson Street Sherwood, AR 72120 High Schools

Freshman Academy

10020 Bamboo Lane, North Little Rock, AR 72120

Joe T. Robinson

21501 Highway 10 Little Rock, AR 72223

Maumelle

100 Victory Lane Maumelle, AR 72113

Sylvan Hills

484 Bear Paw Road Sherwood, AR 72120

Wilbur D. Mills University Studies

1205 E. Dixon Road Little Rock, AR 72206

RFP17-011

Page 20