Cafeteria Equipment - Installed

expired opportunity(Expired)
From: Mobile County Public School(School)
24-11

Basic Details

started - 26 Feb, 2024 (2 months ago)

Start Date

26 Feb, 2024 (2 months ago)
due - 12 Mar, 2024 (1 month ago)

Due Date

12 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
24-11

Identifier

24-11
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 mcpss.com Bid No. 24-11 February 22, 2024 BUYER: JULIE MORGAN INVITATION TO BID CAFETERIA EQUIPMENT - INSTALLED AS NEEDED UNTIL OCTOBER 31, 2024 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 Tuesday, March 12, 2024 @ 10:00 AM 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 la toe I Soe a ata 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 ALABAMA PECAN DEVELOPMENT CO. INC SY x & RS VI A Xe & WASTEWATER GAS, WATER XY y cOUNTY Ag %, et Cerner 5 eeante wens ry, ey We. So 9 F9 Popeg so MLL 5 LY Le ese ea ~S an Mi ise] SE I y ki 4 SLISHEY rs I pu rm pe iE ur Mobile County PUBLIC SCHOOLS 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 $1 million to fund all facets of Phase 1, which we hope to complete in the fall of 2022. Mobile County Public Schools is overseeing the financing of the project. We are applying for various grants and accepting donations at: mcpss.com/miracleleague. We appreciate your support as we make a miracle happen in west Mobile! MCPSS .COM/MIRACLELEAGUE ye pak am ve ao ie oS } Efe igs we S & ae i i x wa TaN! Va Ps es Vi jae a S$ ao i o a mes a s a x ~ sf eZ en e- a y Ay mal [= = rs e cently Ca ae A Mg ny ei Sy 7 = = a . ye BS le a a a SS Soy J el io SS a a Sa | Bs, S La il 2 = ~~, Soe ie ed ge | Ly, a, v oy yak i e wd age a | ote he y ba er t Va ee re dl u a Mobile Miracle League landscape structures 7. 21 iy Cees ue ig a ba a sss Poe a ett 3 a Pa faces eS ES! be ne rt | Ho aN cf Ciel s ia J = ae Mobile Miracle League landscape structures: 7. 21 WAS L pies et} Hs Ai re bh pages ty eI A ys IG. a LZ 3 5 Ga) (MOA 1. a liar . rs ses I: a =. Nand ww _ ey ad iy et ce ote uy 4 Rs e?. te SS yg ze ( y = a Ls a ee oe = , Ke Fa oy ane > aie Birt Se = Sa = oar 3.200 & Se i th Z Ta ara a OF oy Mobile County Public School System $[20,000.] a Twenty thousand & Se DoL.ars cS MEMO Muscle 1940 of West Mobile Barny Dean je e Geert Miracle Lea BS Ue oe of West Mobile Pi ed Miracle Schmidt Family Park ALABAMA PECAN Sj 2 a i gS as DEVELOPMENT co. INC TES. Mobile County rs rl PUBLIC SCHOOLS ey a a es ae Nae see ed . SP Se nor ye GG = eS co 0 ee fe ee Bre 2 Vhs me >, a Pca Pye ier eS GENERAL TERMS AND CONDITIONS MOBILE COUNTY PUBLIC SCHOOLS PURCHASING DEPT. REVISED 11/08/23 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 schools 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 cashiers 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 Boards 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 Commissions 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 SCHOOLS PURCHASING DEPT. REVISED 11/08/23 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 bidders 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 contractors 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 vendors files associated with a subsequent contract where payments are based on contractors record of time, salaries, materials, or actual GENERAL TERMS AND CONDITIONS MOBILE COUNTY PUBLIC SCHOOLS PURCHASING DEPT. REVISED 11/08/23 expenses. This same clause will apply to any subcontractors assigned to the contract. 16. INSURANCE: The School Board of Mobile County, AL shall be added as an additional insured on all Contractors liability policies. Copy of policy to be given to the Purchasing Dept where it will remain on file. COMPREHENSIVE PUBLIC GENERAL LIABILITY INSURANCE Contractor shall purchase and maintain during the life of this contract, public liability insurance against bodily injury, personal injury, property damage which shall include comprehensive general liability, contractual liability, products and completed operations liability in limits of not less than $2,000,000 per occurrence and $3,000,000 Aggregate. The contract shall protect him and any subcontractor performing the work covered by this contract, from claims for damages which may arise from operations under this contract, whether such operations are by himself or by any subcontractor, or by anyone directly or indirectly employed by either of them. The Contractor shall indemnify and hold harmless the Owner against any and all claims for personal injuries and/or property damage as a result of Contractors and its Subcontractor acts, operations, or omissions and shall carry contractual liability and property damage insurance to cover such indemnification. The limits of contractual coverage shall agree with the limits stated above for Contractors regular public comprehensive general liability coverage and property damage. 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. IMMIGRATION: By signing this contract, the contracting parties affirm, for the duration of the agreement, that they will not violate federal immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the State of Alabama. Furthermore, a contracting party found to be in violation of this provision shall be deemed in breach of the agreement and shall be responsible for all damages resulting therefrom. If Contractor employs one or more employees within the State of Alabama, Contractor shall provide documentation establishing that Contractor is enrolled in the E-Verify program. 19. 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. 20. OPEN TRADE PROVISION: In compliance with Alabama Act 2016-312, the contractor hereby certifies that it is not currently engaged in, and will not engage in, the boycott of a person or an entity based in or doing business with a jurisdiction with which this state can enjoy open trade. 21. 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. 22. 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. 23. PROTESTS: Any protest to the Boards 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 Boards 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. 24. 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 GENERAL TERMS AND CONDITIONS MOBILE COUNTY PUBLIC SCHOOLS PURCHASING DEPT. REVISED 11/08/23 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. 25. 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. 26. 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. 27. 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. 28. 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. 29. SAMPLES: Bidders will not be required to furnish samples at the time of bid opening, unless specifically called for. The Board reserves the right to request samples after bid opening to assist in the evaluation of proposals submitted. 30. TABULATION: Bid results are posted on Purchasings web site, and will remain for sixty (60) days after the posting date. The awarding bidders will be sent a written notification via mail. 31. 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. 32. 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. 33. 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 partys reasonable control 34.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 bidders sole expense. GENERAL TERMS AND CONDITIONS MOBILE COUNTY PUBLIC SCHOOLS PURCHASING DEPT. REVISED 11/08/23 35. VENDOR LIST: A bidder may be removed from the Qualified Vendor List if a vendor fails to respond to three (3) consecutive ITBs. 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 SPECIFICATIONS CAFETERIA EQUIPMENT - INSTALLED AS NEEDED UNTIL OCTOBER 31, 2024 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 manufacturers 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. Vendors 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), Vendors 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, 2024 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. rear gas connection. f. Natural gas (35,000 BTU/Hr.) per burner. g. NSF certified. h. Gas Hose: Dormont 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 standard depth convection oven, with all standard features and the following: a. Solid state controls b. Electronic spark igniters c. 60-minute timer d. (5) nickel plated racks per oven e. Stainless steel front, top, sides f. 8"H legs g. Simultaneous stainless-steel doors with windows h. Natural Gas (2) 50,000 BTU, NSF, CSA Star, CSA Flame, ENERGY STAR i. K12 School Nutrition extended warranty extends the warranty for 12 months beyond the 12-month Original Equipment Warranty, not to exceed 24 months from date of installation j. (2) 120v/60/1ph, 15.4 amps total, (2) cords with plugs, standard k. Gas manifold piping included with stacking kit to provide single point gas connection Acceptable Unit: Vulcan Model No. VC44GD; 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. Product Specifications Page 6 Item #11 Description: Tilting Braising Pan (40 gallon), with all standard features and the following: a.46" wide open base b. Manual tilt c. 9" deep stainless-steel pan with gallon markings, pouring lip & removable strainer d. Spring assist cover with drip edge, pan holder e. Solid state control f. L faucet bracket g. Electric ignition h. 12" stainless steel legs with adjustable flanged feet i. Natural Gas 120,000 BTU, CSA Flame, CSA Star, UL EPH Classified j. K12 School Nutrition extended warranty extends the warranty for 12 months beyond the 12-month Original Equipment Warranty, not to exceed 24 months from date of installation k. 120v/60/1ph, 9.0 amps, cord & plug, standard l. DOUBLE Pantry Deck Mount Faucet, with backflow preventer, 16" addon faucet, washdown hose, wall hook, NSF & Lead Reduction Compliant (Note: water connection required) m. 2" drawoff valve, left front straight with strainer n. Motor driven pan lift Acceptable unit: Vulcan Model No. VG40; or approved equal. 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: cold water 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. Product Specifications Page 7 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: 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 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. 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. 208/60/3. k. NAFEM data protocol compliant. l. Service diagnostics. m. NSF certified, UL listed. n. Top mounted micro-processer control module. o. Gas Hose: Dormont 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 #15 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 #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. 208/60/3. 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 #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. 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 #18 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 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 #19 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. ITEM #20 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. Product Specifications Page 11 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. 480/60/3. n. NSF certified, UL listed. o. Top mounted micro-processer control module. Acceptable unit: Hobart CL44EN-BAS+BUILDUP; or approved equal. ITEM #22 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. Product Specifications Page 12 ITEM #23 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. ITEM #24 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. Product Specifications Page 13 ITEM #25 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. ITEM #26 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 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. Product Specifications Page 14 ITEM #27 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 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. ITEM #28 Description: Double (2) deck standard depth electric convection oven, with all standard features and the following: a. Solid state controls b. Temperature range 150 to 500F c. 60-minute timer with audible alarm per oven d. Oven cool switch for rapid cool down e. Simultaneous stainless-steel doors with double pane windows f. Porcelain enamel on steel oven interiors g. (5) nickel plated racks per oven h. Stainless steel front, top, sides & 8"H legs, (2) 1/2 HP two speed oven blowermotors, 12 kW each section, NSF, CUL, UL, ENERGY STAR i. K12 School Nutrition extended warranty extends the warranty for 12 months beyond the 12-month Original Equipment Warranty, not to exceed 24 months from date of installation j. (2) 208v/60/3ph, 70 amps total, standard Acceptable Unit: Vulcan Model No. VC44ED; or approved equal. Product Specifications Page 15 ITEM #29 Description: Double (2) deck standard depth electric convection oven, with all standard features and the following: a. Solid state controls b. Temperature range 150 to 500F c. 60-minute timer with audible alarm per oven d. Oven cool switch for rapid cool down e. Simultaneous stainless-steel doors with double pane windows f. Porcelain enamel on steel oven interiors g. (5) nickel plated racks per oven h. Stainless steel front, top, sides & 8"H legs, (2) 1/2 HP two speed oven blowermotors, 12 kW each section, NSF, CUL, UL, ENERGY STAR i. K12 School Nutrition extended warranty extends the warranty for 12 months beyond the 12-month Original Equipment Warranty, not to exceed 24 months from date of installation j. (2) 480v/60/3ph, 30 amps total Acceptable Unit: Vulcan Model No. VC44ED; or approved equal. ITEM #30 Description: Convection Steamer (2 compartment) Natural Gas, with all standard features and the following: a. PowerStream Series with Superheated Steam, 2 compartments on 24" cabinet base b. (6) 12" x 20" x 21/2" deep total pan capacity c. Staged water fill high output stainless steel steam generator with Timed Smart Drain & Power Flush, auto blowdown d. Professional controls with 60-minute timer, buzzer for each compartment, & constant steam featured, split water line e. Stainless steel interior, exterior, frame & flanged feet, 125,000 BTU, CSA Flame, CSA Star, UL EPH Classified f. K12 School Nutrition extended warranty extends the warranty for 12 months beyond the 12-month Original Equipment Warranty, not to exceed 24 months from date of installation g. 120v/60/1ph with ground, 300w, 2.0 amps, cord & plug, standard h. SYSTEM SCALEBLOCKER Water Treatment, field installed by others at job site 2nd year limited water related parts only & labor warranty Acceptable Unit: Vulcan Model No. C24GA6PS; or approved equal. Product Specifications Page 16 ITEM #31 Description: Convection Steamer (2 compartment) Electric, with all standard features and the following: a.ET Series Convection Steamer, PowerStream b. 24" cabinet base, (10) 12" x 20" x 21/2" deep total pan capacity c. Dual high output stainless steel steam generators, 235F superheated steam, Smart Drain system & Power flush d. Individual professional controls with 60-minute timer, buzzer for each compartment, & constant steam feature, staged water fill, split water line, single drain connection e. Automatic drain at power down f. Stainless steel interior & exterior, dual delime ports, leveling feet, 31.1kW, UL EPH, CUL us Listed g. K12 School Nutrition extended warranty extends the warranty for 12 months beyond the 12-month Original Equipment Warranty, not to exceed 24 months from date of installation h. 208v/50/60/3ph, 94.0 amps, 31.1 kW, direct wire, standard i. SYSTEM SCALEBLOCKER Water Treatment, field installed by others at job site, 2nd year limited water related parts only & labor warranty, Acceptable Unit: Vulcan Model No. C24ET10PS; or approved equal. ITEM #32 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 17 ITEM #33 Description: Tilting Braising Pan (30 gallon), with all standard features and the following: a.36" wide open base, manual tilt b. 9" deep stainless-steel pan with gallon markings, pouring lip & removable strainer, spring assist cover with drip edge, pan holder, c. solid state control d. L faucet bracket e. electric ignition f. 12" stainless steel legs with adjustable flanged feet g. Natural Gas 90,000 BTU, CSA Flame, CSA Star, UL EPH Classified h. K12 School Nutrition extended warranty extends the warranty for 12 months beyond the 12-month Original Equipment Warranty, not to exceed 24 months from date of installation i. 120v/60/1ph, 9.0 amps, cord & plug, standard j. POTFIL DOUBLE Pantry Deck Mount Faucet, with backflow preventer, with pot filler & wall hook, NSF & Lead Reduction Compliant k. Motor driven pan lift Acceptable Unit: Vulcan Model No. VG30; or approved equal. ITEM #34 Description: Full size combi oven, with all standard features and the following: a. Capacity: (20) full size sheet pans, or (40) steam table pans, or (20) 2/1 GN accessories b. Mobile oven rack with 2 rack spacing and tandem casters c. Handle holder for mobile rack d. Combi-Steamer mode: Steaming 86 degrees F 266 degrees F Convection 86 degrees F 572 degrees F Combination of steam and convection 86 degrees F 572 degrees F e. Cooking system with operating modes for poultry, meat, fish, egg dishes/desserts, side dishes/vegetables, baked goods and finishing as well as roasting, cooking, baking and grilling methods. f. 6 Operating modes and /or 5 cooking methods g. Cleaning and descaling system h. Digital temperature display i. Cooking cabinet humidity and time displayed digitally j. Bullet feet k. Electric, 480v, 3ph (LM100GE) l. NSF certified m. Warranty: 2 Year including parts, labor and travel and 5 year steam generator warranty. Acceptable unit: Rational iCombi Pro 20 ICP20-Full E; or approved equal. Product Specifications Page 18 ITEM #35 Description: Half size combi oven, with all standard features and the following: a. Capacity: (6) half size sheet pans, or (6) steam table pans, or (6) 2/1 GN accessories b. Removable standard hinging rack with 2 5/8 rack spacing c. Combi-Steamer mode: Steaming 86 degrees F 266 degrees F Convection 86 degrees F 572 degrees F Combination of steam and convection 86 degrees F 572 degrees F d. Automatic cleaning and descaling of the steam generator e. Digital temperature display f. Cooking cabinet humidity and time displayed digitally g. Bullet feet h. Electric, 208/240v, 3ph (LM200BE) i. NSF certified j. Warranty: 2 Year including parts, labor and travel and 5 year steam generator warranty. Acceptable Unit: Rational iCombi Classic ICC 6 Half E; or approved equal. ITEM #36 Description: Reach-in refrigerator, with all standard features and the following: a. One section b. 18.7 cu. ft. 25 W x 33 D x 77 1/8 H, top mounted self-contained refrigeration with self-cleaning condenser c. (1) Field reversible hinged solid door with lock & door alarm d. Exterior LED digital thermometer, LED interior lighting, self-diagnostic monitoring system, automatic fan motor delays e. (3) PE coated wire shelves, aluminum interior with stainless steel floor, stainless steel front & sides (galvanized steel top, bottom & back) f. R290 Hydrocarbon refrigerant g. HP, 115v/60/1ph, 2.5 amps, cord with NEMA 5-15P h. Warranty: 3 Year parts & labor, Additional 2 Year compressor warranty (5-year total on compressor) i. Caster set, swivel, locking front wheels Acceptable unit: Turbo Air M3R19-1-N; or approved equal. Product Specifications Page 19 ITEM #37 Description: Single boiler-less combination-oven/steamer, electric, with all standard features and the following: a. 208v/60/3ph, 50 amps, 18kW (field convertible to 1ph), b. (3) knobs with LED displays for temperature, timer & humidity, autoadjustment of humidity with temperature selection c. Autoreversing fan with electronic braking system d. (7) 18" x 26" full size sheet or (14) 12" x 20" full size hotel pan capacity e. stainless steel interior & exterior, engineered & assembled in USA, UL EPH Classified, cULus f. (4) Grab n Go wire racks g. K12 School Nutrition extended warranty extends the warranty for 12 months beyond the 12-month Original Equipment Warranty, not to exceed 24 months from date of installation h. CB30KSYSTEM Single Hollow Carbon Filter System, with 30,000-gallon capacity, for chlorine & chloramine reduction, sediment, bad tastes & odors, total organic compounds, tannins & trihalomethanes, ANSI/NSF 42 & 53 i. ADDRACKABC3 Additional Grab n Go Rack wire rack shelf, (3) with cutout design, stainless steel j. ABCSTAND Stand, open leg frame with base with drip tray, adjustable feet, stainless steel, includes: SPRAYABC Kit k. ABCFEET Security/Seismic Legs with Mounting Plate, 6", set of (4), in lieu of stacking kit casters l. VSPRAY VSPRAY Standard Spray Hose Kit, provided with ABC Stand or Stacking Kits, includes: sprayer, hose, fittings, and mounting bracket Acceptable Unit: Vulcan Model No. ABC7E208; or approved equal. ITEM #38 Description: Double stack boiler-less combination-oven/steamer, electric, with all standard features and the following: a. (3) knobs with LED displays for temperature, timer & humidity, autoadjustment of humidity with temperature selection b. Autoreversing fan with electronic braking system c. (7) 18" x 26" full size sheet or (14) 12" x 20" full size hotel pan capacity d. stainless steel interior & exterior, engineered & assembled in USA, UL EPH Classified, cULus e. (4) Grab n Go wire racks f. K12 School Nutrition extended warranty extends the warranty for 12 months beyond the 12 month Original Equipment Warranty, not to exceed 24 months from date of installation g. CB30KSYSTEM Single Hollow Carbon Filter System, with 30,000-gallon capacity, for chlorine & chloramine reduction, sediment, bad tastes & odors, total organic compounds, tannins & trihalomethanes, ANSI/NSF 42 & 53 h. ADDRACKABC3 Additional Grab n Go Rack wire rack shelf, (3) with cutout design, stainless steel i. ABCSTAND Stand, open leg frame with base with drip tray, adjustable feet, stainless steel, includes: SPRAYABC Kit j. ABCFEET Security/Seismic Legs with Mounting Plate, 6", set of (4), in lieu of stacking kit casters k. VSPRAY VSPRAY Standard Spray Hose Kit, provided with ABC Stand or Stacking Kits, includes: sprayer, hose, fittings, and mounting bracket Acceptable Unit: Vulcan Model No. ABC7E (2); or approved equal. Product Specifications Page 20 ITEM #39 Description: Single boiler-less combination-oven/steamer, gas, with all standard features and the following: a. Natural Gas ,80,000 BTU, 120v/60/1ph, engineered & assembled in USA, UL EPH Classified, cULus b. (3) knobs with LED displays for temperature, timer & humidity, autoadjustment of humidity with temperature selection c. Autoreversing fan with electronic braking system d. (7) 18" x 26" full size sheet or (14) 12" x 20" full size hotel pan capacity e. stainless steel interior & exterior, engineered & assembled in USA, UL EPH Classified, cULus f. (4) Grab n Go wire racks g. K12 School Nutrition extended warranty extends the warranty for 12 months beyond the 12-month Original Equipment Warranty, not to exceed 24 months from date of installation h. CB30KSYSTEM Single Hollow Carbon Filter System, with 30,000-gallon capacity, for chlorine & chloramine reduction, sediment, bad tastes & odors, total organic compounds, tannins & trihalomethanes, ANSI/NSF 42 & 53 i. ADDRACKABC3 Additional Grab n Go Rack wire rack shelf, (3) with cutout design, stainless steel j. ABCSTAND Stand, open leg frame with base with drip tray, adjustable feet, stainless steel, includes: SPRAYABC Kit k. ABCFEET Security/Seismic Legs with Mounting Plate, 6", set of (4), in lieu of stacking kit casters l. VSPRAY VSPRAY Standard Spray Hose Kit, provided with ABC Stand or Stacking Kits, includes: sprayer, hose, fittings, and mounting bracket Acceptable Unit: Vulcan Model No. ABC7GNAT; or approved equal. Product Specifications Page 21 ITEM #40 Description: Double boiler-less combination-oven/steamer, gas, with all standard features and the following: a. Natural Gas ,80,000 BTU, 120v/60/1ph, engineered & assembled in USA, UL EPH Classified, cULus b. (3) knobs with LED displays for temperature, timer & humidity, autoadjustment of humidity with temperature selection c. Autoreversing fan with electronic braking system d. (7) 18" x 26" full size sheet or (14) 12" x 20" full size hotel pan capacity e. stainless steel interior & exterior, engineered & assembled in USA, UL EPH Classified, cULus f. (4) Grab n Go wire racks g. K12 School Nutrition extended warranty extends the warranty for 12 months beyond the 12-month Original Equipment Warranty, not to exceed 24 months from date of installation h. CB30KSYSTEM Single Hollow Carbon Filter System, with 30,000-gallon capacity, for chlorine & chloramine reduction, sediment, bad tastes & odors, total organic compounds, tannins & trihalomethanes, ANSI/NSF 42 & 53 i. ADDRACKABC3 Additional Grab n Go Rack wire rack shelf, (3) with cutout design, stainless steel j. ABCSTAND Stand, open leg frame with base with drip tray, adjustable feet, stainless steel, includes: SPRAYABC Kit k. ABCFEET Security/Seismic Legs with Mounting Plate, 6", set of (4), in lieu of stacking kit casters l. VSPRAY Standard Spray Hose Kit, provided with ABC Stand or Stacking Kits, includes: sprayer, hose, fittings, and mounting bracket m. STACKABC/G Stacking Kit, gas, for (2) ABC7G Combi, includes: vent kit, spray hose, drip tray & casters Acceptable Unit: Vulcan Model No. ABC7GNAT (2); or approved equal. Successful bidder(s) shall provide a copy of a Certificate of Insurance naming the School board as an additional insured and must be sent to the Purchasing Department, Attention: Julie Morgan, within seven work days after notification of award. The policies of insurance shall be delivered upon request within seven work days of such request. Minimums included shall be: A. Workers Compensation per Alabama Statutes B. Comprehensive General Liability Bodily Injury (including death) Property Damage and Personal Injury $1,000,000 per person, $3,000,000 per occurrence. Commercial Automobile liability insurance of $1 million per person, $3 million per occurrence. 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 combin...

1 Magnum Pass, Mobile, AL 36618Location

Address: 1 Magnum Pass, Mobile, AL 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.