Cafeteria Equipment - Installed

expired opportunity(Expired)
From: Mobile County Public Schools(School)
22-23

Basic Details

started - 09 Mar, 2022 (about 2 years ago)

Start Date

09 Mar, 2022 (about 2 years ago)
due - 24 Mar, 2022 (about 2 years ago)

Due Date

24 Mar, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
22-23

Identifier

22-23
Mobile County Public School

Customer / Agency

Mobile County Public School
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Purchasing Department Phone (251)221-4473 Fax (251)221-4472 purchasing.mcpss.com Bid No. 22-23 March 10, 2022 BUYER: JULIE MORGAN INVITATION TO BID CAFETERIA EQUIPMENT - INSTALLED AS NEEDED UNTIL OCTOBER 31, 2022 Sealed proposals will be received by the Board of School Commissioners of Mobile County, Alabama at its Purchasing Department, 1 Magnum Pass, Mobile, Alabama 36618, until Thursday, March 24, 2022 @ 2:00 PM at which time they will be publicly opened and read aloud. 1. The submission of the bid by the vendor, acceptance and award of the bid by the School Board of Mobile County, Alabama, and subsequent purchase orders issued against said award shall constitute a binding, enforceable contract. Unless stipulated in the bid documents, no other contract documents shall be issued. 2. The undersigned, as bidder, hereby declares that I have examined the Instructions, General Terms, Conditions and Specifications, and affirm that I have not been in any agreement or collusion among
bidders, employees of the Mobile County Public School System, or prospective bidders in restraint of freedom of competition. Furthermore, I understand that fraudulent and collusive bidding is a crime and can result in fines and prison sentences. 3. Bidder has become fully familiar with the general terms, conditions and specifications of this bid request and agrees to abide by all conditions stated herein: 4. Bidder agrees to VISA® Virtual Credit Card Program through AOC/Regions Bank for invoice payments in place of a check to pay for purchases from this solicitation. See payment terms for more information. PLEASE PRINT OR TYPE BELOW Legal Name of Vendor:_________________________________________________________ Mailing Address:_______________________________________________________________ City, State, Zip Code:___________________________________________________________ (List Toll Free Number if Applicable) Telephone Number:__________________________ Fax ______________________________ ___________________________________ _________________________________ Authorized Signature of Bidder Authorized Name(Typed or Printed) ___________________________________ _________________________________ Director of Purchasing Name(Typed or Printed) Mobile County Public Schools THIS COMPLETED FORM MUST APPEAR AS THE TOP SHEET FOR ALL BIDS SUBMITTED GENERAL TERMS AND CONDITIONS MOBILE COUNTY PUBLIC SCHOOL’S PURCHASING DEPT. REVISED 08/13/20 1. ALABAMA IMMIGRATION LAW COMPLIANCE: As a Contractor/Vendor as defined in the Act, to the Local Board of Education (Board), it is crucial to your relationship (future or continuing) with the Board that you comply with the Immigration Reform Act of 1986, as amended by the Immigration Act of 1990, and the Beason-Hammon Alabama Taxpayer and Citizen Protection Act. Accordingly please provide your Affidavit of Immigration Compliance. These documents can be found in the following bid package along with a compliance check list. 2.ADDITIONAL ORDERS: Unless it is specifically stated to the contrary in the bid response, the School District reserves the option to place additional orders against a contract awarded as a result of this solicitation at the same terms and conditions; to extend the renewal date until a new bid is in place, if it is mutually agreeable. 3. ADDENDA: If it becomes necessary to revise any part of this bid, a written addendum will be provided to all bidders that are registered with the Purchasing Department. The Board is not bound by any oral representations, clarifications, or changes made in the written specifications by the school’s employees, unless such clarification or change is provided to bidders in written addendum form from Purchasing Department. 4. APPLICABLE LAW: This contract shall be construed and interpreted according to Alabama Law. 5. ASSURANCE OF NON-CONVICTION OF BRIBERY: The bidder hereby declares and affirms that, to its best knowledge, none of its officers, directors, or partners and none of its employees directly involved in obtaining contracts has been convicted of bribery, attempted bribery or conspiracy to bribe under the laws of any state or Federal government. 6. AWARD CONSIDERATION: The following factors will be considered in determining the lowest responsible bidder: Overall quality, Conformity with specifications both general and specific, Purposes for which materials or services are required, Delivery dates and time required for delivery, Unit acquisition cost, financial ability to meet the contract, previous performance, facilities and equipment, availability of repair parts, experience, delivery promise, terms of payments, compatibility as required, other costs, and other objective and accountable factors which are reasonable. 7. BID AND PERFORMANCE SECURITY:If bid security is required, a bid bond or cashier’s check in the amount indicated on the bid cover must accompany the bid and be made payable to Board of School Commissioners of Mobile County. Corporate or certified checks are not acceptable. Bonds must be in a form satisfactory to the School District and underwritten by a company licensed to issue bonds in the State of Alabama. If bid security fails to accompany the bid, it shall be deemed unresponsive, unless the Purchasing Manager deems the failure to be nonsubstantial. All checks will be returned to the bidders within five (5) days after the contract has been Board approved. If a performance bond is required, the successful bidder will be notified after the awarding of the contract. 8.BRAND NAMES: The name of a certain brand, make, model number, manufacturer, or definite specification is to denote the quality standard of the article desired, but does not restrict the bidder to the particular brand, make, model number, manufacturer, or specification named. It is set forth to convey the general style, character, and quality of the item desired to the prospective bidder. Whenever the words "or approved equal" appear in the specifications, they shall be interpreted to mean an item of material or equipment similar to that named, which is approved by the Purchasing Department or their designated representatives. The burden of proof that alternate brands are in fact equal or better falls on the bidder, and proof must be to the Board’s satisfaction. 9. CONFLICT OF INTEREST: Section 36-25-9 of the Code of Alabama states: “No member of any county or municipal agency, board, or commission shall vote or participate in any matter in which the member or family member of the member has any financial gain or interest” Employees may not use their offices or positions for personal gain and must adhere to applicable provisions of the Alabama Ethics Law and the MCPSS Board policy 6.10 concerning Ethics. Further information can be found on both the Alabama Ethics Commission’s and MCPSS Website. 10.DELIVERY OF BIDS: Bids must be received in the Purchasing Office by the the date and time specified on the bid cover. All bids will be accepted until the time and date stated on the bid cover. No bids will be accepted that extend past the time and date on the bid cover. The time of receipt shall be determined by the time clock stamp in the Purchasing Department. Bids submitted by U.S. Mail must be addressed to the Board of School Commissioners, Purchasing Office, P.O. Box 180069, Mobile, AL 36618; when using other couriers, send to the Board of School Commissioners, Purchasing Office, 1 Magnum Pass, Mobile, AL 36618. The School District accepts no responsibility for premature opening GENERAL TERMS AND CONDITIONS MOBILE COUNTY PUBLIC SCHOOL’S PURCHASING DEPT. REVISED 08/13/20 of bid response not properly identified or late arrival of a bid response for whatever reason. No fax or emails will be accepted. The Board will not be responsible in the event the U.S. Postal Service or any other courier system fails to deliver the proposal to the Board of School Commissioners, Purchasing Department by the time stated in the bid request. All bids shall remain firm for acceptance by the Board for a period of 60 days from the date of bid opening. If the School System is closed for any reason, including but not limited to: Acts of God, strikes, lockouts, riots, acts of war, epidemics, governmental regulations superimposed after the fact, fire, earthquakes, floods, or other natural disasters (the “Force Majeure Events”) which closure prevents the opening of bids at the advertised date and time, all bids received shall either be publicly opened and read aloud on the next business day that the department opens at the advertised time or the bid opening will be extended by sending out an addendum that states the new date and time to all registered bidders. 11.ERRORS IN BIDS: Bidders are assumed to be informed regarding conditions, requirements, and specifications prior to submitting bids. Failure to do so will be at the bidder’s risk. Bids already submitted may be withdrawn without penalty prior to bid opening. Errors discovered after the bid opening may not be corrected. 12. FEDERAL MONIES Expenditure of federal monies require the bidder to comply with all applicable standards, orders, or regulations issued pursuant to the following: Clean Air Act (42 U.S.C. 7401-7671q); Federal Water Pollution Control Act as amended (22 U.S.C. 1251- 1387) Buy American provision (7 CFR §210.21); Equal Employment Opportunity (41 CFR §60); Davis-Bacon Act (40 U.S.C. 3141-3148) ;Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708); Rights to Inventions Made Under a Contract or Agreement (37 CFR §401.2); Debarment and Suspension (Executive Orders 12549 and 12689), Copeland “Anti- Kickback” act (18 U.S.C. 874 and 40 U.S.C. 276c) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) Procurement of Recovered Materials (See §200.322) National Defense Authorization Act (NDAA) Section 889 13.HAZARDOUS AND TOXIC SUBSTANCES: Bidder must comply with all applicable Federal, State, County and City laws, ordinances and regulations relating to hazardous and toxic substances, including such laws, ordinances and regulations pertaining to information hazardous and toxic substances, and as amended from time to time. Bidder shall provide the School District with a “Material Safety Data Sheet” if required. 14. INVOICING, DELIVERY, PACKAGING: Invoices shall be prepared only after ordered materials have been delivered. Payment will be made in accordance with Terms of Payment in the Minimum Specifications. District personnel may choose to use a VISA® Purchasing Card and E-Payables process for invoice payments in place of a check to pay for purchases from this solicitation. Unless exception is noted in the bid response, the bidder by submitting a bid, agrees to accept the VISA® purchasing card and E-Payables process, as an acceptable form of payment and may not add additional service fees/handling charges to purchases made with the VISA® purchasing card. Refusal to accept this condition may cause your bid to be declared non- responsive. All invoices must show the purchase order number. Vendors shall not ship any material without an authorized purchase order from the Board of School Commissioners of Mobile County or local school. All packages delivered must show the purchase order number. The successful bidder will be required to furnish all materials, equipment, and/or service called for at the bid price quoted. In the event the bidder fails to deliver within a reasonable period of time, as determined by the Board, the right is reserved to cancel the award and subsequent purchase order and purchase from the next lowest responsible bidder the items needed. The original bidder will be back charged the difference between the original contract price and the price the Board has to pay as a result of the failure to perform by the original contractor. All bids will remain firm for acceptance for 60 days from the date of bid opening. Prices shall be net F.O.B.; School Site, Mobile County, AL. The title and risk of loss of the goods will not pass to the Board, Departments, Schools until receipt and acceptance takes place at the F.O.B. point. 15. INSPECTION OF PREMISES: At reasonable times, the Board may inspect those areas of the contractor’s place of business that are related to the performance of a contract. If the Board makes such an inspection, the contractor must provide reasonable assistance. The Board reserves the right on demand and without notice all the vendor’s files associated with a subsequent contract where payments are based on contractor’s record of time, salaries, materials, or actual GENERAL TERMS AND CONDITIONS MOBILE COUNTY PUBLIC SCHOOL’S PURCHASING DEPT. REVISED 08/13/20 expenses. This same clause will apply to any subcontractors assigned to the contract. 16. INSURANCE: If a contract results from this bid, the contractor shall maintain such insurance as will indemnify and hold harmless the School District from Workmen’s Compensation and Public Liability claims for property damage and personal injury, including death, which may arise from the contractor’s operations under this contract, or by anyone directly or indirectly employed by him/her. A. LIMITATION TO DAMAGE: In no event shall the BOARD or any of its Commissioners, officers, employees, agents, or servants be liable to the Contractor or Vendor for any direct or indirect, special, consequential, or incidental damages or lost profits or punitive damages, arising out of or related to this bid document, or to the performance of or breach of any provision hereof. 17. INVITATION TO BID: Any provisions made in the Invitation for Bid supersedes any provisions outlined here in the General Terms and Conditions. 18. NON-DISCRIMINATION: The Board provides equal opportunities for all businesses and does not discriminate against any vendor regardless of race, color, creed, sex, national origin, or disability in consideration for an award. 19. PRODUCT TESTING: Vendor shall incur all cost involved in obtaining an Independent Laboratory Test if the Board deems necessary during the term of the contract or before the contract is awarded. The Board reserves the right to request a demonstration of any product or service before making the award at no additional cost to the school district. The time frame of the testing will be mutually agreed upon by both parties. 20. PATENTS: Bidders guarantees that the sale and/or use of goods will not infringe upon any U.S. or foreign patent. Bidder will at his/her own expense, indemnify, protect and save harmless the School District, employees on any claims arising out of the purchase of goods or services. 21. PROTESTS: Any protest to the Board’s consideration of any bid must be submitted in writing and received by the Purchasing Director no later than five (5) calendar days after awarding date of the bid. If needed, The Chief Financial Officer will send a written reply to the protesting bidder. The Board of Education is the final authority on issues relating to this contract. The Purchasing Director is the Board’s representative in the award and administration of this contract, and will issue and receive all documents, notices and correspondence. The decision of the Board of Education is final, conclusive, and binding on all parties concerned. 22. PREPARATION OF BID: All bids shall be typewritten or in ink on the form(s) prepared by the Board. Bids prepared in pencil will not be accepted. All proposals must be signed by officials of the corporation or company duly authorized to sign bids. Any bid submitted without being signed will automatically be rejected. All corrections or erasures shall be initialed and dated by the person authorized to sign bids. If there are discrepancies between unit prices quoted and extensions, the unit price will prevail. 23 PRICING: Prices quoted shall be delivered prices and shall include any and all costs, charges, taxes, and fees i.e. the Board shall only pay the price and amount quoted and nothing more. 24. PURCHASES: Once the bid is board approved, a letter will be issued to the awarded vendor(s). This letter does not authorize to make purchases. Purchase orders will be issued as authorization for all purchases. 25. QUESTIONS/CONTACT: All questions must be directed to the buyer listed on the particular bid. Clarification will be made only by written addenda sent to all registered bidders. The Board will not be responsible for verbal answers regarding the intent or meaning of the specifications or for any verbal instructions given prior to the bid opening. Bidders shall not contact any member of the Mobile County School Board, Superintendent, or Staff regarding this bid prior to such bid has been Board approved. Any such contact shall be cause for rejection of your proposal. 26. REJECTION OF BIDS: Mobile County School District reserves the right to accept or reject any or all bids in whole or in part for any reason, to waive technicalities or informalities, or to advertise for new proposals, if, in the judgment of the awarding authority, the best interest of the School District will be promoted thereby. Bidders may be disqualified and rejection of proposals may be recommended to for any of (but not limited to) the following causes: Failure to use the bid forms furnished by the Board of School Commissioners, Lack of signature by an authorized representative on the bid form, Failure to properly complete the bid form and vendor compliance, Default on previous contracts, Evidence of collusion among bidders, Unauthorized alteration of the bid form. On the final board approved bid tabulation, a written justification of all bidders that were rejected will be presented and made public. 27. SAMPLES: Bidders will not be required to furnish samples at the time of bid opening, unless specifically GENERAL TERMS AND CONDITIONS MOBILE COUNTY PUBLIC SCHOOL’S PURCHASING DEPT. REVISED 08/13/20 called for. The Board reserves the right to request samples after bid opening to assist in the evaluation of proposals submitted. 28. TABULATION: Bid results are posted on Purchasing’s web site, and will remain for sixty (60) days after the posting date. The awarding bidders will be sent a written notification via mail. 29. TERMINATION BASED ON LACK OF FUNDING: Any contract awarded as a result of this solicitation will be subject to funding and continued appropriation of sufficient funds for the contract. For purposes of this solicitation, the appropriating authority is deemed to be the Board of School Commissioners of Mobile County. Insufficient funds shall be the grounds for immediate termination of this solicitation. 30. TERMINATION FOR THE CONVENIENCE OF THE BOARD: The performance of the work or services under a contract as a result of this solicitation may be terminated in whole or part, whenever the Purchasing Manager shall deem that termination is in the best interest of the School District. Such determination shall be in the sole discretion of the Purchasing Manager. In such event, the School District shall be liable only for payment in accordance with the payment provisions of the contract for work or services performed or furnished prior to the effective date of termination. Termination hereunder shall become effective by delivery to contractor of written notice of termination upon which date the termination shall become effective. 31. TERMINATION FOR DEFAULT: If an award results from this bid, and the contractor has not performed or has unsatisfactorily performed the contract, payment shall be withheld at the discretion of the School District. Failure on the part of the contractor to fulfill contractual obligations shall be considered just cause for the termination of the contract, and the contractor is not entitled to recover any costs incurred by the contractor up to the date of termination. A. FORCE MAJEURE: The parties’ under this agreement are subject to, and neither party shall be liable for delays, or failure to perform caused by or due to fire, flood, water, weather events, labor disputes, power outages, civil disturbances, or any other cause beyond the party’s reasonable control 32.WARRANTY: The bidder expressly warrants that all articles, material and work offered shall conform to each and every specification, drawing, sample, or other description which is furnished to or adopted by the School District, and that it will be fit and sufficient for the purpose intended, merchantable, of good material and workmanship, and free from defect. The bidder further warrants all items for a period of one year, unless otherwise stated, from the date of acceptance of the items delivered and installed or work completed. All repairs, replacements, or adjustments during the warranty period shall be at the bidder’s sole expense. 33. VENDOR LIST: A bidder may be removed from the Qualified Vendor List if a vendor fails to respond to three (3) consecutive ITB’s. A properly submitted “No Bid” is considered as a response and the vendor will receive credit for the response. THE BOARD MAY REJECT ANY BID FOR FAILURE BY THE BIDDER TO COMPLY WITH ANY REQUIREMENTS STATED ABOVE IN THE BID PROPOSAL OR IN ATTACHMENTS THERETO WHICH BECOME PART OF THE BID. THE SCHOOL BOARD OF MOBILE COUNTY, ALABAMA __________________________________ RUSSELL HUDSON DIRECTOR OF PURCHASING Our community is coming together to build baseball fields and a playground for children with special needs. The Miracle League of West Mobile: Schmidt Family Park will be constructed on Johnson Road, about two miles southwest of the intersection of Airport Boulevard and Snow Road. You have the opportunity to help us create a miracle in Mobile County! If you hit a Single, Double, Triple, Home Run, or Grand Slam, you, your family, your business or your organization will be recognized at the park. Several community organizations have already stepped up to the plate, donating land, providing funds to pave the road, and more. The key players thus far are: the Alabama Pecan Development Company, Inc., Schmidt- Barton Family Fund, South Alabama Utilities, Mobile County Public Schools and the Mobile County Commission. The Alabama Pecan Development Company, Inc., has donated more than 24 acres to the project and South Alabama Utilities has donated more than 4 acres. The Schmidt-Barton Family Fund is donating up to $1 million in matching funds toward the estimated $5 million in total construction costs. Donations are now being accepted at mcpss.com/miracleleague to cover the remaining costs associated with the park. Why should you donate? Currently, many Mobile County youths with mental and physical disabilities are unable to play baseball in existing parks due to the lack of facilities that meet their needs. The Miracle League of West Mobile: Schmidt Family Park will be open to children from the entire county and surrounding areas. Approximately 8,300 children with disabilities would be able to play here. LET'S LOAD THE BASES! Miracle League of West Mobile: Schmidt Family Park $1,000-$9,999 Single $10,000-$49,000 Double Grand Slam Home Run Triple $250,000 + $100,000-$249,999 $50,000-$99,999 https://www.mcpss.com/miracleleague M I R A C L E L E A G U E O F W E S T M O B I L E : S C H M I D T F A M I L Y P A R K We are working directly with The Miracle League, which is based in Georgia and has 240 fields across the United States and in Puerto Rico and Canada, on this project. Why? So our children with mental and physical disabilities can experience the joy of America's favorite pastime. It's more than just a game. The Miracle League is about making new friends, building self-esteem and being treated just like other athletes. The Miracle League baseball field will feature a synthetic rubberized turf that accommodates wheelchairs and other assistive devices while helping to prevent injuries. The field will have double-wide lanes, allowing the players more space as they round the bases. The park will also include a regular baseball field for children who are middle- school-aged. The hope is to one day build a school on the site to serve special-needs and autistic students. This will be the first Miracle League field in Mobile County. The project will progress in phases as funding becomes available, with the Miracle Field and Playground as the major components of the first phase. The first phase of the plan will cost approximately $2.3 million. We still need to raise $1 million to fund all facets of Phase 1, which we hope to complete in the fall of 2022. Mobile County Public Schools is overseeing the financing of the project. We are applying for various grants and accepting donations at: mcpss.com/miracleleague. We appreciate your support as we make a miracle happen in west Mobile! MCPSS .COM/MIRACLELEAGUE VENDOR BID REGISTRATION Vendors: Our records indicate you are registered to receive “Invitation to Bids” from Mobile County Public School System. The Mobile County School System is changing the way vendors are notified for Invitation to Bids. Currently, we are sending post card notifications by US Mail to all vendors who are registered. The NEW NOTIFICATION PROCESS will begin and consist of the vendor receiving an email notification of Invitation to Bids. A web site has been established for vendors to register and select the bid categories from which they want to receive bid invitations. These are the steps you need to take: 1. Go to Https://bidreg.mcpss.com/ezregistration.html 2. Select “New Applicant” and you will create a user name and password, and then follow the prompts. 3. Please note the email bid notifications will be sent from bidnotify@mcpss.com save this in your address directory to prevent email being sent to SPAM. Even though vendors are currently registered to receive bids, all vendors MUST register in the new database in order to receive an ITB “Invitation to Bid” . If you do not register, you will not receive an ITB. Also, all vendors are responsible for maintaining their vendor profile in the database for such things as address, contact info, email, bid categories, etc…… This information needs to stay current to assure you receive ITB’s. I would strongly encourage vendors to visit MCPSS.com once a week to be knowledgeable of all bid activity. Thank you for your cooperation as this will allow us to drastically reduce postage costs and work more efficiently. Please feel free to contact us if you have questions at 251-221- 4473. SPECIFICATIONS CAFETERIA EQUIPMENT - INSTALLED AS NEEDED UNTIL OCTOBER 31, 2022 I. INTENT OF BID A. The intent of this bid is to establish a contract between the Board of School Commissioners, on behalf of the schools identified herein, and the bidder for the supply and delivery of items described herein. II. QUALIFICATIONS OF BIDDERS A. Any person, firm, or corporation submitting a proposal must be either the manufacturer or the manufacturers authorized sales dealer for the items quoted. Bid will be accepted only from firms engaged on a full time basis in the cafeteria equipment supply business. B. Bidder must maintain an in-house service department or must contract with a factory authorized service company to handle warranty repairs or claims. Maximum response time to calls for service is 24 hours. C. All persons entering schools are to be in company uniform and all are to have picture ID badges. Background checks are required for all personnel entering the schools, please see the attached forms. III. STANDARD CONTRACT CONDITIONS A. This contract shall be governed in all respects--as to validity, construction, capacity, performance, or otherwise--by the laws of the State of Alabama. B. Contractors providing services under this Invitation to Bid herewith assure the school district that they are conforming to the provisions of the Civil Rights Act of 1964, as amended. C. State Sales and Use Tax Certificate of Exemption form will be issued upon request. Sales tax shall be included in prices where applicable. D. Deliveries against this contract must be free of excise or transportation taxes, except when such a tax is part of a price and school districts are not exempt from such levies. Excise tax exemption registration number may be used when required. E. Contractor shall comply with applicable Federal, State and local laws, and regulations pertaining to wages, hours, and conditions of employment. In connection with contractor's performance of work under this Agreement, contractor agrees not to discriminate against any employee(s) or applicant(s) for employment because of age, race religious creed, sex, national origin, or handicap. NOTE: Expenditure of federal monies requires the bidder to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Acts as stated in item number 12, of the General Terms and Conditions document located in this bid package. F. Modifications, additions, or changes to the terms and conditions of this Invitation to Bid may be a cause for rejection of a bid. Bidders are requested to submit all bids on the school district's official forms. Bids submitted on company forms may be rejected. G. The contractor agrees to retain all books, records, and other documents relative to this agreement for three (3) years after final payment. The district, its authorized agents, and/or State/Federal auditors shall have full access to and the right to examine any of said materials during said period. H. By his signature on the bid, a bidder certifies that his bid is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a bid for the same materials, supplies or equipment, and is in all respects fair and without collusion or fraud. The bidder certifies that he understands collusive bidding is a violation of Federal law and can result in fines, prison sentences, and civil damage awards. He further agrees to abide by all conditions of this bid and certifies that he is authorized to sign this bid for the bidder. Cafeteria Equipment Specifications Page 2 I. Prohibition against conflicts of interest, gratuities and kickbacks. "Any employee or any official of the school district, elective or appointive, who shall take, receive or offer to take or receive, either directly or indirectly, any rebate, percentage of contract, money or other things of value, as an inducement or intended inducement in the procurement of business, or the giving of business, for, or to, or from, any person, partnership, firm or corporation, offering, bidding for, or in open market seeking to make sales to the school district shall be deemed guilty of a felony and upon conviction such person or persons shall be subject to punishment or a fine in accord with State and/or Federal laws." IV. MATERIALS BID A. All items quoted shall be new, packed in manufacturers original containers, and shall meet or exceed the specific specifications shown. Re-built or remanufactured equipment will not be considered. B. The bidder shall state the manufacturer’s warranty for each item quoted and will be responsible for all warranty service. C. If bidding as specified, bidders will not be required to submit manufacturer's specification sheets. D. Bidders desiring to quote items other than brand(s) specified must complete and submit the enclosed Substitution Request Form with bid. (See Section VIll, J). E. The Board reserves the option to reject any alternate for any reason. V. METHOD OF AWARD AND DELIVERY A. The bid will be awarded on an individual item basis. B. Delivery and installation shall be completed, when practical, within 0-90 days after vendor receipt of purchase order. In instances where installation work will adversely affect normal food service operations, the installation schedule shall be approved by the Purchasing Department and installation may need to be planned for Saturdays or other days when meals are not served. For installation, the vendor will plan and coordinate the installation schedule with the Maintenance Department (251-221-5508). Vendor will notify the school CNP Manager a minimum of 24 hours prior to delivery and coordinate delivery and installation schedule so that normal food service operations are not adversely affected. The successful bidder must use a closed-in delivery truck with a lift gate when delivering equipment to prevent new equipment from being exposed to the elements. C. If equipment requires "Start-up" and "Demonstration", the dealer will provide written notice at the time of installation to the school CNP manager not to use the equipment until after "Start-up" and "Demonstration" have been completed. VI. FIELD MEASUREMENTS/ON SITE VISITS A. Field measurements are not possible prior to bidding "as needed" items, however once an item is ordered an on site visit should be made by the bidder and/or installer. The bidder shall obtain full knowledge as to transportation, disposal, handling and storage of materials, availability of water, electricity, gas and all other facilities prior to ordering from the manufacturer. Cafeteria Equipment Specifications Page 3 VII. PAYMENT A. Payment of all invoices for which a CNP Central Office purchase order is transmitted shall be the responsibility of the CNP Central Office issuing the order. Vendors will bill the CNP Central Office after equipment has been installed and vendor has complied with the terms of the contract related to start-up. Vendors can expect payment by the 15th of the month for all invoices for the preceding month except for invoices dated in June, July, or August which will be paid by September 15th. B. Payment of all invoices for which a purchase order is issued by the Board of School Commissioners of Mobile County shall be the responsibility of the Board of School Commissioners of Mobile County and shall be mailed to the Director of Purchasing, P.O Box 180069, Mobile, AL 36618. While it is the intent of the Board to pay all bills within thirty (30) days, there may be times when this strict requirement cannot be adhered to as payment is normally processed approximately thirty (30) days from, final approvals of receipts and verified invoices. Should a contestment result regarding quality, terms, etc the thirty (30) days would appear after the matter has been cleared. Payment may be expedited by providing original invoices and/or certified copies of an original. Should a copy be the only thing available, it must be certified as "true, correct and unpaid original invoice". District personnel may choose to use a VISA® Virtual Credit Card Program through AOC/Regions Bank for invoice payments in place of a check to pay for purchases from this solicitation. Unless exception is noted in the bid response, the bidder by submitting a bid agrees to accept the VISA® Virtual Credit card process, as an acceptable form of payment and may not add additional service fees/handling charges to purchases made with the VISA® Virtual Credit card. Refusal to accept this condition may cause your bid to be declared non-responsive. (See the attached E-Payables explanation and the VISA Virtual Card vendor enrollment data elements form.) VIII. SPECIAL INSTRUCTIONS A. Start-Up: The bidder shall indicate on form "Required Bid Information" the name of company, agent, address and phone number of the party responsible for checking operation of equipment after final installation. If installation by party other than bidder the Board of School Commissioners shall be responsible for notifying specified agent equipment is ready for start-up inspection. All start-up inspections shall be completed within 10 working days of notification. Failure to provide this information will be considered reason for rejection of bid. A written report of results of start-up check shall be provided to school district by agent listed on form "Required Bid Information" prior to bidder sending bill for equipment. B. Demonstration: All equipment with moveable parts shall be demonstrated to school district employees responsible for operation and care of equipment. Bidder shall indicate on form “Required Bid Information” the name of company, agent address and phone number of party responsible for demonstration. If the agent is not an employee of the bidder a letter shall be attached indicating willingness to provide demonstration. The Board of School Commissioners shall be responsible for notifying agent that equipment has been delivered and start-up check has been completed. Demonstration shall be provided within ten working days of notification. Demonstration shall be conducted at a time agreeable to the school district at the site of actual equipment installation. Failure to provide this information will be considered reason for rejection of bid. C. Warranty: The bidder shall state the manufacturer's warranty for each item quoted. In addition to the manufacturer's warranty the successful bidder shall guarantee for a period of one year all items and equipment furnished under this bid. For equipment with movable parts or electrical parts the warranty shall begin on the date the owner has accepted the start-up report. For other equipment the warranty will begin on the date the equipment is delivered in acceptable condition. The conditions of the warranty shall be as follows: Cafeteria Equipment Specifications Page 4 1. Non-Refrigerated Equipment a. Start-up and calibration. b. All parts that are integral with the equipment when purchased and all loose parts furnished with the equipment. (Vendor will pay freight for parts replaced under warranty). c. All labor and mileage. d. The dealer will handle calls related to service needs under warranty. Problems related to warranty service will be referred to the Maintenance Department (221-5508). e. If at any time during the warranty period, the equipment fails to function due to problems not related to the equipment, the dealer will notify the Maintenance Department immediately (221-5508). f. If at any time during the warranty period any parts or function of the equipment fail to perform due to misuse or abuse, the dealer may charge the school for the service call and the repair provided the Coordinator of Purchasing is notified of the misuse or abuse prior to the dealer making the repair. 2. Refrigerated Equipment a. All of the above, plus: Five (5) year compressor warranty. D. Factory Authorized Service Agents: The bidder shall indicate on form "Required Bid Information" the name, address and phone number of a factory authorized service agency for each item specified. The factory authorized service agency shall be located within 250 miles of installation site. Providing this information is in addition to the dealer service required in No. 3 above. A written statement from the manufacturer shall be attached to the bid indicating that this agent is authorized to service their equipment and sell parts. Factory authorized service agents shall abide by the code of ethics of the Commercial Food Equipment Service Association (CFESA). Failure to provide this information will be considered reason for rejection of bid. E. Codes: All equipment must be constructed in accordance with the National Sanitation Foundation Code. All Equipment must be listed and approved, where applicable, for U.L., AGA, and ASME requirements and all other requirements as specified by local building codes, plumbing codes, fire codes and all other state and local codes. All foodservice equipment must bear the applicable seals. F. Manuals: The Board of School Commissioners shall be provided three (3) copies of use/care manuaIs and illustrated parts list for all equipment with moveable parts. These manuals shall be provided within ten days of installation. G. Removal of Existing Equipment: (Note the option chosen by the School Board indicated by the “X”). _X_1. Successful bidder will be responsible for moving existing equipment to make space for new item(s). As noted on the instructions of the “Asset Form”, the bidder will be responsible for removing the existing equipment and delivering to the designated site. The site could be the Distribution Center or another school site. (See section X Item 3 – Fixed Asset Transfer/Pick Up Form). In addition, successful bidder shall move any equipment which must be temporarily moved for installation of new equipment. 2. School Board will be responsible for disconnection or moving of existing equipment prior to arrival date for new equipment. Cafeteria Equipment Specifications Page 5 _X 3. Fixed Asset Transfer/Pick Up Form: A sample form is included with the bid documents. The form will only be used in the event the existing equipment will require transfer to another location. This form will be filled out by the CNP Department and will accompany the purchase order. Vendor’s Responsibility is to bring the completed asset form when equipment is removed and have the following persons sign the asset form: CNP Manager (Releasing the equipment), Vendor’s name (Picked- up by), and person receiving existing equipment (Received by). The vendor is to leave the original document with the person receiving existing equipment. H. Assembly: All equipment is to be delivered, uncrated, assembled, inspected, set in place, and made ready for final connections. All debris accumulated with the delivery of equipment shall be removed. Foodservice equipment is to be cleaned and turned over in first class condition. I. Installation: 1. Equipment shall be installed according to instructions provided when an item is ordered or to replace an existing piece of equipment tagged for removal. Bidder shall furnish, deliver, assemble, and install all items required. Installation of each item shall be in accordance with (a) city and/or county plumbing and electrical codes and with (b) the manufacturers recommendations and shall include all labor and materials required to provide working units. Bidder to provide all water, gas, and electrical connections required within 6'0" of machine. Gas, connections will be of nonflexible material. PVC will not be used to drain dishwashers, steamers and sinks. An appropriate gas pressure regulator will be required for each appliance installed that uses natural gas. In addition, bidder shall furnish all labor and material to move and install some existing equipment to accommodate new equipment and to remove existing equipment at some locations as described herein. All items which require removal shall be delivered by the bidder to a storage location designated by the Board. Bidder shall leave each job site broom clean and shall remove all trash and debris associated with their work from the job site. 2. Bidder shall coordinate all installations with the Boards Maintenance Department at (251) 221-5508. All installation procedures which require water, gas or electrical connections shall be completed by an appropriate professional. In addition, all work performed by the bidder must be approved by the Maintenance Department prior to final acceptance and payment. J. Substitute – Brands: 1. If a bidder chooses to bid a substitute brand, proof of equality must be submitted with bid on bid opening date. The form "Substitution Request Form" must be used for this purpose (included in this bid document); this provides the School Board with a detail description in which the proposed substitution conforms and/or varies from the brand specified. This information shall be submitted in addition to manufacturer's cut sheet. 2. Bidders submitting substitutions are cautioned to examine mechanical and electrical plans and building conditions to determine if such substitution will require changes in mechanical or electrical connections or require rearrangement. If any of the above changes would be involved, a layout of such changes and any additional cost (itemized) must be submitted with the request for substitution. If proposed substitutions entail additional cost which was not submitted with the request for substitution and approval is granted, bidders shall be responsible for such costs. 3. It is understood by the School Board that no agent, dealer, broker or agency may bind a manufacturer beyond the manufacturer's own printed literature. Therefore, any party submitting a Substitution Request Form stating compliance with a feature specified for the prime specified item by a manufacturer in a manner not identified as a standard of production or as an option for that item in the manufacturer's literature must be accompanied by a letter on the Manufacturer's own letterhead stating that the manufacturer shall comply Cafeteria Equipment Specifications Page 6 with the specified feature and such compliance shall not adversely affect the manufacturer's product performance, reliability, durability, appearance or effect the warranty. 4. If the substituted item is approved and subsequently installed and upon final inspection found to deviate from the specifications in a manner not detailed in the "Substitution Request Form" the F.S.E. Contractor shall at the discretion of the School Board bring the equipment into compliance or remove the equipment and replace it with one in compliance with the specifications at his own cost. In consideration of the job stage at the time of final inspection, the F.S.E. Contractor shall take no more than 5 working days to make this replacement. Bidders are encouraged to review the "Substitution Request Form" prior to using such items in their bid. Awarded Contractor shall be responsible for deviations not detailed in the "Substitution Request Form" submitted FROM ANY SOURCE. Approval of submittals by the School Board does not relieve the F.S.E. Contractor of this condition. The "Substitution Request Form" can be found at the end of this document. K . Specifications: Written description in the specification will prevail in case of conflict between written description and model number. L. Alternate Bids: Bidders shall submit only 1 bid per item specified. M. Custom Fabricated Equipment: 1. Equipment shall be fabricated by a foodservice equipment fabricator who has the plant, personnel, and engineering facilities to properly design, detail and manufacture high quality equipment. The bidder shall by his signature on Invitation to Bid indicate that equipment is to be fabricated by bidder personnel. If fabrication is to be subcontracted, bidder shall attach to bid submittal a letter giving name and address of fabrication subcontractor. 2. Successful bidder shall submit shop drawings for custom fabricated equipment. Drawings shall be at a minimum of 1/2" scale and include a plan view and front, rear, and side elevations. All drawings shall be fully dimensioned and all parts labeled as to materials and methods of construction. Shop drawings shall be approved by contact person listed on Invitation to Bid prior to start of fabrication. N. PRICE SHEETS: ALL BIDDERS MUST TYPE THEIR RESPONSES ON THE PRICE SHEETS. NO BIDS WILL BE CONSIDERED THAT ARE HAND WRITTEN. THE PRICE SHEETS WILL BE ON THE WEBSITE IN EXCEL FOR ALL BIDDERS TO HAVE ACCESS FOR THIS REQUIREMENT. IX Questions A. If you have any questions regarding this bid, you may contact Julie Morgan by email at jdmorgan@mcpss.com or by phone at (251) 221-4473. mailto:jdmorgan@mcpss.com Product Specifications Page 1 AS NEEDED UNTIL OCTOBER 31, 2022 ITEM #1 Description: Range with two open burners, all standard features and the following: a. Approximate dimensions: 17" wide x 38" deep x 36" high, excluding back guard. b. Back guard, of stainless steel approximately 10" high. c. Storage base with stainless steel sides, back and door. d. Set of four (4) 6" high legs. e. ¾” rear gas connection. f. Natural gas (35,000 BTU/Hr.) per burner. g. NSF certified. h. Gas Hose: Dormont ¾” x 48” yellow gas hose to be included with the range part number 1675NPFS-48. No Substitute. Acceptable unit: Garland M4S; or approved equal. ITEM #2 Description: Double (2) deck convection oven, with all standard features and the following: a. Maximum overall dimensions to be no greater than: 40" wide x 41 1/2" deep x 70" high, excluding chimney height. b. Both decks to have two (2) speed blower for motor. c. Stainless steel front. d. Stainless steel sides. e. Stainless steel top. f. Stainless steel back. g. Set of four (4) 8" stainless steel legs. h. Solid state manual temperature controls and timer with audible alarm. i. Electrical requirements: Maximum 120/60/1ph @ 1/2 HP (per deck). j. Plumbing requirements: ¾”@ 44,000 BTU/Hr. (Maximum total per deck) (Natural gas). k. NSF certified. l. Gas Hose: Dormont ¾” x 48” yellow gas hose to be included with the range part number 1675NPFS-48. No Substitute. Acceptable unit: Hobart HGC502-Natural Gas; or approved equal. Product Specifications Page 2 ITEM # 3 Description: Reach in refrigerator, double, Stainless steel interior and exterior, (2) Stainless steel full doors with locks, with all standard features and the following: a. Self-closing doors with stay open feature at 120 degrees. b. Guaranteed for life cam-lift hinges. c. Guaranteed for life horizontal work flow door handles. d. Full length doors hinged to open from center. e. 6” diameter stem castors with locks on front set. f. Universal type tray slides to accommodate either (1) 18” x 26”, or (2) 14” x 18”, or (2) 12” x 20” pans. 4” on center behind full size door on left side. g. Standard compliment of standard shelves behind full size door on right side. h. One (1) year parts and labor warranty, two (2) year control warranty (parts and labor), five (5) year compressor warranty. i. Electrical requirements: 115/60/1 ph. j. NSF certified. k. Magnetic snap-in door gaskets. l. Self-contained system, R-134a refrigerant. m. Top mounted refrigeration unit. Acceptable unit: Traulsen RHT232WUT-FHS; or approved equal. ITEM # 4 Description: Reach in refrigerator, single, stainless steel interior and exterior, with all standard features and the following: a. Full length stainless steel door. b. NEMA 5-15P plug. c. Universal Type Tray Slides to accommodate either (1) 18” x 26”, or (2) 14” x 18”, or (2) 12” x 20” sheet pans, adjustable to 2” O. C. d. Electrical requirements: 115/60/1ph. e Guaranteed for life cam-lift hinges & door handles. f. Self-contained system, R-134a refrigerant. g NSF certified. h. Self-closing door with 120 degree stay open feature. i. Magnetic snap-in door gasket. j 6” diameter stem castors with locks on front set. k. Top mounted refrigeration unit. l. Warranty: Two (2) year control warranty (parts and labor). m. Warranty: Five (5) year compressor. Acceptable unit: Traulsen RHT132WUT-FHS; or approved equal. Product Specifications Page 3 ITEM # 5 Description: Sixty (60) Quart Mixer with gear driven transmission, field serviceable with all standard features and the following: a. Neoprene foot. b. Bowl guard to be easily removable without the use of tools. c. Power bowl lift and automatic bowl lock. d. Unit to be NSF and UL listed and approved. e. Two (2) sixty (60) quart stainless steel bowls. f. One (1) forty (40) quart stainless steel bowl. g. Two (2) sixty (60) quart aluminum bowl trucks. h. One (1) sixty (60) quart "B" aluminum flat beater. i. One (1) sixty (60) quart "D" stainless steel wire whip. j One (1) sixty (60) quart "ED" dough hook. k. One (1) sixty (60) quart Lexan splash cover. l. One (1) forty (40) quart "B" aluminum flat beater. m. One (1) forty (40) quart "D" stainless steel wire whip. n. Electrical requirements: 208/60/3 phase@ 2.7 HP. (Electrical may change in some locations, to be verified by vendor before ordering). Acceptable unit: Hobart Model No. HL600-1STD; or approved equal. (Variable speed motors and pulleys are not acceptable) ITEM # 6 Description: Reach-In heated cabinet, double stainless steel interior and exterior, with all standard features and the following: a. On/off switch located on control face. b. One-time start-up temperature adjustment feature. c. Two (2) full size doors with locks, hinged to open from center. d. Guaranteed for life cam-lift hinges. e. Self-closing doors with 120 degree stay open feature. f. Guaranteed for life horizontal work flow door handles. f. Heat resistant magnetic snap-in door gaskets. g. Full complement of stainless steel #3 universal tray slides, 4” inches on center behind full size door on left side. h. Standard compliment of standard shelves behind full size door on right side. i. Electrical requirements: 208/115/60/1 ph. Feed wires with ground: 4. Wattage @ 208V: 3000. j. NSF certified. k. 6” casters with locks on front set. l. Warranty: One year parts and labor. m. Warranty: Two year control warranty (parts and labor). Acceptable unit: Traulsen RHF232W-FHS; or approved equal. Product Specifications Page 4 ITEM #7 Description: Reach-In heated cabinet, single, stainless steel interior and exterior, with all standard features and the following: a. Full length stainless steel doors with locks, hinged on the right side. b. Guaranteed for life cam-lift hinges. c. Guaranteed for life horizontal work flow door handles. d. Universal Type Tray Slides to accommodate either (1) 18” x 26”, or (2) 14” x 18”, or (2) 12” x 20” pans. e. Electrical requirements: 208/115/60/1. f. Feed wires with ground: 4. g. Wattage @ 208V: 1500. h. NSF certified. i. Self-closing door with 120 degree stay open feature. j. Magnetic snap-in door gasket. k. Automatically activated incandescent lights. l. One year parts and labor warranty. m. Two year control warranty (parts and labor). n. 6” diameter stem castors with locks on front set. Acceptable unit: Traulsen RHF132W-FHS-208V; or approved equal. ITEM #8 Description: Reach-In heated cabinet, single, stainless steel interior and exterior, with all standard features and the following: c. Full length stainless steel doors with locks, hinged on the right side. d. Guaranteed for life cam-lift hinges. c. Guaranteed for life horizontal work flow door handles. d. Universal Type Tray Slides to accommodate either (1) 18” x 26”, or (2) 14” x 18”, or (2) 12” x 20” pans. e. Electrical requirements: 115/60/1. f. Feed wires with ground: 4. g. Wattage @ 115V: 1500. h. NSF certified. i. Self-closing door with 120 degree stay open feature. j. Magnetic snap-in door gasket. k. Automatically activated incandescent lights. l. Warranty: One year parts and labor. m. Warranty: Two year control warranty (parts and labor). n. 6” diameter stem castors with locks on front set. Acceptable unit: Traulsen RHF132W-FHS-115V; or approved equal. Product Specifications Page 6 ITEM # 9 Description: Reach in Freezer - double, stainless steel interior and exterior, with all standard features and the following: a. Full length doors with locks, standard hinging. b. Guaranteed for life cam-lift hinges. c. Guaranteed for life horizontal work flow door handles. d. Electrical requirements: 115/60/1ph @ 3/4 HP. e. Magnetic snap-in door gaskets. f. Self-closing doors with 120 degree stay open feature. g. 6” diameter stem castors with locks on front set. h. Thermostatic expansion valve metering device. i. NSF certified. j. Self-contained system, R404A refrigerant. k. Universal type tray slides to accommodate either (1) 18” x 26” or (2) 14’ x 18”, or (2) 12” x 20” pans. l. Warranty: One year parts and labor. m. Warranty: Two year control warranty (parts and labor). n. Warranty: Five year compressor. Acceptable unit: Traulsen RLT232WUT-FHS; or approved equal. ITEM # 10 Description: Steam Cooker, table top without a boiler, having all standard features and the following: a. Double wall construction, with a minimum of 2" insulation in all walls. b. Exterior walls shall be 14-gauge stainless steel. c. Both inner and outer door shall be constructed from a 14 gauge (or better) stainless steel. d. Unit to be equipped with a vacuum pump for lowering the boiling temperature of water to 140 degrees. e. Interior compartment shall be a minimum of 18" H x 13" W x 21 1/4" D. f. Unit shall hold six (6) 2 1/2" deep steam table pans or four (4) 4" deep pans. g. Unit shall not require a water line or drain. h. Electrical requirements: 208/60/1 ph @ 29 Amps. Plug configuration NEMA L6-30P. i. NSF certified. Acceptable unit: Accu Temp S62081D060; or approved equal. ITEM #11 Description: Tilting Braising Pan (40 gallon), with all standard features and the following: a. Maximum equipment width to be 48”. b. Provide power tilt with hand tilt override. c. Fill faucet (coldwater) with stainless steel mounting bracket. d. Electronic spark ignition. e. Electrical requirements: 120/60/1 ph @ 5 Amps. f. Plumbing requirements: ¾” gas supply @ 130,000 BTU/Hr. Natural Gas g. NSF certified. h. Gas Hose: Dormont ¾” x 48” yellow gas hose to be included with the range part number 1675NPFS-48. No Substitute. i. Hot & cold water pre-rinse spray head with hose (PRS-S). j. 2” tangent draw-off valve (TD2), left side only. Acceptable unit: Cleveland SGL-40-TR; or approved equal. Product Specifications Page 6 ITEM #12 Description: Icemaker with storage bin – minimum capacity of 490# per 24 hours with all standard features and the following: a. To produce “dice” or “contour” cubes. b. Constructed of corrosion resistant stainless steel and finger proof plastic. c. Interior is to be heavy duty non-corroding polyethylene liner. Capacity: Approx. 400 pounds. d. Bin to be mounted on 6” NSF stainless steel or nickel plated legs with adjustable feet. c. Unit to be equipped with a wall mount water filter/conditioning system specified for the brand and model bid. d. Proper routine cleaning and maintenance to be demonstrated by a factory representative. e. Evaporator plate to be coated with food grade nickel plating. f. Water tubes to have an antimicrobial coating to prevent growth of mold, bacteria and algae. g. Electrical Requirements: 120/60/1ph @ 15 Amps. h. Plumbing Requirements: ½” cold water ½” waste (Ice maker) 1” waste (Ice bin) j. NSF certified, UL listed. k. Warranty: 3 years parts and labor, 5 years parts on the evaporator and 5 years parts & 3 years labor on the compressor. l. Provide and install a filtration system for filtering incoming water, reducing limescale build-up and controlling alkalinity and PH. Everpure QC71 Single Head EV9272-41. No Substitutes. Acceptable unit: KoolAire KDT0500A/K-570/QC71 (Everpure EV927241); or approved equal. ITEM #13 Description: Mini Rotating Rack Convection Oven (Gas): a. Rotating interior rack. b. Interior rack is removable for cleaning. c. 95,000 BTU/hr in-shot burner system. d. Programmable digital control. e. Easy to open independent doors. f. Stainless steel construction. g. 10 pan capacity end load interior rack with 3.2” slide spacing. h. Large dual-pane window in each door. i. Auto on/off feature. j. 4 step bake/roast settings. k. Sleep setting to save energy. l. Natural Gas: ¾” NPT. m. Standard castors with locks. n. High temp stainless steel heat exchanger with weldless construction. o. Self contained steam system. p. Warranty: 1 (one) year parts and labor. q. UL listed. r. 27” Stand base with standard castors and locks. s. Gas Hose: Dormont ¾” x 48” yellow gas hose to be included with the range part number 1675NPFS-48. No Substitute. Acceptable unit: Baxter OV310G; Stand model # STAND-12PAN or approved equal. Product Specifications Page 7 ITEM #14 Description: Dishwasher, Natural Gas, with all standard features and the following: a. Standard height chamber. b. Insulated hinged double doors with interlock switches. c. Energy saver. d. Low temperature alert. e. Dirty water indicator. f. Stainless steel self-draining pumps and impellers. g. Door actuated drain closure. h. Vent fan and booster heater control. i. Convertible hot water or low temp final rinse. j. 208/60/1. k. NAFEM data protocol compliant. l. Service diagnostics. m. NSF certified, UL listed. n. Top mounted micro-processer control module. o. Gas Hose: Dormont ¾” x 48” yellow gas hose to be included with the range part number 1675NPFS-48. No Substitute. Acceptable unit: Hobart CLPS66EN-BAS+BUILDUP; or approved equal. ITEM #15 Description: Dishwasher, Natural Gas, with all standard features and the following: a. Standard height chamber. b. Insulated hinged double doors with interlock switches. c. Energy saver. d. Low temperature alert. e. Dirty water indicator. f. Stainless steel self-draining pumps and impellers. g. Door actuated drain closure. h. Vent fan and booster heater control. i. Convertible hot water or low temp final rinse. j. 208/60/3. k. NAFEM data protocol compliant. l. Service diagnostics. m. NSF certified, UL listed. n. Top mounted micro-processer control module. o. Gas Hose: Dormont ¾” x 48” yellow gas hose to be included with the range part number 1675NPFS-48. No Substitute. Acceptable unit: Hobart CLPS66EN-BAS+BUILDUP; or approved equal. Product Specifications Page 8 ITEM #16 Description: Dishwasher, Electric, with all standard features and the following: a. Standard height chamber. b. Insulated hinged double doors with interlock switches. c. Energy saver. d. Low temperature alert. e. Dirty water indicator. f. Stainless steel self-draining pumps and impellers. g. Door actuated drain closure. h. Vent fan and booster heater control. i. Convertible hot water or low temp final rinse. j. 208/60/1. k. NAFEM data protocol compliant. l. Service diagnostics. m. NSF certified, UL listed. n. Top mounted micro-processer control module. Acceptable unit: Hobart CLPS66EN-BAS+BUILDUP; or approved equal. ITEM #17 Description: Dishwasher, Electric, with all standard features and the following: a. Standard height chamber. b. Insulated hinged double doors with interlock switches. c. Energy saver. d. Low temperature alert. e. Dirty water indicator. f. Stainless steel self-draining pumps and impellers. g. Door actuated drain closure. h. Vent fan and booster heater control. i. Convertible hot water or low temp final rinse. j. 208/60/3. k. NAFEM data protocol compliant. l. Service diagnostics. m. NSF certified, UL listed. n. Top mounted micro-processer control module. Acceptable unit: Hobart CLPS66EN-BAS+BUILDUP; or approved equal. Product Specifications Page 9 ITEM #18 Description: Dishwasher, Electric, with all standard features and the following: a. Standard height chamber. b. Insulated hinged double doors with interlock switches. c. Energy saver. d. Low temperature alert. e. Dirty water indicator. f. Stainless steel self-draining pumps and impellers. g. Door actuated drain closure. h. Vent fan and booster heater control. i. Convertible hot water or low temp final rinse. j. 480/60/3. k. NAFEM data protocol compliant. l. Service diagnostics. m. NSF certified, UL listed. n. Top mounted micro-processer control module. Acceptable unit: Hobart CLPS66EN-BAS+BUILDUP; or approved equal. ITEM #19 Description: Dishwasher, Natural Gas, with all standard features and the following: a. Standard height chamber. b. Insulated hinged double doors with door interlock switches. c. Energy saver mode. d. Dirty water indicator. e. Low temperature alert. f. Delime notification. g. Service diagnostics. h. NAFEM data protocol compliant. i. Stainless steel self-draining pump and impeller j. Door actuated drain closure. k. Vent fan and booster heater control. l. Convertible hot water or low temp final rinse. m. 208/60/1. n. NSF certified, UL listed. o. Top mounted micro-processer control module. p. Gas Hose: Dormont ¾” x 48” yellow gas hose to be included with the range part number 1675NPFS-48. No Substitute. Acceptable unit: Hobart CL44EN-BAS+BUILDUP; or approved equal. Product Specifications Page 10 ITEM #20 Description: Dishwasher, Natural Gas, with all standard features and the following: a. Standard height chamber. b. Insulated hinged double doors with door interlock switches. c. Energy saver mode. d. Dirty water indicator. e. Low temperature alert. f. Delime notification. g. Service diagnostics. h. NAFEM data protocol compliant. i. Stainless steel self-draining pump and impeller j. Door actuated drain closure. k. Vent fan and booster heater control. l. Convertible hot water or low temp final rinse. m. 208/60/3. n. NSF certified, UL listed. o. Top mounted micro-processer control module. p. Gas Hose: Dormont ¾” x 48” yellow gas hose to be included with the range part number 1675NPFS-48. No Substitute. Acceptable unit: Hobart CL44EN-BAS+BUILDUP; or approved equal. ITEM #21 Description: Dishwasher, Electric, with all standard features and the following: a. Standard height chamber. b. Insulated hinged double doors with door interlock switches. c. Energy saver mode. d. Dirty water indicator. e. Low temperature alert. f. Delime notification. g. Service diagnostics. h. NAFEM data protocol compliant. i. Stainless steel self-draining pump and impeller j. Door actuated drain closure. k. Vent fan and booster heater control. l. Convertible hot water or low temp final rinse. m. 208/60/1. n. NSF certified, UL listed. o. Top mounted micro-processer control module. Acceptable unit: Hobart CL44EN-BAS+BUILDUP; or approved equal. Product Specifications Page 11 ITEM #22 Description: Dishwasher, Electric, with all standard features and the following: a. Standard height chamber. b. Insulated hinged double doors with door interlock switches. c. Energy saver mode. d. Dirty water indicator. e. Low temperature alert. f. Delime notification. g. Service diagnostics. h. NAFEM data protocol compliant. i. Stainless steel self-draining pump and impeller j. Door actuated drain closure. k. Vent fan and booster heater control. l. Convertible hot water or low temp final rinse. m. 208/60/3. n. NSF certified, UL listed. o. Top mounted micro-processer control module. Acceptable unit: Hobart CL44EN-BAS+BUILDUP; or approved equal. ITEM #23 Description: Dishwasher, Electric, with all standard features and the following: a. Standard height chamber. b. Insulated hinged double doors with door interlock switches. c. Energy saver mode. d. Dirty water indicator. e. Low temperature alert. f. Delime notification. g. Service diagnostics. h. NAFEM data protocol compliant. i. Stainless steel self-draining pump and impeller j. Door actuated drain closure. k. Vent fan and booster heater control. l. Convertible hot water or low temp final rinse. m. 480/60/3. n. NSF certified, UL listed. o. Top mounted micro-processer control module. Acceptable unit: Hobart CL44EN-BAS+BUILDUP; or approved equal. Product Specifications Page 12 ITEM #24 Description: Pass-thru Refrigerator, Single Door, with all standard features and the following: a. Full length door. b. Universal type tray slides. c. Set of four (4) 4-5/8” casters with locks on the front. d. Stainless steel interior, exterior front, sides, and doors. e. Anti-condensate heaters located behind each door opening. f. Self-contained, top mounted refrigeration system using R-134a. g. Warranty: One (1) year parts and labor Five (5) year compressor Two (2) year control (parts and labor) h. Self-closing doors with stay open feature at 120 degrees. i. Guaranteed for life cam-lift hinges. j. Guaranteed for life horizontal work flow door handle. k. NSF certified, UL listed. m. 115V. Acceptable unit: Traulsen RHT132WPUT-FHS; or approved equal. ITEM #25 Description: Pass-thru Refrigerator, Double Door, with all standard features and the following: a. Full length door. b. Universal type tray slides. c. Set of four (4) 4-5/8” casters with locks on the front. d. Stainless steel interior, exterior front, sides, and doors. e. Anti-condensate heaters located behind each door opening. f. Self-contained, top mounted refrigeration system using R-134a. g. Warranty: One (1) year parts and labor Five (5) year compressor Two (2) year control (parts and labor) h. Self-closing doors with stay open feature at 120 degrees. i. Guaranteed for life cam-lift hinges. j. Guaranteed for life horizontal work flow door handle. k. NSF certified, UL listed. m. 115V. Acceptable unit: Traulsen RHT232WPUT-FHS; or approved equal. Product Specifications Page 13 ITEM #26 Description: Pass-thru Holding Cabinet, Single Door, with all standard features and the following: a. Micro-processer control system b. Universal type tray slides c. Set of four (4) 4 5/8” high casters with locks on the front. d. Wattage @ 208V: 1500, 115/60/1. e. Self-closing doors with stay open feature at 120 degrees. f. Guaranteed for life cam-lift hinges. g. Guaranteed for life horizontal work flow door handles. h. Warranty: One (1) year parts and labor Two (2) year control warranty (parts and labor) i. Stainless steel interior and exterior. j. NSF certified, UL listed. k. 32” depth. Acceptable unit: Traulsen RHF132WP-FHS; or approved equal. ITEM #27 Description: Pass-thru Holding Cabinet, Double Door, with all standard features and the following: a. Micro-processer control system b. Universal type tray slides c. Set of four (4) 4 5/8” high casters with locks on the front. d. Wattage @ 208V: 3000, 115/60/1. e. Self-closing doors with stay open feature at 120 degrees. f. Guaranteed for life cam-lift hinges. g. Guaranteed for life horizontal work flow door handles. h. Warranty: One (1) year parts and labor Two (2) year control warranty (parts and labor) i. Stainless steel interior and exterior. j. NSF certified, UL listed. k. 32” depth. Acceptable unit: Traulsen RHF232WP-FHS; or approved equal. Product Specifications Page 14 ITEM #28 Description: Pass Thru Retherm Oven with the following features: a. Roast, cook, bake, rethermalize and hold with precise temperature and humidity control b. Moist heat, dry heat or a combination of both c. 12,000 watts of power, maximum temperature 350 degrees d. 2,000 watt water heater with separate control and low water indicator e. Standard automatic water fill system with 4 gallon water reservoir f. LED and water heater shut off when water is critically low g. Solid state electronic control with large easy to read and operate LED digital display h. 18 pre-programmed retherm & hold cycles i. 1 ½” food temperature probe j. Stainless steel construction, smooth interior with coved corners k. Non-venting oven l. 22 gauge stainless steel, field reversible Dutch doors with silicone door gaskets, heavy duty hinges m. 18 sets of non-corrosive stainless steel wire universal angles, adjustable on 1-1/2” centers n. Heavy duty 5” swivel casters, two (2) with brakes. o. Integral drip trough on front p. Side bumpers q. 12,000 watts, 208 volts, 3 phase, 60 Hz r. Warranty: 2 year parts and 1 year labor s. NSF certified Acceptable unit: Cres Cor RO151FPWUA18DX; or approved equal. ITEM #29 Description: Pass Thru Retherm Oven with the following features: a. Roast, cook, bake, rethermalize and hold with precise temperature and humidity control b. Moist heat, dry heat or a combination of both c. 12,000 watts of power, maximum temperature 350 degrees d. 2,000 watt water heater with separate control and low water indicator e. Standard automatic water fill system with 4 gallon water reservoir f. LED and water heater shut off when water is critically low g. Solid state electronic control with large easy to read and operate LED digital display h. 18 pre-programmed retherm & hold cycles i. 1 ½” food temperature probe j. Stainless steel construction, smooth interior with coved corners k. Non-venting oven l. 22 gauge stainless steel, field reversible Dutch doors with silicone door gaskets, heavy duty hinges m. 18 sets of non-corrosive stainless steel wire universal angles, adjustable on 1-1/2” centers n. Heavy duty 5” swivel casters, two (2) with brakes. o. Integral drip trough on front p. Side bumpers q. 12,000 watts, 240 volts, 3 phase, 60 Hz r. Warranty: 2 year parts and 1 year labor s. NSF certified Acceptable unit: Cres Cor RO151FPWUA18DX; or approved equal. Product Specifications Page 15 ITEM #30 Description: Double (2) deck electric convection oven, with all standard features and the following a. Solid state manual control with 60 minute electro-mechanical time b. Each cabinet will hold five (5) 18” x 26” standard full size baking pans c. Stainless steel front, top and sides d. Two speed fan motor e. 1/3 horsepower blower motor with automatic thermal overload protection f. Interior oven lights g. 6” adjustable stainless steel legs h. Vent Connector I. Electrical: 208/240 volt, single phase j. Two years parts and one year labor warranty k. Three years limited oven door warranty l. NSF certified Acceptable unit: Blodgett Zephaire-200-E DBL; or approved equal. ITEM #31 Description: Double (2) deck electric convection oven, with all standard features and the following a. Solid state manual control with 60 minute electro-mechanical time b. Each cabinet will hold five (5) 18” x 26” standard full size baking pans c. Stainless steel front, top and sides d. Two speed fan motor e. 1/3 horsepower blower motor with automatic thermal overload protection f. Interior oven lights g. 6” adjustable stainless steel legs h. Vent Connector I. Electrical: 480 volt, 3 phase j. Two years parts and one year labor warranty k. Three years limited oven door warranty l. NSF certified Acceptable unit: Blodgett Zephaire-200-E DBL; or approved equal. Product Specifications Page 16 ITEM #32 Description: Pressureless steamer, two (2) compartment, independent steam generators, with all standard features and the following: a. Each compartment has one, 60 minute electro-mechanical timer, manual bypass switch for constant steaming b. 14 Gauge, 304 stainless steel construction for compartment door, cooking cavity and steam generator c. Each compartment has an independent power burner stainless steel steam generator 50,000 BTU’s, gas valve, power on/off control lever, and a remote probe-type water level control d. Each compartment has cooking capacity for (3) each 12” x 20” x 2 ½”, (6) each 1” x 12” x 20, (2) each 4” x 12” x 20” steam table pans e. Each generator has a deliming port located on the outside, top of the unit f. Front accessible generator controls comes with a pullout drawer for easy servicing g. 6” adjustable stainless steel legs with flanged feet h. Compartment steam shut-off switch when compartment door is opened I. Manual ½” ball valve type drain that controls main power on/off and automatically fills generator, brass steam jets to distribute steam evenly throughout cooking department j. One year parts and one year labor warranty k. UL listed and NSF certified l. Electrical requirements: 120/60/1 ph @ 150 watts each (2 blowers and controls) m. Plumbing requirements: 3/8” or ½” cold water 1 ½” drain. (Not to be connected solidly) ¾” gas @ 100,000 BTU/Hr. (Natural Gas) ¾” or ½” pressure regulator, if needed Gas Hose: ¾” x 48” Dormont part number 1675NPFS-48 commercial type gas line hook-up. No Substitute. o. Provide and install a filtration system for filtering incoming water, reducing limescale build-up and controlling alkalinity and PH. Everpure Kleensteam II Single System EV9797-21. No Substitutes. Acceptable Unit: Cleveland SteamCraft Gemini 6 model 24CGA6.2S; or approved equal. Product Specifications Page 17 ITEM #33 Description: Pressureless convection steamer, two (2) compartment, twin electric steam generators, with all standard features and the following: a. Each steam-cooking compartment is independently operated and controlled by a separate stainless steel steam generator. b. Durable 14 gauge, 430 series stainless steel construction for the compartment door, cavity and steam generator. c. Two 60 minute electromechanical timers and switches for manual operation: Audible signal for cooking time completion. d. Two 8kw fire bar heating elements per generator. e. Large 5 gallon generator reservoir for each compartment for high speed steam cooking production. f. Two fully insulated rear mounted independent steam generators. g. Cooking capacity: 10 - 12” x 20” x 2 ½” deep cafeteria pans, five each compartment. h. Automatic generator drain. i. Condensate drip trough under lower compartment door to collect condensate. j. Left hand door hinging. k. 10” stainless steel legs. l. Electrical requirements: 208v/3ph – 91.7 amps. m. Plumbing requirements: 3/8” or ½” cold water. 1 ½” drain. n. Provide and install a filtration system for filtering incoming water, reducing limescale build-up and controlling alkalinity and PH. Everpure Kleensteam II Single System EV9797-21. No Substitutes. o. Warranty: One (1) year parts and labor. p. UL listed and NSF certified. Acceptable Unit: Cleveland SteamCraft Gemini 10 model 24-CEA-10; or approved equal. ITEM #34 Description: Hinged glass door merchandiser with all standard features and the following: a. Heavy duty construction with white coated steel interior walls. Exterior finish is heavy duty steel with a black baked on durable coating. b. One piece grill, easily removed for cleaning and servicing. c. Double pane, lowE argon filled glass doors. d. Two hinged glass doors. e. Five white epoxy coated wire shelves per door. f. Standard LED lighting. g. Warranty: 3 years Parts/Labor warranty & Additional 2 year Compressor warranty. h. Casters: 6” with locking brakes on the front. Acceptable Unit: Beverage-Air MMR49HC-1-B; or approved equal. Product Specifications Page 18 ITEM #35 Description: Tilting Braising Pan (30 gallon), with all standard features and the following: d. Maximum equipment width to be 36”. e. Provide power tilt with hand tilt override. f. Fill faucet (coldwater) with stainless steel mounting bracket. d. Electronic spark ignition. e. Electrical requirements: 120/60/1 ph @ 5 Amps. f. Plumbing requirements: ¾” gas supply @ 91,000 BTU/Hr. Natural Gas g. NSF certified. h. Gas Hose: Dormont ¾” x 48” yellow gas hose to be included with the range part number 1675NPFS-48. No Substitute. i. Food strainers for pouring spout (FS) j. Single pantry skillet filler with 60” hose(SKF-S) k. Sliding drain drawer with splash screen (SLD) Acceptable unit: Cleveland SGL-30-TR; or approved equal. Board Approved on 4/26/2021 MOBILE COUNTY PUBLIC SCHOOLS 2021-2022 SCHOOL YEAR CALENDAR 3 -New Year's Day S M T W Th F S S M T W Th F S (School Holiday) 1 2 3 1 4- Teacher Work Day 5- Independence Day 4 5 6 7 8 9 10 2 3 4 5 6 7 8 5-3rd QTR. Begin / Students back (System wide Holiday) 11 12 13 14 15 16 17 9 10 11 12 13 14 15 18 19 20 21 22 23 24 16 17 18 19 20 21 22 17- MLK Jr. Day 25 26 27 28 29 30 31 23 24 25 26 27 28 29 (System wide Holiday) 30 31 5-Teachers 1St Day (TWD) S M T W Th F S S M T W Th F S 6 -Institute Day 1 2 3 4 5 6 7 1 2 3 4 5 28- Mardi Gras Holiday 9-10- Professional Development 8 9 10 11 12 13 14 6 7 8 9 10 11 12 ( System wide Holiday) 15 16 17 18 19 20 21 13 14 15 16 17 18 19 11- 1st QTR. Begins 22 23 24 25 26 27 28 20 21 22 23 24 25 26 School Starts 29 30 31 27 28 S M T W Th F S S M T W Th F S 1-2 Fat Tuesday /Presidents Day 6- Labor Day 1 2 3 4 1 2 3 4 5 (System wide Holiday) 5 6 7 8 9 10 11 6 7 8 9 10 11 12 3-4 Teachers and Students Return to 12 13 14 15 16 17 18 13 14 15 16 17 18 19 School 19 20 21 22 23 24 25 20 21 22 23 24 25 26 17-3rd QTR ENDS / (48 Days) 26 27 28 29 30 27 28 29 30 31 18-Teacher Work Day 21-4th QTR. Begins 8-1st QTR. Ends (42 DAYS) S M T W Th F S S M T W Th F S 11-Teachers Work Day 1 2 1 2 18-22- Spring Break Students No School 3 4 5 6 7 8 9 3 4 5 6 7 8 9 12- 2nd QTR. Begins 10 11 12 13 14 15 16 10 11 12 13 14 15 16 17 18 19 20 21 22 23 17 18 19 20 21 22 23 24 25 26 27 28 29 30 24 25 26 27 28 29 30 31 11-Veterans Day S M T W Th F S S M T W Th F S 26- 4th QTR. ENDS / (44 Days) (System wide Holiday) 1 2 3 4 5 6 1 2 3 4 5 6 7 Last Day for Students 22-26 Thanksgiving Break 7 8 9 10 11 12 13 8 9 10 11 12 13 14 27-Teachers Work Day (School Holiday) 14 15 16 17 18 19 20 15 16 17 18 19 20 21 21 22 23 24 25 26 27 22 23 24 25 26 27 28 30- Memorial Day 28 29 30 29 30 31 (System wide Holiday) 17- 2nd QTR. ENDS (43 Days) 12 Month Employee Holidays 2021-2022 S M T W Th F S S M T W Th F S July 5 -Independence Day 20-31 Christmas Break 1 2 3 4 1 2 3 4 Sept.6-Labor Day (School Holiday) 5 6 7 8 9 10 11 5 6 7 8 9 10 11 Nov. 11-Veterans Day 12 13 14 15 16 17 18 12 13 14 15 16 17 18 Nov.25-26-Thanksgiving 19 20 21 22 23 24 25 19 20 21 22 23 24 25 Dec. 24,27,& 28-Christmas Break 26 27 28 29 30 31 26 27 28 29 30 Dec.30&31 New Year's Jan.17 MLK Jr. Day Feb28-Mar.2 Mardi Gras/ Pres. Day May 30- Memorial Day 8-FLEX DAYS First and Last Day of Quarter Teacher Planning/Staff Development/Student Holiday Student/Teacher Holidays JANUARY 2022July 2021 DECEMBER 2021 FEBRUARY 2022 MARCH 2022 APRIL 2022 MAY 2022 JUNE 2022 AUGUST 2021 SEPTEMBER 2021 OCTOBER 2021 NOVEMBER 2021 Board Approved on 2/21/22 Mobile County School Board Accounts Payable Department What is a Virtual Credit Card? The District has adopted the use of a VISA Virtual Credit Card powered by AOC/Regions Bank. AOC receives invoice and purchase order details from Accounts Payable and assigns a one-time use credit card number. The VISA Virtual Credit Card allows the District to pay vendors via a credit card and turn around a vendor payment in a shorter time frame than the current paper check you now receive. How Does Virtual Credit Card Work? • After goods are delivered and/or services rendered, vendors submit invoices to the Account Payable Department according to the current process. • When Accounts Payable has authorization of a match (purchase order and invoice) and the invoice(s) are due for payment according to your current payment terms with the District the payment process begins. • The vendor then receives an email notification of the payment from the District • The vendor then logs into a secure site from the email received and puts in the assigned PIN number. Each payment notification will include the card number, expiration date, security code, payment amount and invoice and/or PO numbers. • Once the vendor receives the email, the credit card has been authorized to be charged for the amount listed in the email. When the vendor charges the card as authorized in the email, the virtual card will no longer be available for charges. When the next payment is provided the vendor will receive a new card number, security code and expiration date with invoice amount and/or PO number. What are the Benefits to using the VISA Virtual Card? • Receive payments 7 -10 days sooner; resulting in a quicker cash flow for day to day operations or investments. • Reduce the cost of paper processing and employee time spent on preparing and making bank deposits. • Void the risk of lost or stolen checks • Quickly reduce outstanding accounts receivable balances. How do I Participate in the VISA Virtual Card Program? Simply contact the Mobile County School Board Accounts Payable Department at (251)221-4437 and request to be enrolled in the VISA Virtual Card Program through AOC/Regions Bank. AOC/Regions Bank VISA Virtual Card Vendor Enrollment Data Elements 1. Vendor Number (Internal Use Only- MCPSS) 2. Vendor Name 3. Vendor Address 4. Accounts Receivable Contact Name 5. Accounts Receivable Contact Email 6. Accounts Receivable Contact Phone Number Vendor please provide and complete below: Vendor Name __________________________________________________________________________________ Vendor Address __________________________________________________________________________________ Vendor A/R Contact Name __________________________________________________________________________________ Vendor A/R Email Address __________________________________________________________________________________ Vendor A/R Phone Number __________________________________________________________________________________ If you have any questions please contact Chuck Harben in Accounts Payable 251-221-4437 or email charben@mcpss.com. IMMIGRATION LAW COMPLIANCE Vendor Information Name: Address: Street Address Suite/Unit # City State ZIP Code Phone: ( ) Alternate Phone: ( ) Please Read the attached Immigration Notice and Select one (1) of the Following: The Alabama Immigration Law DOES NOT apply to the above named company. Please explain: _______________________________________________________________________________ ________________________________________________________________________________ The Alabama Immigration Law DOES apply to the above named company and the documents are on file with Mobile County School System The Alabama Immigration Law DOES apply to the above named company and the AFFIDAVIT OF ALABAMA IMMIGRATION COMPLIANCE DOCUMENTS are ATTACHED with the Bid Response The documents are available at www.mcpss.com/immigrataion and www.dhs.gov/e-verify Employee Signature Date CONFIRMATION REQUEST: AFFIDAVIT OF ALABAMA IMMIGRATION COMPLIANCE Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section 3017.510, Participants' responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Reqister (pages 1722-1733). Copies of the regulations may be obtained by contacting the Department of Agriculture agency offering the proposed covered transaction. (BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON REVERSE) (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public trans- action; violation of Federal or State antitrust statutes or commission of embezzle- ment, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification; and (d) have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ____________________________________________________________________________ Organization Name PR/Award Number of Project Name ____________________________________________________________________________ Name(s) and Title(s) of Authorized Representative(s) ____________________________________________________________________________ Signature(s) Date Form AD-1047 (1/92) INSTRUCTIONS FOR CERTIFICATION 1. By signing and submitting this form, the prospective primary participant is providing the certification set out on the reverse side in accordance with these instructions. 2. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out on this form. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction. 3. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 4. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reasons of changed circumstances. 5. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction”, “participant," "primary covered transaction," "principal," "proposal," and "voluntarily excluded,” as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of those regulations. 6. The prospective primary participant agrees by submitting this form that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 7. The prospective primary participant further agrees by submitting this form that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 8. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. 9 Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 10. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Form AD-1047 (1/92) VENDOR DISCLOSURE STATEMENT Information and Instructions Act 2001-955 requires the disclosure statement to be completed and filed with all proposals, bids, contracts, or grant proposals to the State of Alabama in excess of $5,000. The disclosure statement is not required for contracts for gas, water, and electric services where no competition exits, or where rates are fixed by law or ordinance. In circumstances where a contract is awarded by competitive bid, the disclosure statement shall be required only from the person receiving the contract and shall be submitted within ten (10) days of the award. A copy of the disclosure statement shall be filed with the awarding entity and the Department of Examiners of Public Accounts and if it pertains to a state contract, a copy shall be submitted to the Contract Review Permanent Legislative Oversight Committee. The address for the Department of Examiners of Public Accounts is as follows: 50 N. Ripley Street, Room 3201, Montgomery, Alabama 36130-2101. If the disclosure statement is filed with a contract, the awarding entity should include a copy with the contract when it is presented to the Contract Review Permanent Legislative Oversight Committee. The State of Alabama shall not enter into any contract or appropriate any public funds with any person who refuses to provide information required by Act 2001-955. Pursuant to Act 2001-955, any person who knowingly provides misleading or incorrect information on the disclosure statement shall be subject to a civil penalty of ten percent (10%) of the amount of the transaction, not to exceed $10,000.00. Also, the contract or grant shall be voidable by the awarding entity. Definitions as Provided in Act 2001-955 Family Member of a Public Employee - The spouse or a dependent of the public employee. Family Member of a Public Official - The spouse, a dependent, an adult child and his or her spouse, a parent, a spouse's parents, a sibling and his or her spouse, of the public official. Family Relationship - A person has a family relationship with a public official or public employee if the person is a family member of the public official or public employee. Person - An individual, firm, partnership, association, joint venture, cooperative, or corporation, or any other group or combination acting in concert. Public Official and Public Employee - These terms shall have the same meanings ascribed to them in Sections 36-25-1(23) and 36-25-1(24), Code of Alabama 1975, (see below) except for the purposes of the disclosure requirements of this act, the terms shall only include persons in a position to influence the awarding of a grant or contract who are affiliated with the awarding entity. Notwithstanding the foregoing, these terms shall also include the Governor, Lieutenant Governor, members of the cabinet of the Governor, and members of the Legislature. Section 36-25-1(23), Code of Alabama 1975, defines a public employee as any person employed at the state, county or municipal level of government or their instrumentalities, including governmental corporations and authorities, but excluding employees of hospitals or other health care corporations including contract employees of those hospitals or other health care corporations, who is paid in whole or in part from state, county, or municipal funds. For purposes of this chapter, a public employee does not include a person employed on a part-time basis whose employment is limited to providing professional services other than lobbying, the compensation for which constitutes less than 50 percent of the part-time employee's income. Section 36-25-1(24), Code of Alabama 1975, defines a public official as any person elected to public office, whether or not that person has taken office, by the vote of the people at state, county, or municipal level of government or their instrumentalities, including governmental corporations, and any person appointed to a position at the state, county, or municipal level of government or their instrumentalities, including governmental corporations. For purposes of this chapter, a public official includes the chairs and vice-chairs or the equivalent offices of each state political party as defined in Section 17-16-2, Code of Alabama 1975. Instructions Complete all lines as indicated. If an item does not apply, denote N/A (not applicable). If you cannot include required information in the space provided, attach additional sheets as necessary. The form must be signed, dated, and notarized prior to submission. ENTITY COMPLETING FORM ADDRESS CITY, STATE, ZIP TELEPHONE NUMBER ( ) STATE AGENCY/DEPARTMENT THAT WILL RECEIVE GOODS, SERVICES, OR IS RESPONSIBLE FOR GRANT AWARD ADDRESS CITY, STATE, ZIP TELEPHONE NUMBER ( ) This form is provided with: � Contract � Proposal � Request for Proposal � Invitation to Bid � Grant Proposal Have you or any of your partners, divisions, or any related business units previously performed work or provided goods to any State Agency/Department in the current or last fiscal year? � Yes � No If yes, identify below the State Agency/Department that received the goods or services, the type(s) of goods or services previously pro- vided, and the amount received for the provision of such goods or services. STATE AGENCY/DEPARTMENT TYPE OF GOODS/SERVICES AMOUNT RECEIVED Have you or any of your partners, divisions, or any related business units previously applied and received any grants from any State Agency/Department in the current or last fiscal year? � Yes � No If yes, identify the State Agency/Department that awarded the grant, the date such grant was awarded, and the amount of the grant. STATE AGENCY/DEPARTMENT DATE GRANT AWARDED AMOUNT OF GRANT 1. List below the name(s) and address(es) of all public officials/public employees with whom you, members of your immediate family, or any of your employees have a family relationship and who may directly personally benefit financially from the proposed transaction. Identify the State Department/Agency for which the public officials/public employees work. (Attach additional sheets if necessary.) NAME OF PUBLIC OFFICIAL/EMPLOYEE ADDRESS STATE DEPARTMENT/AGENCY State of Alabama Disclosure Statement (Required by Act 2001-955) OVER 2. List below the name(s) and address(es) of all family members of public officials/public employees with whom you, members of your immediate family, or any of your employees have a family relationship and who may directly personally benefit financially from the proposed transaction. Identify the public officials/public employees and State Department/Agency for which the public officials/public employees work. (Attach additional sheets if necessary.) NAME OF NAME OF PUBLIC OFFICIAL/ STATE DEPARTMENT/ FAMILY MEMBER ADDRESS PUBLIC EMPLOYEE AGENCY WHERE EMPLOYED If you identified individuals in items one and/or two above, describe in detail below the direct financial benefit to be gained by the public officials, public employees, and/or their family members as the result of the contract, proposal, request for proposal, invitation to bid, or grant proposal. (Attach additional sheets if necessary.) Describe in detail below any indirect financial benefits to be gained by any public official, public employee, and/or family members of the public official or public employee as the result of the contract, proposal, request for proposal, invitation to bid, or grant proposal. (Attach additional sheets if necessary.) List below the name(s) and address(es) of all paid consultants and/or lobbyists utilized to obtain the contract, proposal, request for pro- posal, invitation to bid, or grant proposal: NAME OF PAID CONSULTANT/LOBBYIST ADDRESS By signing below, I certify under oath and penalty of perjury that all statements on or attached to this form are true and correct to the best of my knowledge. I further understand that a civil penalty of ten percent (10%) of the amount of the transaction, not to exceed $10,000.00, is applied for knowingly providing incorrect or misleading information. Signature Date Notary’s Signature Date Date Notary Expires Act 2001-955 requires the disclosure statement to be completed and filed with all proposals, bids, contracts, or grant proposals to the State of Alabama in excess of $5,000. REQUIRED FEDERAL PROVISIONS FOR PROCUREMENT IN CNP PROGRAMS Updated 3/13/2017 Title 2: Grants and Agreements PART 200—UNIFORM ADMINISTRATIVE REQUIREMENTS, COST PRINCIPLES, AND AUDIT REQUIREMENTS FOR FEDERAL AWARDS Subpart F—Audit Requirements Appendix II to Part 200—Contract Provisions for Non-Federal Entity Contracts Under Federal Awards In addition to other provisions required by the Federal agency or non-Federal entity, all contracts made by the non-Federal entity under the Federal award must contain provisi...

Mobile, Alabama 36618Location

Address: Mobile, Alabama 36618

Country : United StatesState : Alabama

You may also like

Cafeteria And Kitchen Equipment, Commercial - TCI

Due: 10 Apr, 2041 (in about 17 years)Agency: State Of Texas

Cafeteria And Kitchen Equipment, Commercial - TCI

Due: 16 Mar, 2044 (in about 20 years)Agency: State Of Texas

DFAC Commercial Equipment Maintenance/Repair

Due: 10 May, 2024 (in 6 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.