Cypress-Fairbanks Independent School District Matt Morgan Food Service Director 281-897-4535
DATE:
October 4, 2011
SUBJECT:
Horizontal Wrapper Machine Contract No. 11-09-2744 RFP
11355 Perry Road Houston, Texas 77064-0999
NOTICE TO VENDORS
Cypress-Fairbanks Independent School District invites your firm to submit a proposal for HORIZONTAL WRAPPER MACHINE. Attached are the conditions, requirements, and specifications for this contract. Sealed proposals for HORIZONTAL WRAPPER MACHINE CONTRACT NO. 11-09-2744 RFP are to be addressed to Ms. Kristine Johnston, Director of Purchasing, Cypress-Fairbanks Independent School District, and delivered to Windfern Administrative Annex, 12510 Windfern Road, Houston, Texas 77064-3108, until 9:00 A.M. on Monday, October 24, 2011 at which time they will be publicly opened and read. Additional bid forms and/or questions are handled by the Assistant Director, Julio Mendez, at 281-897-4543. Proposal envelope should be plainly marked: SEALED PROPOSAL: HORIZONTAL WRAPPER MACHINE CONTRACT NO. 11-09-2744 RFP DO NOT OPEN UNTIL 9:00 A.M., MONDAY, OCTOBER 24, 2011 Any proposal received later than the specified time, whether delivered in person or by mail shall be disqualified. The District reserves the right to reject any and/or all bids, to accept any proposal deemed most advantageous to the Cypress-Fairbanks Independent School District, and to waive any informalities in the bidding process.
Sincerely,
Matt Morgan Food Service Director Attachments
CFISD 11-09-2744 Page 2 of 16
GENERAL CONDITIONS 1.0
SCOPE OF PROPOSAL: 1.1
It is in the intention of Cypress-Fairbanks Independent School District to purchase: Item: HORIZONTAL WRAPPER MACHINE CONTRACT NO. 11-09-2744 RFP
1.2
This proposal is in twelve (12) parts: Notice to Vendors, General Conditions, Proposal Authorization Form, Felony Conviction Notice, Compliance with the Clean Air and Clean Water Act, U.S. Department of Agriculture, Certification Regarding Lobbying, Disclosure of Lobbying Activities, Instructions for Completion of SF-LLL, No Proposal Notification Form, Food Service Department Bid Form and the Horizontal Wrapper Machine Specifications.
1.3
Contract Period: November 14, 2011 – April 14, 2012
2.0
APPLICABILITY: These conditions are applicable and form a part of the contract documents and a part of the terms of each purchase order for items included in the specifications and proposal form issued herewith.
3.0
AWARDS: Award will be made on an all or none basis. 3.1
Proposal tabulations will be available on line at www.cfisd.net/dept2/support/bidawards.htm on or after November 14, 2011.
4.0
CONTRACT PERFORMANCE: Cypress-Fairbanks Independent School District reserves the right to cancel the entire contract and/or buy in the open market at the current price and charge the contractor the difference between the price so paid and the bid price in the event: (a.) any item is not delivered according to the specifications and/or awarded proposed price, (b.) brands of merchandise other than brands named on the proposal are delivered without prior approval, or (c.) orders are not delivered within the specified time period. Transfer or assignment of contracts by seller is prohibited.
5.0
SPECIFICATIONS: The use of manufacturer's specifications (Design Guide) by the District is to be considered informative giving the bidder information as to the exact quality and value requirement. The bidder shall note in writing any deviations from specifications and shall submit those changed specifications as an alternate. 5.1
Buy American Provision Schools and institutions participating in the NSLP and SBP are required by law to use CN funds, to the maximum extent practicable, to buy domestic commodities or products for meals served under these programs. A “domestic commodity or product” is defined as one that is either produced in the U.S. or 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.
CFISD 11-09-2744 Page 3 of 16
6.0
PROPOSALS SHALL BE SUBMITTED ON ATTACHED FORMS: Deviations to the General Conditions and/or Specifications shall be conspicuously noted in writing by the bidder and shall be included with the proposal. Use only the attached forms for your proposals.
7.0
FIRM PRICES: All unit prices shall be guaranteed for the entire contract period. No other proposals will be considered.
8.0
EVALUATION: In evaluating qualified proposals, the following considerations will be taken into account for award recommendations; price, overall quality and value to the District, suitability for the intended use, probability of continuous availability, vendor's service and delivery capabilities.
9.0
DELIVERY INFORMATION: 9.1
DELIVERY ADDRESS: All deliveries shall be freight prepaid destination and proposal shall include all freight and delivery charges. DELIVERY POINT:
The Food Production Center 11355 Perry Road Houston, TX 77064-0999
9.2
It shall be the contractor's responsibility to insure that deliveries are made on the correct product and on the date specified.
9.3
If a product is received at our warehouse, which does not meet the specifications the product will be refused and returned to the shipper at his expense.
10.0
TERMS OF PAYMENT: The Cypress-Fairbanks Independent School District policy is to honor an early payment discount whenever possible. All invoices should specify discount terms and conditions to insure the earliest possible payment. Otherwise, funds for completed contracts concerning this proposal will be available within forty-five (45) days of delivery and acceptance by the District.
11.0
QUANTITIES REQUIRED: Quantities required are substantially correct, but the District's estimate of anticipated needs are subject to change depending upon availability of commodities and/or budgetary adjustments. The District reserves the right to purchase more or less than the estimated quantities on a unit basis at the unit bid price unless otherwise specified by the bidder.
12.0
FACSIMILE PROPOSALS: Cypress-Fairbanks Independent School District does not accept receipt of faxed proposals. The attached Proposal Acknowledgment Form in a sealed envelope is the only acceptable form of proposal submittal.
13.0
NO PROPOSAL RESPONSE: A vendor choosing not to submit a proposal should return the No Proposal Notification Form. Failure to respond by submitting a proposal response or a No Proposal Notification form may remove your name from the District vendor list.
CFISD 11-09-2744 Page 4 of 16
14.0
CONFLICT OF INTEREST QUESTIONNAIRE: This document and instructions are located on-line at https://app.cfisd.net/ciq/default.aspx. All vendors are required to file an updated Conflict of Interest Questionnaire annually.
15.0
REQUIRED SIGNATURE PAGES: Vendors choosing to reply to this proposal are required to complete the following signature pages per manufacturer or distributor:
Proposal Authorization Form Felony Conviction Notice Compliance with Clean Air and Clean Water Act U.S. Department of Agriculture Certification Regarding Lobbying Disclosure of Lobbying Activities Proposal Form
“In accordance with Federal law and U.S. Department of Agriculture policy, this institution is prohibited from discriminating on the basis of race, color national origin, sex, age or disability. To file a complaint of discrimination write USDA, Director, Office of Civil Rights, 1400 Independence Avenue, SW, Washington D.C. 20250-9410 or call (800) 795-3272 or (202) 720-6382 (TTY). USDA is an equal opportunity provider and employer.”
CFISD 11-09-2744 Page 5 of 16
PROPOSAL AUTHORIZATION FORM HORIZONTAL WRAPPER MACHINE Having carefully examined the Proposal Notice, General Conditions, Special Conditions, Specifications and Proposal Form, the undersigned hereby proposes and agrees to furnish goods and/or services in strict compliance with the specifications and conditions at the prices quoted. The bidder affirms that to the best of his knowledge the proposal has been arrived at independently and is submitted without collusion with anyone to obtain information or gain any favoritism that would in any way limit competition or give them an unfair advantage over other vendors in the award of this proposal. The bidder certifies that neither it nor any of its principals has been proposed for debarment, debarred or suspended by a federal agency. I affirm that, to the best of my knowledge, the company I represent meets Equal Employment Opportunity Commission standards and American Disability Act standards in employment practices. Please indicate with a check the type of company you represent: __ Broker __ Other __ Distributor Vendor Name (not broker):
____________________________________________________________________
Broker Name (if appropriate)
___________________________________________________________________
Address:
____________________________________________________________________
City, State, Zip:
____________________________________________________________________
Phone Number & Ext.:
____________________________________________________________________
Fax Number:
____________________________________________________________________
Send Purchase Order To:
____________________________________________________________________
Address:
____________________________________________________________________
City, State, Zip:
____________________________________________________________________
Phone Number:
____________________________________________________________________
Fax Number:
____________________________________________________________________
Email Address:
___________________________________________________________________
Send Payment To/Invoice From: ____________________________________________________________________ (Name that will appear on invoice) Address: ____________________________________________________________________ City, State, Zip:
____________________________________________________________________
Phone Number:
____________________________________________________________________
Fax Number:
_____________________________________________________________________
E-Mail Address: (required)
____________________________________________________________________
Signature of Bidder:
____________________________________________________________________
Printed Signature:
____________________________________________________________________
Position with Company:
____________________________________________________________________
CFISD 11-09-2744 Page 6 of 16
FELONY CONVICTION NOTICE HORIZONTAL WRAPPER MACHINE
State of Texas Legislative Senate Bill No. 1, Section 44.034, Notification of Criminal History, Subsection (a), states, “A person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony.” Subsection (b) states, “A school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract.” This Notice is not required of a Publicly Held Corporation. I, the undersigned agent for the firm named below, certify that the information concerning notification of felony convictions has been reviewed by me and the following information furnished is true to the best of my knowledge. Firm Name:_________________________________________________________________________ Authorized Company Official’s Name (Printed):___________________________________________________________________________ A.
My firm is a publicly held corporation; therefore, this reporting requirement is not applicable. Signature of Company Official:______________________________________________________________________
B.
My firm is not owned or operated by anyone who has been convicted of a felony. Signature of Company Official:______________________________________________________________________
C.
My firm is owned or operated by the following individual(s) who has/have been convicted of a felony: Name of Individual(s)__________________________________________________________________ Details of conviction(s):__________________________________________________________________
Signature of Company Official:______________________________________________________________________
CFISD 11-09-2744 Page 7 of 16
COMPLIANCE WITH THE CLEAN AIR AND CLEAN WATER ACT HORIZONTAL WRAPPER MACHINE
“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 Ch), Section 508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15 as required under OMB Circular A-102, Attachment O, Paragraph 14(1) regarding reporting violations to the grantor agency, and to the United States Environmental Protection Agency Assistant Administrator for the Enforcement.”
Firm Name: ___________________________________________________________________
Signature of Company Official: ____________________________________________________
Position with Company: _________________________________________________________
CFISD 11-09-2744 Page 8 of 16
U.S. Department of Agriculture Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transactions This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section 3017.510, Participant’s responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages 4722-4733). Copies of the regulations may be obtained by contacting the Department of Agriculture agency with which this transaction originated. (Before completing certification, read the instructions below.) 1. By signing and dating the certification statement, the bidder certifies that neither it nor any of its principals (e.g. key employees) has been proposed for debarment, debarred or suspended by a federal agency on the date signed. 2. The prospective bidder shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective bidder learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 3. Federal and State penalties exist for vendors and districts that knowingly enter into contracts with suspended / debarment persons.
(1) The prospective lower tier participant certifies, by submission of this proposal, 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 any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.
Organization Name
RP / Award Number or Project Name
Name and title of Authorized Representative
Signature
Date
CFISD 11-09-2744 Page 9 of 16
Certification Regarding Lobbying Applicable to Grants, Subgrants, Cooperative Agreements, and Contracts Exceeding $100,000.00 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 $10,000.00 and not more than $100,000.00 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 award 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 influence or attempting to influence an officer or employee of any agency, a Member of Congress, an officer of employee of congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Form –LLL, “disclosure Form to Report Lobbying,” in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all covered subawards exceeding $100,000.00 in Federal funds at all appropriate tiers and that all subrecipients shall certify and disclose accordingly.
Name of Organization
Address of Organization
Name / Title of Submitting Official
Signature
Date
CFISD 11-09-2744 Page 10 of 16
Disclosure of Lobbying Activities
Approved by OMB 038-0046
Complete this form to disclose lobbying activities pursuant to 31 U.S.C>. 1352 (See next page for public burden disclosure.) 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
4. Name and Address of Reporting Entity: Prime Subawardee Tier ____________if known:
3. Report Type a. initial filing b. material change For Material Change Only: Year ________ Quarter ____ date of last report _____________________
5. If Reporting in No. 4 Subawardee, Enter Name and Address of Prime: 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 ):
b. Individuals Performing Services (including address if different from No 10a (last name, first name, MI):
11. Amount of Payment (check all that apply): 13. Type of Payment (check all that apply): $_____________________ actual a. retainer planned b. one-time free c. commission 12. Form of Payment (check all that apply): d. contingent fee a. cash e. deferred b. in-kind; specify: f. other; 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 Sheets SF-LLL-A if necessary) 15. Continuation Sheet(s) SF-LLL-A if necessary)
Yes
no
16. Information required through this form is authorized by article 31 U.S.C. section 1352. This disclosure of lobbying activities is a maternal representation of fact upon which reliance was placed by the tier above when the transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1353. This information will be reported to the Congress semi-annually 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 $10,000.00 and not more than $100,000.00 for each such failure. Signature _____________________________________Print Name _________________________ Title _________________________________________Telephone Number: __________________ Date ___________________________________
Federal Use Only:
Authorized for Local Reproduction Standard Form -LLL
CFISD 11-09-2744 Page 11 of 16
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 filling, 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 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 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 the material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. 2. 3.
4.
5. 6.
7.
8.
9. 10.
11.
12. 13.
14. 15.
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. Identify the status of the covered Federal Action. 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. 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 subaward recipient. Identify the tier of the subawardee, e.g. the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants, and contract awards under grants. 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. 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. 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. 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, contract, grant, or loan award number, the application proposal control number assigned by the Federal agency). Include prefixes, e.g.,” RFP-DE-90-001.” For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award / loan commitment for the prime entity identified in item 4 or 5. (a) Enter the full name, address, city, state and zip code for 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 addresses if different from 10(a). Enter Last Name, First Name and Middle Initial (MI). Enter the amount 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. Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 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), or Member(s) of Congress that were contacted. Check whether or not a SF-LLL-A Continuation Sheet(s) is attached. 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 aspect of this collection of information including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Projects (0348-0046), Washington, D.C. 20503
CFISD 11-09-2744 Page 12 of 16
NO PROPOSAL NOTIFICATION HORIZONTAL WRAPPER MACHINE Please complete this page only if submitting a no proposal response and return prior to the proposal opening date. Check below: 1. We have chosen not to submit a proposal for the reason listed below but wish to remain on the vendor list for this proposal in the future. _______________________________________________________________________ _______________________________________________________________________
2. The products/services we represent should be listed in another category. (Specify)________________________________________________________________
3. We wish to be removed from the vendor list for the reason listed below. _______________________________________________________________________ _______________________________________________________________________ Company Name:
____________________________________________________________
Attention:
____________________________________________________________
Bid Mailing Address:
____________________________________________________________ City:_______________________________ State: ______ Zip: _______
Purchase Order Mailing Address:
____________________________________________________________ City: ______________________________ State: ______ Zip: _______
Phone Number:
(
)
E-mail Address:
____________________________________________________________
Website Address:
____________________________________________________________
Typed Name and Title:
____________________________________________________________
Signature:
_________________________________________
Fax Number: (
) _________________
Date: ____________
Mail to: Ms. Kristine Johnston Director of Purchasing, Cypress-Fairbanks Independent School District, P.O. Box 692003, Houston, TX 77269-2003, or deliver to the Windfern Administrative Annex, 12510 Windfern Road, Houston, TX 77064. Failure to return this No Proposal Notification or an actual proposal response may result in the removal of your company name from the vendor list.
1
Item#
Units of Est. Purchase Quantity Ea. 1
SKU #
Item HORIZONTAL WRAPPER MACHINE
Subject: Horizontal Wrapper Machine Contract Number: 11-09-2744 RFP Category: Food Production Equipment
Make
Cypress- Fairbanks Independent School District Food Service Department Bid Form November 14, 2011 - April 14, 2012
Model
Price per Unit
Delivery Information
CFISD 11-09-2744 Page 13 of 16
CFISD 11-09-2744 Page 14 of 16
Horizontal Wrapper Machine Specifications: General Description: Conveyor type machine where the operator hand feeds products onto a continuously moving conveyor. The infeed conveyor delivers products to the former that wraps the film around the product. The product is then sealed and cut by the machine. What emerges from the machine is a product inside of a sealed package. The machine must have space a minimum of 25 inches uncovered at the end of the conveyor to accommodate the current labeling machine. Quote Requirements: 1. All machines quoted must meet the specifications of Cypress- Fairbanks I.S.D. 2. All quotes must include the manufacturer specifications and must include drawings of the machine as bid. 3. Any deviations from the Cypress- Fairbanks I.S.D. specifications must be listed. 4. Any modifications made to a machine to meet the Cypress- Fairbanks I.S.D. specifications must include drawings of modifications. 5. Three letters of recommendation must be submitted with quote. MIMIMUM PRODUCT SIZE LENGTH WIDTH HEIGHT
1.5 inch 0.5 inch 0.23 inch
LENGTH WIDTH HEIGHT
22.2 inches 9.8 inches 4.3 inches
MAXIMUM PRODUCT SIZE
CYCLE RATE MINIMUM MAXIMUM
15 150
SEALING METHOD HEAT PRESSURE ELECTRICAL VOLTS 230 HERTZ 60 PHASE 3 ELECTRICAL PANEL DESIGNED FOR USE IN WET ENVIROMENT ENVIROMENT DEGREES FARENHEIT MINIMUM TEMPERATURE MAXIMUM TEMPERATURE
30 95
AIR REQUIREMENTS PSI MINIMUM MAXIMUM GUARDING INFEED OUTFEED SAFETY CIRCUIT
20 psi 120 psi
CFISD 11-09-2744 Page 15 of 16
FINISH FRAME BODY INFEED OUTFEED ELECTRICAL
Stainless Steel Stainless Steel Stainless Steel Stainless Steel Stainless Steel
MACHINE ORIENTATION LEFT TO RIGHT DOCUMENTATION INSTRUCTION MANUALS MAITENANCE MANUALS PDF
2 each 2 each 2 each
MAXIMUM FOOTPRINT DIMENSION REQUIREMENTS (INCHES) MAXIMUMLENGTH 210 inches MAXIMUM WIDTH 50 inches WORK HEIGHT ADJUSTABLE TO 33" INFEED CONVEYOR MINIMUM TOTAL LENGTH MINIMUM UNCOVERED AREA COVERED GUARD
72 inches 72 inches
DISCHARGE CONVEYOR TOTAL LENGTH UNCOVERED AREA COVERED GUARD CUTTING HEAD ONE EACH FORMER 3 EACH PLATES- QUICK CHANGE FOLDOVER TYPE POWERFOLD INFEED CHAIN SNAP IN PUSHERS FLAT TOP ONE CHAIN PUSHER CHANGEABLE SNAP IN SPARE PARTS BASIC SET USA DISTRIBUTOR
66 inches 25 inches
CFISD 11-09-2744 Page 16 of 16
SHIPPING 90 DAYS CRATING SHIPPING INSURANCE SHIPPING CHARGE
INCLUDED INCLUDED INCLUDED
UNCRATE AND SET UP COMISSIONING TRAINING
INCLUDED INCLUDED INCLUDED
INSTALLATION
TRAINING
INCLUDED
MANUFACTURER SPECIFICATIONS
WITH QUOTE
DRAWINGS
WITH QUOTE
INSURANCE
REQUIRED
INSURANCE REQUIREMENTS GENERAL INFORMATION The District shall require that the following insurance requirements be met on public works contracts: 1. No work will be commenced until all requirements of this section have been approved by the District in writing. 2. The Distrcit shall be furnished with certificates of insurance evidencing all policies and endorsements required by this section. 3. The insurance will contain a provision that at least thirty (30) days prior written notice shall be given to the District in the event of cancellation, material change or non-renewal. 4. Insurance and bonds will be underwritten by a company rated not less that B+VII in the latest published "Best's Key Rating Guide". 5. There will be a hold harmless agreement in which the contractor assumes liability on the contract and holds the school district harmless. 6. The contractor will purchase and maintain in force the following kinds of insurance and bonds for operations under construction contracts and as specified in each section. 7. No deletions/exclusions from standard coverage form are allowed without the written consent of Cypress-Fairbanks Independent School District. CASUALTY INSURANCE 1. Workers' Compensation as statutory provisions require. 2. Commercial General Liability (Occurrence basis only) Bodily Injury and Property Damage
Each Occurrence General Aggregate Products/Completed Operations Aggregate Personal and Advertising Injury Occurrence Fire Damage, Legal Liability Any one fire Medical Expenses Any one person The District will be named as an additional insured by endorsement on the contractor's policy as to the subject job.
AUTOMOBILE LIABILITY INSURANCE 1. Business (Commercial) Automobile Liability Insurance Coverage for all owned, non-owned, and hired vehicles: Bodily Insurance Each Person Each Accident Property Damage Each Occurrence
UMBRELLA LIABILITY INSURANCE (EXCESS) 1. The owner will be named as an additional insured on the contractor's policy as to the subject job 2. This policy will provide coverage over the Workers' Compensation, Commercial General and Business Automobile Liability policies.
$300,000.00 $600,000.00 $600,000.00 $300,000.00 $50,000.00 $5,000.00
$100,000.00 $300,000.00 $100,000.00
$1,000,000.00