Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
1
RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081
REQUEST FOR BID
FOR DAIRY DELIVERY
RFB #1261
The Richardson Independent School District (RISD) is soliciting bids for dairy delivery as per specifications stated in this solicitation document. Sealed bids shall be submitted in an envelope marked on the outside with the bidder’s name, address and bid number RFB # 1261 – DAIRY DELIVERY to: Richardson Independent School District
Purchasing Department 970 Security Row Richardson, Texas 75081
Bids will be received at the above address until 1:30 PM (CST) THURSDAY, February 28, 2013. Bids will be publicly opened at 2:30 PM (CST) the same day. Bids must be submitted in sufficient time to be received and time-stamped at the above location on or before the published bid date and time shown on the RFB. Richardson Independent School District will not be responsible for delivering mail from the post office. Bids received after the published time and date may not be considered. FAX bids will not be accepted. When downloading from the web page it is necessary to open and download the Price Sheet (required). The Price Sheet MUST be filled out, signed, and returned with bid. The bid name and number must be identified on the outside envelope being delivered (i.e. Federal Express, UPS, US Postal Service, and Hand Delivery.) The bidder shall quote prices F.O.B. Destination, freight prepaid and allowed, delivered to the Richardson I.S.D. location to be determined by project. Bidders must submit sealed bids and ( 1 ) copy on a flash or jump drive in the form of the executed Bid Form together with any material required by any addendum to this RFB by the time and date specified. This is a compliance bid to establish vendors and cost which will allow for the legal acquisition of Dairy Delivery. Bid prices must remain firm for one-year from date of award for bid to be considered. This proposal is also renewable for a second and third year in one-year increments provided all prices remain firm and both parties agree. RISD’s contact for this bid/proposal is Barbara Hoffman via e-mail [email protected] Contact between solicited vendors and user departments during the request for sealed bid process or evaluation process is prohibited. Any attempt by a solicited vendor to contact the departments will result in disqualification. All questions regarding bids must be submitted in writing no later than close of business day Monday, February 25, 2013.
2
Richardson Independent School District Purchasing Department
970 Security Row Richardson, TX. 75081
Dairy Delivery
Bid # 1261 SCOPE The purpose of this bid is to establish a competitive bid for the purchase of Dairy Products delivered to the Child Nutrition Department and other departments of the Richardson Independent School District (Richardson ISD). The bid covers the period from May 6, 2013 thru May 6, 2014, with a possible two (2) renewals in one (1) year increments if both parties agree. GENERAL REQUIREMENTS: Delivery of; ½ pt. skim chocolate and unflavored milk; ½ pt. 1%, unflavored milk; 1 qt or 1/2 gal, Buttermilk; Gallon 2% milk; 16 oz. Sour Cream and 5 lb. Cottage Cheese; 4oz and 6 oz 100% Fruit Juice to each of fifty-five (55) schools for the 2013-2014 school year. SPECIAL INSTRUCTIONS DELIVERIES: Deliveries will be accepted between the hours of 6:30 A.M. and 2:30 P.M., except on school holidays. Schools will require delivery of milk daily. Managers may request delivery less often. Richardson ISD reserves the right to reject the use of any equipment by a carrier if it is not clean, in sanitary condition and not suitable for hauling of goods. A letter from each company stating only such equipment will be used is required when awards are made. Richardson ISD reserves the right to inspect all delivery trucks and delivered goods. Milk crates, for example, must be clean and in sanitary condition for each delivery. Milk and dairy products must be delivered in refrigerated vehicles. Delivered temperature of products must be at 41 degrees F. or lower. Expiration date must be a minimum of five (5) days from day of delivery. Richardson ISD may require information on how to read codes of the successful bidder’s dated products. The cafeteria manager or a designated employee will be responsible for checking the quantity of merchandise delivered to each campus. All shortages, damaged or substandard merchandise must be replaced before serving time of the following day. The cafeteria manager or designated employee shall have the authority to refuse any merchandise that does not meet specifications. Merchandise returned at time of delivery will have credit issued by immediate correction of invoice. Items not delivered nor credited on invoice of day of delivery shall be noted to the successful bidder for credit. Damaged or defective merchandise must be picked up at the time it is replaced or it may be disposed with the approval of the Child Nutrition Department with credit taken. All containers in which products are packaged must be sturdy enough to contain the product. The successful bidder will be required to replace at no charge to Richardson ISD all products lost due to spillage or leakage from faulty containers.
3
Empty milk crates are to be picked up at the time of the next delivery. All out-of-date products are to be picked up and credit issued as needed. In the event of school closing, (due to bad weather, etc.), Richardson ISD will not accept deliveries for the dates closed unless prior approval is given by the Child Nutrition Department. On the last day before Thanksgiving, Winter, Spring and Summer Break excess milk must be picked up by 3:00 pm and credit issued. ORDERS: The cafeteria managers will give milk orders to the delivery person when he/she delivers milk to the school. Only items listed on this bid or approved in writing by the Child Nutrition Director will be subject for payment. In the event deliveries are not made which results in loss of reimbursement funds for the school lunch program, Richardson ISD will deduct the total amount from current invoices. Failure to deliver is grounds for termination of this contract. An invoice consisting of three (3) copies an original and one (1) copy must be left with qualified personnel at time of delivery. These will be matched to MONTHLY statements provided by vendor. Delivery invoices that are unsigned, forged, or signed by a non-authorized recipient will not be considered valid and will not be honored. Please submit the name and contact number of the Accounts Receivable person who will be handling the Richardson ISD account, to better communicate discrepancies in pricing or any other problems that might occur. This contact person must respond in a timely manner to any questions concerning invoices, or delay of payment will occur at no fault of Richardson ISD Accounts Payable Department. Richardson ISD will make payment after services have been received, accepted, and properly invoiced. NUTRITIONAL INFORMATION AND CN LABELS: As of August 1, 2007 the Texas Public School Nutrition Policy states: “Reduced fat milk (2 percent or less) flavored or unflavored. Flavored milks may contain no more than 30 grams total sugar per 8 fluid ounce serving.” Nutritional analysis or CN labels must be provided immediately upon award of bid or upon request. SERVICE REQUIREMENTS: The successful bidder shall provide a designated Richardson ISD customer service representative to handle inquiries, delivery information, quantity and/or quality problems and overall customer service. The successful bidder shall provide a two (2) hour maximum response time for customer inquiries. SUBSTITUTIONS: Substitutions must be of the same quality; at bid price or less, unless prior arrangement has been made and with the approval of the Child Nutrition Department. SAMPLES: Richardson ISD may request samples of any product bid. Companies bidding should be prepared to supply samples of any product bid only upon request of the Richardson ISD Child Nutrition Department. In order to be considered, samples must be received within five (5) working days of request. If a
4
requested sample is not received, Richardson ISD will not be able to consider the product. Sample need not be an entire case but each item must be clearly marked and accompanied by a case label. Samples will be delivered to the Richardson ISD Child Nutrition Dept., 400 S. Greenville Ave., Annex Bldg., Richardson, TX 75081. On the “General Stipulations and Conditions” section vendors must sign the following attachments: Signature Sheet Felony Conviction Notification Conflict of Interest Certification Regarding Lobbing Certificate of Debarment Clean Air/ Clean Water Act Company Profile Deviation/Compliance Signature Form Response to Technology Questions BID EVALUATION: As provided in the new Texas Education Code 44.031 (b), bids will be evaluated on the basis of the following criteria. The district shall consider:
The purchase price The reputation of the vendor and of the vendor’s goods or services The quality of the vendor’s goods or services The extent to which the goods or services meet the district’s needs The vendor’s past relationship with the district The total long-term cost to the district to acquire the vendor’s goods or services The impact on the ability of the district to comply with laws and rules relating to historically
underutilized business The vendor or the vendor’s ultimate parent company of majority owner has its principal place of
business in this state The vendor or the vendor’s ultimate parent company or majority owner employs at least 500
persons in this state; The total long-term cost to the district to acquire the vendor’s goods or services Any other relevant factor specifically listed in the request for bids or proposals; (i.e. ordering or
processing procedures, extended shelf life of product.) BID AWARD: The district reserves the right to accept or reject any and all bids, to waive technicalities and informalities, and to be the sole judge of quality and equality. Awards will be based on what in RISD’S opinion is most advantageous to Richardson ISD Child Nutrition Program.
5
TECHNOLOGY QUESTIONAIRE RFB #1261 – DAIRY DELIVERY
Richardson ISD is moving forward with our accounts payable and would like information from our vendors.
1. Do you currently use EDI to do business transactions? _________________________________
2. If so, are you able to send 810 invoices and receive 820 payments? _______________________
3. If so, do you use a VAN or can you set up an ftp site against which RISD can receive the 810 transactions? _________________________________________________________________
4. If you intend to use a VAN will RISD be required to pay for any of the transaction costs? _______
5. If you do not currently use EDI please indicate if you intend to implement in the near future. ______________________________________________________________________
CONTACT PERSON FOR THIS BID: Barbara Hoffman (469)-593-0565 [email protected]
6
RICHARDSON INDEPENDENT SCHOOL DISTRICT
Richardson, Texas 75081
GENERAL STIPULATIONS AND CONDITIONS OF BID #1261
DAIRY DELIVERY THESE GENERAL STIPULATIONS AND CONDITIONS SHALL REFER TO EDUCATION CODE
SUBCHAPTER B. – PURCHASES; CONTRACTS
IF THERE ARE CONTRADICTIONS BETWEEN THE GENERAL STIPULATIONS AND
CONDITIONS OF BID/ PROPOSAL AND THE SPECIFICATIONS, WRITTEN OR VERBAL,
THE GENERAL STIPULATIONS AND CONDITIONS OF BID/ PROPOSAL SHALL
CONTROL.
I. INVITATION TO BID:
Richardson Independent School District invites all interested and qualified Bidders to
bid on all proposals in accordance with directions available in the Purchasing
Department, 970 Security Row, Richardson, Texas. 75081.
A. For the purpose and clarity of this document only, the word “District” will herein mean the
Richardson Independent School District and/or the Board of Trustees of Richardson, Dallas
County, Texas. As used herein, the word “Bidder” means any reliable person, entity, broker,
vendor, contractor, and/or manufacturer who wants to bid this contract or submit a proposal
in response to a request for catalog offer or request for proposal. The term “Bid” refers to all
bids, responses, proposals submitted hereunder.
B. Cash discount will be taken into consideration in determining a contract award. All Bid
responses must be quoted with net pricing.
C. The District will receive sealed proposals and or sealed bids until date and time indicated on
the Bid cover. Bids must be delivered to the RISD Purchasing office. Whenever the
specifications indicate a product of a particular manufacturer, model or brand in the absence
of any statement to the contrary by the Bidder, the Bid will be interpreted as being for the
exact brand, model, or manufacturer specified, together with all accessories, qualities, etc.,
enumerated in the detailed specifications.
D. Where a lump sum Bid is provided for, unit prices for each item shall be included for
accounting purposes. If quantities are increased or decreased as provided for in the
“Annulments and Reservations” section, the unit prices inserted in a lump sum Bid should be
consistent with the total amount quoted for the lumps sum Bid, since the lump sum Bid total
will be increased or decreased by the product of the quantity of the increases or decreases
multiplied by the unit prices for the item affected.
E. All materials, supplies, copyrighted materials, furniture, and equipment for the District shall
be delivered F.O.B. Destination freight prepaid and allowed.
F. RISD will give preference to materials, supplies, and provisions produced, manufactured, or
grown locally, provided such items are equal to articles offered by competitors outside of the
local area.
7
II. ANNULMENTS AND RESERVATIONS:
A. The District reserves the right to reject Bids for any and all of the items, and/or to
waive technical defects, if in its judgment, the interest of the District shall so
require.
B. The Director of Purchasing reserves the right to increase or decrease the given
quantity plus or minus fifteen percent (15%). In the event quantities are increased
or decreased, the amount added or deducted shall be based upon unit prices
quoted.
C. The District also reserves the right to annul any contract, if it determines at its
sole discretion that the Bidder has failed at any time, to perform faithfully any
contract requirements or, in the case of any willful attempt to impose upon the
District, materials, products, and/or work inferior to that required by District, and
any action taken in pursuance of this latter stipulation shall not affect or impair
any rights or claims of the District to the damages for the breach of any covenant
of the contract by the Bidder.
III. BID PREPARATION, SPECIFICATIONS SHEET, AND BID OPENING:
A. An authorized representative of the Bidder must sign all Bids. It is the intent of
this bid offer that should a given bid/bids be accepted, it will automatically
become a part of a binding contract. Bidders shall list their bids on the
appropriate attached sheets, which show the schedule of items to be purchased.
Each Bidder may attach a letter of explanation to their bid to explain any
information pertaining to the Bid/Bids.
B. At the time of the Bid opening (as specified on the front cover, RISD Purchasing
Department webpage and or newspaper ad), the responsible Buyer, or his/her
delegated support staff member, shall open and record all Bids received per
requirements noted in Texas Education code 44.031. Sufficient time will be
allotted to analyze all Bids received and the final recommendations shall be
prepared for District review and approval. Upon District approval, the Bidders
shall be notified either by mail, telephone, or purchase order of any
award/awards.
C. Wherever the District indicates the unit of measure required for bidding
purposes, the District may not recalculate the vendor’s price if it is based on a
different unit of measure than that indicated in any contract.
IV. BILLING AND PAYMENT/DISCOUNTING:
A. All invoices are to be submitted in duplicate and mailed in accordance with
instructions as shown on purchase order (unless otherwise noted).
All invoices shall be forwarded to:
8
RICHARDSON INDEPENDENT SCHOOL DISTRICT
ATTENTION ACCOUNTS PAYABLE DEPARTMENT
970 SECURITY ROW
RICHARDSON, TEXAS 75081
B. Invoices will be returned for correction unless they contain the following
information: Item numbers; Description of Item; Quantity; Unit Price Extensions
and Total. Each invoice shall carry the Purchase Order Number of the District.
The original and one copy shall be forwarded to the office listed above.
C. Payment in full will only be made upon final acceptance of items as shown on
Purchase Order. The District does not pay partial payments. If we are invoiced
for items that are not physically received, we must receive either a corrected
invoice with the items removed or a credit memo to offset the charges for the
non-received goods.
D. The Bidders that request prompt payment of bills shall send signed delivery
tickets with the invoice to facilitate expedited payment.
E. Delivery shall be FOB Destination Freight Prepaid and allowed to each
individual location as noted on the Purchase Order. The District will not pay
freight bills sent collect.
F. The District’s standard terms for payment are Net 30 days. All discounts,
including prompt payment, shall be included in bid price.
V. BONDING:
Certain formal bids and or proposals will require bonding and shall be indicated in the
scope of work and or minimum specifications.
VI. COLLUSION:
All Bidders shall sign the appropriate certification as provided on the signature sheet. The
District may reject any Bid that does not include the required certification.
VII. COMPLIANCE WITH SPECIFICATIONS AND PURCHASER’S RIGHT
OF SELECTION:
A. The Bidder shall abide and comply with the true intent of the specifications and
not take advantage of any unintentional error or omission.
B. The District reserves the right to reject any or all Bids that comply with these
specifications, or to accept a higher bid that complies, when, in the judgment of
the District, such Bid offers additional value or function, which justifies the
difference in price.
VIII. DEVIATIONS FROM SPECIFICATIONS:
9
All deviations from the specifications must be specified in writing by the Bidder, at the
time the formal bid is submitted. The absence of a written list of requested deviations or
exceptions when the Bid is submitted will hold the Bidder strictly accountable to the
District to the specification or requirement as written. Any deviation from the
specifications as written not previously submitted, as required by the above, will be
grounds for rejection of the material and/or equipment when delivered. The District
reserves the right to reject or modify any requested exception or deviation. Excessive
exceptions may result in disqualification of a bid.
IX. ERRORS IN BIDS: RELIEF OF BIDS:
Bidders or their authorized representatives shall fully inform themselves as to the
conditions, requirements, and specifications before submitting Bids. Failure to do so will
be at the Bidder’s own risk. If a Bidder makes errors in extension of prices in a Bid, the
unit price shall govern at the discretion of the Director of Purchasing.
X. GUARANTEE:
The Bidder shall unconditionally guarantee the materials and workmanship of all
merchandise furnished under Bid for a period of one year or longer from date of
acceptance of the items delivered and installed unless a different time period is required
under the Bid specifications. If, within the guarantee period, any defects or signs of
deterioration are noted, which, in the opinion of the District is due to the faulty design
and installation, workmanship or materials, upon notification, the contractor, at its
expense, shall repair or adjust the equipment or parts to correct the condition, or replace
the part or entire unit to the complete satisfaction of the District. These repairs,
replacements or adjustments shall be made only at such times as will be designated by the
District to cause the least disruption.
XI. INTENT AND LIMIT OF CONTRACT
A. These specifications are intended to cover the various types of purchases of said
materials, supplies, or services as hereinafter shown to any or to each of the
various public schools, administrative facilities, or to any designated warehouse
or warehouses in Richardson Independent School District, whichever if specified,
in quantities to be determined subsequent to the bid opening. There are 55
campuses in the District, most in the city of Richardson with portions in the cities
of Dallas and Garland. Including administration and support, RISD maintains 70
facilities covering more than 6 million square feet with 35 million square feet of
grounds.
B. It is understood that under the terms and conditions of this bid offer, the District
reserves the right to purchase any of the listed materials, supplies or services at
bid prices submitted provided that it shall be optional on the part of either party
to terminate this contract at the expiration of twelve months from the beginning
date of any contract period upon notice in writing to the other party to any
contract no less than 30 days prior to the expiration of the twelve month period.
10
This will be the only opportunity for cancellation of this contract, except for
extenuating causes.
XII. “OR EQUAL” INTERPRETATION CLAUSE:
A. Any time a particular manufacturer’s name or brand may be specified, it shall
mean any product of equal quality. Bids shall be considered on all other brands
submitted and on the equal quality product of other manufacturers. On all such
Bids, the Bidder shall indicate clearly the product on which it is bidding, and
shall supply sufficient data, on its own letterhead, to enable an intelligent
comparison to be made with the particular brand or manufacturer specified.
B. Catalog cuts and descriptive data shall be attached to the original copy of the Bid,
where applicable. Whenever the specifications indicate a product of a particular
manufacturer, model, or brand, and in the absence of any written statement to the
contrary by the Bidder, the Bid shall be interpreted as being for the exact brand,
model or manufacturer specified, together with all the accessories, qualities, etc.,
enumerated in detailed specifications. (See VIII.)
Failure to submit the above information may result in rejection of bid.
XIII. PACKING AND DELIVERY:
A. All materials must be securely packed for proper protection and in quantities to
be determined by the District’s Director of Purchasing.
B. All materials delivered pursuant to this bid offer shall be packed in a substantial
manner in accordance with accepted trade practice. No charges may be made
over and above the bid price for packaging. Complete deliveries must be made by
the successful vendor to the designated location as indicated on Bid cover and/or
purchase order after issuance of purchase orders by the District. A packing slip
and/or delivery ticket shall be included in each shipment. Each ticket shall
contain the following information for each item delivered: Purchase Order
Number, Item Description, Item Number, Quantity, and Vendor Name.
C. Failure to comply with this condition shall be considered sufficient reason for
refusal to accept the goods or services awarded and ordered.
D. All package materials shall be clearly and plainly marked. Example:
To: Richardson Independent School District,
Department: [state department]
Address: [address of department]
Purchase Order Number: [PO #]
XIV. SAFETY REQUIREMENTS:
11
The Bidder/vendor shall provide all equipment, machinery and chemicals furnished and
delivered to the District in compliance with the Safety Regulations as required by OSHA.
XV. SAMPLES: CATALOGS: CATALOG CUTS:
A. When requested, a sample, properly tagged, shall be submitted by each Bidder
before the time of the Bid opening. The tag on the sample shall indicate the item
number, the name of the company submitting the sample, and the Bid number.
B. The District will not be responsible for any samples that a Bidder has not picked
up within 30 days after being notified that the sample is no longer needed.
Samples may be retained by the District until Bidders are notified to remove
them. Bidders agree that the District will incur no liability for samples that are
damaged, destroyed or consumed in the testing processes. Samples requested are
to be delivered as noted and designated per the particular solicitation.
XVI. SIGNATURE TO BIDS:
Each Bid must show the full business address and telephone number of the Bidder and be
signed by the person or persons legally authorized to sign contacts. All correspondence
concerning the Bid and contract, including Notice of Award, and Purchase Order, will be
mailed or delivered to the address shown on the Bid in the absence of written instructions
from the Bidder to the contrary.
XVII. TAXES:
A. The District is exempt from the payment of the Texas Sales Tax. Exemption
Certificates for the Federal Excise Tax may be furnished upon request.
B. Prices quoted shall not include federal excise or state sales and use taxes.
C. The District’s Tax Identification Number is 1-75-6002311-5.
XVIII. DELIVERY:
A. All deliveries shall be made during the hours of 8:00 a.m. and 3:00 p.m. on all
regularly scheduled school days, except where otherwise noted by Purchasing
Department.
B. All deliveries shall be made inside school buildings, warehouse, offices, etc., and
special instruction for date of delivery shall be included in the general
specifications.
C. Special instructions may be indicated by the District in the specifications for
exact time, date and delivery locations for particular equipment and machinery
(heavy or otherwise) which are to be erected, set-up and installed.
D. Materials delivered and received centrally will be accepted by motor freight.
SIGNATURE SHEET
BID #1261 – DAIRY DELIVERY
12
My/our signature below confirms that I/we:
1. propose to furnish, package, mark, and deliver to the Richardson Independent
School District, the supplies, materials or equipment as required in the
accompanying specifications, and at the unit price indicated;
2. certify that this bid is made without any previous understanding, agreement, or
connection with any person, firm, or corporation making a bid for the same
supplies, material and equipment, and is in all respects fair and without collusion
or fraud;
3. certify that this firm is an equal opportunity employer and that all employment
decisions are made without regard to the color, race, sex, national origin,
religion, age, or disability status of otherwise qualified individuals; and
4. certify that all material and equipment bid by this firm and to be supplied to the
Richardson Independent School District meets all safety and health standards as
prescribed by the rules and regulations of the Occupational Safety and Health Act
(OSHA).
COMPANY NAME:
SIGNATURE:
By: __________________________________________
Title: ________________________________________
DATE SIGNED: __________________________________________________________
ADDRESS:
CITY, STATE, ZIP: __________________________________________________________
TELEPHONE:
FAX:
E-MAIL: __________________________________________________________
TERMS:
Complete and return with proposal
13
RICHARDSON INDEPENDENT SCHOOL DISTRICT
STATEMENT OF EQUAL OPPORTUNITY AND NON-DISCRIMINATION
The Richardson Independent School District is committed to fair and equal competition among
all vendors. It is the policy of the Richardson ISD to encourage participation in the competitive
bid process by all interested parties. The Richardson ISD does not discriminate against any
otherwise qualified vendor because of the vendor’s race, color, national origin, age, religion, sex,
or disability.
14
INTERLOCAL AGREEMENT CLAUSE
BID #1261 - DAIRY DELIVERY
Richardson ISD is a participating member of the Collin County Governmental Purchasers Forum
(CCGPF) and Educational Purchasing Cooperative of North Texas (EPCNT). As such the
Richardson ISD has executed Interlocal Agreements, as permitted under Chapter 791 of the
Government Code with certain other governmental entities in CCGPF and EPCNT authorizing
participation in a cooperative purchasing program.
Several governmental entities in proximity to the Richardson Independent School District have
indicated an interest in being included in this contract. Should these governmental entities decide
to participate in this contract, would you, (the vendor) agree that all terms, conditions,
specifications, and pricing apply?
_____ Yes _____ No
If you (the Vendor) checked yes, the following will apply.
Governmental entities utilizing Internal Governmental contracts with the Richardson Independent
School District will be eligible, but not obligated, to purchase materials/services under the
contract(s) awarded as a result of this solicitation. All purchases made by a governmental entity
other than Richardson Independent School District will be billed directly to that governmental its
own material/service as needed.
Please advise the following:
How did you learn of the Request for Bid/Proposal? (Check all that apply):
______ District website
______ Newspaper ad
______ Demandstar
______ Other, specify source _____________________________________
PLEASE RESPOND AND RETURN WITH BID/PROPOSAL
15
CERTIFICATION
REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY
MATTERS
I. DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION
(a) In accordance with the provisions of Appendix A to 49 CFR (Code of Federal Regulations), Part
29, the offeror certifies to the best of the offeror’s knowledge and belief, that it and its principals:
(1) are not presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from covered transactions by any Federal,
State or Local Government department or agency;
(2) have not within a three (3) year period preceding this offer been convicted of or
had a civil judgment rendered against them for the 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 transaction; violation of Federal or State antitrust statutes, or commission
of embezzlement, theft, forgery, bribery, falsification or destruction of records,
making false statements, or receiving stolen property;
(3) 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 (a)(2) above; and
(4) have not within a three (3) year period preceding this offer had one or more
public transactions (Federal, State, or local) terminated for cause or default.
(b) Where the offeror is unable to certify to any of the statements above, the offeror shall
attach a full explanation to this offer.
(c) For any subcontract at any tier expected to equal or exceed $25,000:
(1) In accordance with the provisions of Appendix B to 49 CFR, Part 29, the
prospective lower tier subcontractor certifies, by submission of this offer, that
neither it nor its principals is presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation in this
transaction by any Federal department or agency.
(2) Where the prospective lower tier participant is unable to certify to the statement,
above, an explanation shall be attached to the offer.
(3) This certification (specified in paragraphs (c)(1) and (c) (2), above, shall be
included in all applicable subcontracts and a copy kept on file by the prime
contractor. The prime contractor shall be required to furnish copies of the
certifications to the Authority upon request.
16
II. FELONY CONVICTION NOTIFICATION AND CRIMINAL BACKGROUND
CHECK
(a) Offeror must give advance notice to the Owner if the person or an owner or operator of the
business entity has been convicted of a felony. The notice must include a general description of
the conduct resulting in the conviction of a felony. The District may terminate any Agreement or
if the Owner determines that the person or business entity failed to give notice as required by this
paragraph or misrepresented the conduct resulting in the conviction. This paragraph requiring
advance notice does not apply to a publicly held corporation.
(b) Offeror will obtain criminal history record information that relates to an employee, applicant for
employment, or agent of the Offeror if the employee, applicant, or agent has or will have
continuing duties related to the contracted services; and the duties are or will be performed on
school property or at another location where students are regularly present. The Offeror certifies
to the Owner before beginning work and at no less than an annual basis thereafter that criminal
history record information has been obtained. Offeror shall assume all expenses associated with
the background checks, and shall immediately remove any employee or agent who was convicted
of a felony, or misdemeanor involving moral turpitude, as defined by Texas law, from Owner
property or other location where students are regularly present. District shall be the final decider
of what constitutes a “location where students are regularly present.” Offeror’s violation of this
section shall constitute a substantial failure.
(c) If the Offeror is the person or owner or operator of the business entity, that individual may not
self-certify regarding the criminal history record information and its review, and must submit
original evidence acceptable to the District with this Agreement showing compliance.
Signature below acknowledges compliance with Section I. DEBARMENT,
SUSPENSION, INELIGILITY AND VOLUNTARY EXCLUSION and Section II.
FELONY CONVICTION NOTIFICATION AND CRIMINAL BACKGROUND
CHECK.
SIGNATURE OF OFFEROR: DATE: __________________
PRINTED/TYPED NAME OF OFFEROR:____________________________________
COMPANY NAME: ______________________________________ TEL#: ______________________
Complete and return with sealed bid #1261 – DAIRY DELIVERY.
17
RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT
Notice to Vendors: Conflict of Interest Questionnaire Required by Chapter 176 of
the Texas Local Government Code
Effective January 1, 2006, any person or entity who contracts or seeks to contract with RISD for
the sale or purchase of property, goods, or services (as well as agents of such persons) (hereafter
referred to as Vendors) are required to file a Conflict of Interest Questionnaire with the District.
Each covered person or entity who seeks to or who contracts with RISD is responsible for
complying with any applicable disclosure requirements. RISD will post the completed
questionnaires on its website.
The Conflict of Interest Questionnaire must be filed:
No later than the seventh business day after the date that the Vendor begins contract
discussions or negotiations with the government entity, or submits to the entity an
application, response to a request for proposal or bid, correspondence, or other writing
related to a potential agreement with the entity.
The Vendor also shall file an updated questionnaire not later than September 1 of each
year in which a covered transaction is pending, and the seventh business day after the
date of an event that would make a statement in the questionnaire incomplete or
inaccurate.
Note: A Vendor is not required to file an updated questionnaire if the person had filed an updated
statement on or after June 1, but before September 1 of the year.
Please sign and return the following Conflict of Interest Questionnaire from the Texas Ethics
Commission with your bid/proposal to the following address:
Richardson Independent School District
Attn: Purchasing Department
970 Security Row
Richardson, Texas 75081
The Local Government Officers of the Richardson Independent School District are:
Board of Trustees: Kim Quirk
Karen Ellis
Kim Caston
Lanet Greenhaw
Karen Holburn
Kris Oliver
Adam Meierhofer
Superintendent: Kay Waggoner, Ph.D.
18
19
20
Disclosure of Lobbying Activities Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352
(See next page for public burden disclosure) Approved by OMB
0348-0046
1.Type of Federal Action:
a. Contract
b. Grant
c. Cooperative agreement
d. Loan
e. Loan guarantee
f. Loan insurance
2. Status of Federal Action:
a. Bid/offer/application
b. Initial award
c. Post-award
3. Report Type:
a. Initial filing
b. Material change For Material
Change Only:
Year ______ quarter _______
Date of last report __________
4. Name and Address of Reporting Entity:
Prime Subawardee
Tier ____, if known:
Congressional District, if known?
5. If Reporting Entity in No. 4 is a Subawardee, Enter Name
and Address of Prime:
Congressional District, if known:
6. Federal Department / Agency:
7. Federal Program Name / Description:
CFDA Number, if applicable: ___________________
8. Federal Action Number, if known:
9. Award Amount, if known:
$ _______________________
10. a. Name and Address of Lobbying Entity
(if individual, last name, first name, MI):
(attach Continuation Sheet(s)
b. Individuals Performing Services
(including address if different from No. 10a) (last
name, first name, MI)
SF-LLL-A, if necessary)
11. Amount of Payment (check all that apply):
$ ______________ actual ___ planned___
13. Type of Payment (check all that apply):
___ a. retainer
___ b. one-time fee
___ c. commission
___ d. contingent fee
___ e. deferred
___ f. other; specify: ______________________
12. Form of Payment (check all that apply):
___ a. cash
___ b. in-kind; specify: nature_____________
value_____________
14. Brief Description of Services Performed or to be Performed and Date(s) of Service, including officer(s),
employee(s), or Member(s) contacted, for Payment Indicated in Item 11.
(attach Continuation Sheet(s) SF-LLL-A, if necessary)
15. Continuation Sheet(s) SF-LLL-A attached: ___Yes ___No
16. Information requested through this form is
authorized by article 31 U.S.C. section 1352. This
disclosure of lobbing activities is a material
representation of fact upon which reliance was placed
by the tier above when this transaction was made or
entered into. This disclosure is required pursuant to 31
U.S.C. 1352. This information will be reported to the
congress semiannually and will be available for public
inspection. Any person who fails to file the required
disclosure shall be subject to a civil penalty of not less
than $10,000 and not more than $100,000 for each such
failure.
Signature: _________________________________
Print Name: ________________________________
Title: _____________________________________
Telephone No: ______________________________
Date: _______________________
21
PROCUREMENT
Instructions for Completion of SF-LLL, Disclosure of lobbying Activities
This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal
recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to
title 31 U.S.C. section 1352. The filing of a form is required for each payment or agreement to make payment to any
lobbying entity for influencing or attempting to influence an offer or employee of any agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress in connection with a covered Federal
action. Use the SF-LLL-A Continuation Sheet for additional information if the space on the form is inadequate.
Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance
published by the Office of Management and Budget for additional information.
1. Identify the type of covered Federal action for which lobbying activity is and / or has been secured
to influence the outcome of a covered Federal Action.
2. Identify the status of the covered Federal Action.
3. Identify the appropriate classification of this report. If this is a follow-up report caused by a
material change to the information previously reported, enter the year and quarter in which the
change occurred. Enter the date of the last previously submitted report by this reporting entity for
this covered Federal Action.
4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional
District, if known. Check the appropriate classification of the reporting entity that designates if it
is, or expects to be, a prime or sub award recipient. Identify the tier of the subawardee, e.g., the
first subawardee of the prime is the 1st tier. Sub awards include but are not limited to subcontracts,
sub grants, and contract awards under grants.
5. If the organization filing the report in item 4 checks “Subawardee,” then enter the full name,
address, city, state and zip code of the prime Federal recipient. Include Congressional District, if
known.
6. Enter the name of the Federal Agency making the award or loan commitment. Include at least one
organizational level below agency name, if known. For example, Department of Transportation,
United States Coast Guard.
7. Enter the Federal program name or description for the covered Federal action (item 1). If known,
enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative
agreements, loans, and loan commitments.
8. Enter the most appropriate Federal identifying number available for the Federal action identified in
item 1 (e.g., Request for Proposal (RFP) number; Invitation for Bid (IFB) number; grant
announcement number; the contract, grant, or loan award number, the application proposal control
number assigned by the Federal agency). Include prefixes, e.g. “RFP-DE-90-001.
9. For a covered Federal action where there has been an award or loan commitment by the Federal
agency, enter the Federal amount to the award / loan commitment for the prime entity identified in
item 4 or 5.
10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the
reporting entity identified in item 4 to influence the covered Federal Action. (b) Enter the full
names of the individual(s) performing services, and include full address if different from 10 (a).
Enter Last Name, First Name, and Middle Initial (MI).
11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity
(item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or
will be made (planned). Check all boxes that apply. If this is a material change report, enter the
cumulative amount of payment made or planned to be made.
12. Check the appropriate box (es). Check all boxes that apply. If payment is made through an in-kind
contribution, specify the nature and value of the in-kind payment.
13. Check the appropriate box (es). Check all boxes that apply. If other, specify nature.
14. Provide a specific and detailed description of the services that the lobbyist has performed, or will
be expected to perform, and the date(s) of any services rendered. Include all preparatory and
related activity, not just time spent in actual contact with Federal officials. Identify the Federal
official(s) or employee(s) contacted or the officer(s), employee(s), or Member(s) of Congress that
were contacted.
15. Check whether or not a SF-LLL-A Continuation Sheet(s) is attached.
16. The certifying official shall sign and date the form, print his/her name, title, and telephone number.
Public reporting burden for this collection of information is estimated to average 30 minutes per response, including
time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed and
completing and reviewing the collection of information. Send comments regarding the burden estimate or any other
22
aspect of this collection of information, including suggestion for reducing this burden, to the Office of Management
and Budge, Paperwork Reduction Project (0342-0046), Washington, D.C. 20503.
Certification Regarding Lobbying for Bid #1261 – Dairy Delivery
Applicable to Grants, Subgrants, Cooperative Agreements, and Contracts Exceeding $100,000 in Federal
Funds.
Submission of this certification is a prerequisite for making or entering into this transaction and is imposed
by section 1352, Title 31, U.S. Code. This certification is a material representation of fact upon which
reliance was placed when this transaction was made or entered into. Any person who fails to file the
required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000
for each such failure.
The undersigned certifies, to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned, to
any person for influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with
the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the
entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of a Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an
officer or employee of congress, or an employee of a Member of Congress in connection with this Federal
grant or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL,
“disclosure Form to Report Lobbing,” in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be included in the award documents
for all covered subawards exceeding $100,000 in Federal funds at all appropriate tiers and that all
subrecipients shall certify and disclose accordingly.
__________________________________________________
__________________________________________________
Name / Address of Organization
__________________________________________________
Name / Title of Submitting Official
__________________________________________________ _________________________________
Signature Date
Complete and return with proposal
23
Clean Air and Water Act
BID #1261 – DAIRY DELIVERY
I, the Vendor, am in compliance with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act of 1970, as Amended (42 U.S.C. 1857 (h), Section
508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order 117389 and
Environmental Protection Agency Regulation, 40 CFR Part 15 as require under OMB
Circular A-102,
Attachment O, Paragraph 14 (1) regarding reporting violations to the grantor agency and
to the United States Environment Protection Agency Assistant Administrator for the
Enforcement.
Potential Vendor Name: __________________________________________________
Title of Authorized Representative: __________________________________________
Mailing Address: ________________________________________________________
Signature: __________________________________________ Date: ___________
Printed Signature: ________________________________________________________
Buy American Provision
Schools and institutions participating in the National School Lunch Program and School
Breakfast Programs are required by law to use Child Nutrition funds, to the maximum
extent practicable, to buy domestic commodities or products for meals served under these
programs. A “domestic commodity or product” is defined as one that is either produced
in the U.S. or is processed in the U.S. substantially using agricultural commodities that
are produced in the U.S. The term “substantially” means that over 51 percent of the final
processed product consists of agricultural commodities that were grown domestically.
Therefore, when Child Nutrition funds are used to acquire foods, schools and institutions
must ensure that the items are in compliance with this requirement.
Potential Vendor Name: ____________________________________________________
Title of Authorized Representative: ___________________________________________
Mailing Address: ________________________________________________________
Signature: ______________________________________________Date: ___________
Printed Signature: ___________________________________________________
THIS PAGE MUST BE SIGNED AND RETURNED WITH BID
24
COMPANY PROFILE FOR BID #1261 – DAIRY DELIVERY (Please Print or Type)
Company Name: _______________________________________________________________
Physical Address: ______________________________________________________________
City, State, Zip: ________________________________________________________________
Mailing Address if different from above: ___________________________________________
City, State, Zip: ________________________________________________________________
Remit to Address: ______________________________________________________________
City, State, Zip: ________________________________________________________________
Contact Person: ________________________________________________________________
Phone: _____________________ Fax: _____________________ Cell: ____________________
E-mail address: ________________________________________________________________
Number of years in business: _____________________
Number of years in business in Texas: ______________
Number of Employees at Texas Location: ____________
Is your company HUB certified: ____________________
Any other information or references you would care to provide:
MUST COMPLETE AND RETURN WITH BID
25
RICHARDSON INDEPENDENT SCHOOL DISTRICT
DAIRY DELIVERY
RFB # 1261
DEVIATION/COMPLIANCE SIGNATURE FORM
Vendor Name:
Vendor Address:
City ST Zip Code
Vendor Phone Number:
Vendor Fax Number:
Email Address:
(please print)
If the undersigned bidder/proposer intends to deviate from the Item Specifications listed in this
bid document, all such deviations must be listed on this page, with complete and detailed
conditions and information included or attached. The District will consider any deviation in its
bid award decisions, and the District reserves the right to accept or reject any bid based upon
deviations indicated below or in any attachments or inclusions.
In the absence of any deviation entry on this form, the bidder/proposer assures the District of
his/her full compliance with the Terms and Conditions, Item Specifications, and all other
information contained in this bid document.
No Deviation
Yes Deviation
Signature of Bidder/Proposer Date Signed
List any deviations your company is submitting below (add additional attachment if needed):
COMPLETE AND RETURN WITH BID