KLEIN HIGH SCHOOL #4



San Marcos Consolidated Independent School District

512/393-6503 600 Wonder World Dr. P.O. Box 1087 San Marcos, Texas 78667-1087

Cindy Casparis, CPPB

Purchasing Manager District Textbook Coordinator

April 26, 2005

Dear Vendor,

The San Marcos CISD is requesting bids (# 0405-06) on Food Service Equipment district wide. All bids are due no later than 2:00 p.m. on Tuesday May 17, 2005.

If you have questions regarding this bid please e-mail me at cindy.casparis@san-marcos.isd.tenet.edu or call me 512-393-6503.

Sincerely,

Cindy Casparis

Purchasing Manager

TERMS AND CONDITIONS OF INVITATION FOR BIDS IFB-0405-06

TABLE OF CONTENTS

TABLE OF CONTENTS

1. DEFINITIONS 24. PROMPT PAYMENT ACT

2. GENERAL CONDITIONS 25. DISCOUNTS

3. DESCRIPTION OF GOODS 26. FOB POINT

4. CLARIFICATION OF OBJECTION TO BID DOCUMENTS 27. INSPECTION AND ACCEPTANCE

5. ADDENDA TO THE BID DOCUMENTS 28. VARIATION IN QUANTITY

6. PREPARATION OF BIDS 29. WARRANTIES

7. SUBMISSION OF BIDS 30. GRATUITIES

8. WITHDRAWAL OF BIDS 31. OFFICIALS NOT TO BENEFIT

9. LATE BIDS OR AMENDMENTS 32. ASSIGNMENT FOR FINANCING PURPOSES

10. REJECTION OF BIDS 33. DELEGATION, SUBCONTRACTS, ASSIGNMENT, & SET-OFF

11. ACCEPTANCE OF BID 34. WAIVER

12. AWARD OF CONTRACT 35. CHANGE OF NAME

13. TECHNICAL REPRESENTATIVES 36. FORCE MAJEURE

14. RIGHT TO ASSURANCE 37. TERMINATION FOR DEFAULT

15. CONTRACTOR TO PACKAGE GOODS 38. TERMINATION FOR CONVENIENCE

16. SHIPMENT UNDER RESERVATION PROHIBITED 39. HUB POLICY

17. NO REPLACEMENT OF DEFECTIVE TENDER 40. ORDER OF PRECEDENCE

18. WARRANTY OF PRICE 41. CONSTRUCTION

19. SAFETY WARRANTY 42. ENTIRETY OF AGREEMENT, AMENDMENTS

20. PATENTS, INDEMNIFICATION, AND INFRINGEMENT 43. SEVERABILITY

21. PROTESTS 44. FUNDING

22. DISPUTES AND APPEALS 45. PUBLIC INFORMATION ACT

23. PAYMENTS 46. NOTICES

1. DEFINITIONS: In this contract:

A. Bid documents means the entire packet of documents provided to bidders, including the Terms and Conditions, Specifications, Special and Supplementary Conditions, Bid Form and any addendum.

B. Bidder means a person or firm submitting a bid and competing for award of a contract.

C. District means the San Marcos Consolidated independent School District.

D. School Board means the duly elected members of the San Marcos CISD School Board.

E. Contract means the contract awarded pursuant to this solicitation.

F. Contractor means the bidder to which a contract award has been made by the District.

G. County means Hays County, State of Texas.

H. HUB has the meaning given by State law (Art. 601b, V.T.C.S.)

I. Purchase Order means the document issued by the District that creates a legal binding contract between the San Marcos CISD and the Contractor and authorizes the Contractor authorization to ship goods pursuant to the contract.

J. Purchasing Agent means the Purchasing Agent of the San Marcos CISD.

K. Small Business means a corporation, partnership, sole proprietorship or other legal entity established for the purpose of making a profit, which is independently owned and operated, has either fewer than one hundred (100) employees, or less than one million dollars ($1,000,000.00) in annual gross receipts.

L. Texas Resident Bidder means a bidder whose principal place of business is in this state, and includes a bidder whose ultimate parent company or majority owner has its principal place of business in this state.

2. GENERAL CONDITIONS: Bidders will submit their bids upon the following express conditions:

A. Bidders will thoroughly examine the specifications, supplemental conditions, and all other bid documents.

B. Bidders will make all investigations necessary to thoroughly inform themselves regarding facilities for delivery of goods as required by the bid documents. No plea of ignorance as a result of failure to make the necessary examinations and investigations will be accepted as a basis for varying the requirements of the District.

C. Bidders are advised that District contracts are subject to all legal requirements under Local, State, and Federal statutes, ordinances, and regulations.

3. DESCRIPTION OF GOODS:

A. Any catalog, code, manual or manufacturer’s reference used in describing an item is merely descriptive and not restrictive, unless otherwise noted, and is used only to indicate the type and quality of the goods. Any such references are made a part of these contract documents as if incorporated verbatim herein.

B. The term “Or Equal”, if used, is intended to allow substitution of a brand which has all the essential performance, features, reliability, and other salient characteristics as the brand name and model stated in the item description. “Or equal” is intended to establish a level of quality and function and is not to be interpreted as a preference for a particular brand. Other brands meeting these minimum requirements will be accepted. Bids submitted on an “OR EQUAL” item must identify the brand name and model number.

4. CLARIFICATION OR OBJECTION TO BID DOCUMENTS:

A. If a bidder wants a clarification of the bid documents, it must submit a written request to the Purchasing Agent. A request for clarification must be received by the Purchasing Agent no later than five (5) days prior to the scheduled bid opening.

B. Any objections to the bid documents will be in writing and received by the Purchasing Agent no later than five (5) days prior to the scheduled bid opening.

5. ADDENDA: Any clarification of the bid documents will be made by an addendum. Addenda to the bid documents may be issued by the Purchasing Agent in response to a request for clarification or objection, or for any other reason the District considers advisable. Once issued, an addendum becomes a part of the bid documents. A copy of the addendum will be mailed to each bidder that requested a set of bid documents.

6. PREPARATION OF BIDS: Bidders will prepare bids in accordance with the following:

A. All information required by the bid documents will be furnished. The bidder will print or type its name, in ink, and manually sign the bid sheet. The bid sheet, with original signatures, must be submitted.

B. Unit prices will be shown when called for on the bid sheet, and where there is a conflict between the unit price and total price, the unit price will govern.

C. Alternate bids will not be considered unless expressly authorized by the bid documents.

D. The District is exempt from payment of State and Local sales, excise and use taxes.

E. By submitting a bid, each bidder certifies that it is a duly qualified, capable, and bondable business entity, that it is not in or contemplating bankruptcy or receivership and that it is not currently delinquent with respect to payment of taxes assessed by any political subdivision (See paragraph 10 A.(3))

7. SUBMISSION OF BIDS:

A. Bids and bid addenda will be enclosed in sealed envelopes and submitted to the District Purchasing Office. The name and address of the bidder, date of the bid opening and the bid name will be shown on the outside of the envelope.

B. Bids will be submitted on the forms provided in these bid documents. If not submitted on the forms provided, the bid could be rejected. Facsimile bids will not be accepted.

C. Each bidder agrees that its price will remain firm and subject to acceptance by the District for a period of 60 calendar days from the bid opening date.

8. WITHDRAWAL OF BIDS: A bidder may withdraw a bid only by a written request received by the Purchasing Manager prior to the time set for bid opening. Bids may not be withdrawn after the time set for bid opening.

9. LATE BIDS OR AMENDMENTS: Bids and amendments received after the time set for the bid opening will not be considered.

10. REJECTION OF BIDS:

A. The District may reject a bid if:

(1) the bidder misrepresents or conceals any material fact in the bid;

(2) the bid does not strictly conform to the bid documents;

(3) the bidder is delinquent in the payment of taxes to any political jurisdiction; or

(4) it is deemed in the best interest of the District to do so.

B. The District will not be responsible for costs incurred in the preparation of a bid or to contract for its contents.

C. The District reserves the right to waive any minor informalities or irregularities in any bid.

11. ACCEPTANCE OF BID: Upon acceptance of a bid by the District and issuance of a Contract Award by the Purchasing Agent, the successful bidder will deliver the goods as specified at the stated prices, within the time specified, and in accordance with all provisions of the bid documents.

12. AWARD OF CONTRACT:

A. The District will award the contract to the lowest and/or best responsible bidder or will reject all bids. In situations where identical low bids are received from responsible bidders, the District will:

(1) decide between the two by the drawing of lots in a manner prescribed by the District.

B. The District reserves the right to award a contract(s) on the basis of the low bid for each item or the total low bid. Bidders are not required to bid on all items in order to be considered responsive. Prior to making multiple awards, the District will consider the administrative expense involved. The District will only make multiple awards if they result in a substantial savings after considering admin cost. The District reserves the right to award a contract so that the maximum possible savings are achieved. Multiple awards will be made only when necessary to obtain all required goods, when savings offset the administrative expense, or as otherwise determined to be in the best interest of the District.

C. A contract award attached to the bid documents, including the bid sheet of the successful bidder, signed by the Purchasing Agent and returned to the successful bidder results in a binding contract without the necessity for further action by either party. The contract time will commence to run on the date of the issuance of a contract award.

D. State law (§2252.002 Texas Government Code) prohibits award to a non-resident bidder unless the non-resident’s bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid the non-resident bidder to obtain a comparable contract in the state in which the non-resident’s principal place of business is located. This provision does not apply to a contract involving federal funds.

13. TECHNICAL REPRESENTATIVES: Any advice, approvals, or instructions given by the District’s staff, technical personnel or other representatives to any bidder are expressions of personal opinion only and do not alter or amend the bid documents unless included in an addendum.

14. RIGHT TO ASSURANCE: Whenever one party to this contract, in good faith, has reason to question the other party’s intent to perform, the former may demand that the other party give written assurance of intent to perform. In the event that a demand is made and no such assurance is received within 5 working days, the demanding party may treat this failure as an anticipatory repudiation of this contract.

15. CONTRACTOR TO PACKAGE GOODS: The contractor will package goods in accordance with good commercial practice and the carrier’s requirements at its cost. Each shipping container will be clearly and permanently marked on the outside as follows:

A. The Contractor’s name and address

B. The District’s name, address and purchase order number.

C. Container number and total number of containers, e.g. Box 1 of 4 boxes.

D. Designation of container bearing the packing slip.

The District’s count or weight will be final and conclusive on shipments not accompanied by packing lists.

16. SHIPMENT UNDER RESERVATION PROHIBITED: The Contractor will not ship goods under reservation and no tender of a bill of lading will operate as a tender of goods.

17. NO REPLACEMENT OF DEFECTIVE TENDER: Every tender or delivery of goods will fully comply with all provisions of this contract. A tender that does not fully conform will constitute a breach and the Contractor may not substitute a conforming tender. If the time for performance has not yet expired, however, the Contractor may immediately notify the District of its intention to cure a breach and may then make a conforming tender within the contract time, but not afterward.

18. WARRANTY OF PRICE: The District will pay the price for goods specified by the Contractor’s bid. The Contractor warrants its price to be no higher than the Contractor’s current prices on orders by others for identical goods covered by this contract for others for similar quantities, under similar conditions, and methods of purchase. During the course of this contract, the Contractor will inform the District, and give the District the opportunity to take advantage of any price decrease on the items ordered offered to similar customers.

19. SAFETY WARRANTY: Contractor warrants that the goods sold to the District conform to the standards promulgated by the U.S. Department of Labor under the Occupational Safety and Health Act (OSHA) as amended. In the event the goods do not so conform, the Contractor must correct or replace the goods at the Contractor’s expense. If the Contractor fails to do so within a reasonable time, the District, at its discretion, may cause the correction to be made at the Contractor’s expense, or may return the goods at the Contractor’s expense and terminate this contract.

20. PATENTS, INDEMNIFICATION, AND INFRINGEMENT: The Contractor agrees to indemnify, hold harmless and defend the District, its officers, agents and employees against all claims, suits, demands, or damages for alleged or actual infringement of patents, copyrights, or trademarks by the materials or goods furnished hereunder unless they were produced according to the District’s original drawings or designs.

21. PROTESTS: Any protest to the District’s consideration of any bid must be submitted in writing and received by the Purchasing Agent no later than 5 calendar days after bid opening. A written reply to the protest will be sent to the protesting bidder by the Purchasing Agent.

22. DISPUTES AND APPEALS:

A. The District is the final authority on issues relating to this contract. The Purchasing Agent is the District’s representative in the award and administration of this contract, and will issue and receive all documents, notices, and correspondence.

B. If a protest is not resolved to a bidder’s satisfaction, the bidder may submit a notice of appeal to the District Purchasing Department, within 5 days from the bidder’s receipt of a reply to the protest. The decision of District is final and conclusive, and binding on all parties concerned.

C. The Contractor will continue performance of the contract during all disputes with the District. The timely production, shipment, and delivery of goods must not be delayed or postponed pending resolution of any disputes, except as the Contractor and the District may otherwise agree in writing.

23. PAYMENTS:

A. Payment will be made by the District upon satisfactory delivery and acceptance of goods and submission of an invoice to the address below for orders placed by the Purchasing Agent, or as placed by other authorized District campuses/departments.

San Marcos CISD, Attn: (User Department), P.O. Box 1087, San Marcos, Texas 78667

B. For purposes of payment, time will begin upon the satisfactory delivery of goods or submission of an acceptable invoice, whichever is last. Partial payments will not be made unless specifically requested and approved by the District prior to contract award.

C. At a minimum, invoices will include: (1) name, address, and telephone number of the Contractor and similar information in the event payment is to be made to a different address, (2) the purchase order number, (3) accurate listing of goods (4) quantity, applicable unit prices, total prices, and total invoice amount, and (5) any additional payment information called for by the contract.

24. PROMPT PAYMENT ACT: The District will comply with State law (Chapter 2251, Texas Government Code) as amended, regarding payments under this contract.

25. DISCOUNTS: Prompt payment discounts will not be considered in determining low bids and making awards.

26. FOB POINT: Delivery of all goods under this contract will be made Free on Board (FOB) to final destination, at the delivery address shown in this contract or as indicated on each purchase order placed against this contract. The title and risk of loss of the goods will not pass to the District until receipt and acceptance takes place at the FOB point.

27. INSPECTION AND ACCEPTANCE: The District campus/department receiving deliveries or issuing purchase orders under this contract will inspect and accept any and all deliveries made and may reject those items which are damaged or which do not conform to the specifications. The Contractor is responsible for the proper labeling, packing, and delivery to final destination, including replacement of rejected deliveries at no additional cost.

28. VARIATION IN QUANTITY: No variation in the quantity of any item called for by this contract will be accepted unless specifically allowed elsewhere in this contract.

29. WARRANTIES: The Contractor warrants to the District that all goods delivered will conform to the specifications, drawings, or other descriptions furnished or incorporated by reference, will be of merchantable quality, good workmanship, free from defects, and fit for all purposes specified in this contract. The implied warranties of merchantability and fitness for a particular purpose are to be waived unless expressly authorized by the District Council. The Contractor will provide copies of applicable warranties or guarantees to the Purchasing Agent. The District many return goods not meeting applicable warranties to the Contractor at the Contractor’s expense.

30. GRATUITIES:

A. The District may terminate this contract if the District finds, after notice and hearing, that gratuities (in the form of entertainment, gifts or otherwise) were offered or given by the Contractor, or any agent or representative of the Contractor, to any officer or employee of the District to secure favorable treatment with respect to the awarding, amending, or making of any determination with respect to the performance of the contract.

B. In the event this contract is terminated under this section, the District may collect, in addition to any other damages or remedies to which it may be entitled by law, exemplary damages in an amount not less than three (3) nor more than ten (10) times the value of the gratuity offered or given to any District administrator or employee.

31. OFFICIALS NOT TO BENEFIT: If a member of the Board of Trustees or any District administrator/employee has a financial interest in a company, the District may not purchase goods from the company. Contracts made by the District in violation of this restriction are voidable by the Superintendent or the Board of Trustees.

32. DELEGATION, SUBCONTRACTS, ASSIGNMENT, AND SET-OFF: The Contractor will not, without written consent of the District, make any contract with any other entity for furnishing any of the completed or substantially completed goods covered by this contract or assign its obligations under this contract. The District may set-off against the amount payable to any person under this contract any claim or charge it may have against the Contractor.

33. WAIVER: No claim or right arising out of a breach of this contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing and signed by both parties.

34. CHANGE OF NAME: The Contractor is responsible for the performance of this contract. In the event the Contractor changes its name, the Purchasing Agent must be notified in writing immediately. No change in the obligation of the Contractor will be recognized until such change is approved by the Purchasing Agent. A fee of $100.00 per contract, payable to the District, will be charged the Contractor for administrative costs in processing each change under this provision. The contract will then be modified to reflect the change.

35. FORCE MAJEURE: In the event that the performance by either party of any of its obligations under this contract is interrupted or delayed by events outside of their control such as acts of God, war, riot, or civil commotion, then the party is excused from such performance for the period of time reasonably necessary to remedy the effects of the events.

36. TERMINATION FOR DEFAULT: Failure by either party to perform any of its provisions will constitute a default and breach of contract, in which case, the other party may require corrective action within 10 days from the date the defaulting party receives written notice citing the nature of the breach. Failure of the defaulting party to take corrective action or to provide a satisfactory written reply excusing such failure within the prescribed 10 days will authorize the other party to terminate this agreement by written notice.

38. TERMINATION FOR CONVENIENCE: The District reserves the right to terminate this contract upon 30 days written notice for any reason deemed by the District to serve the public interest. Termination for convenience will not be made when termination is authorized under any other provisions of this contract. In the event of such termination the District will pay the Contractor those costs directly attributable to supplies obtained in compliance with the contract prior to termination. Provided, however, that no costs will be paid to the Contractor which are recoverable in the normal course of doing business. The District is not liable for loss of any profits anticipated to be made hereunder.

39. HUB POLICY: It is the District’s policy that in regard to any contract entered into pursuant to this solicitation, historically underutilized businesses (“HUB’s) will be afforded equal opportunities to submit bids in response to this solicitation and will not be discriminated against on the grounds of race, color, sex, religion, national origin, age, or disability in consideration for an award. The bidder warrants that upon execution of a contract with the District, it will not engage in employment practices which have the effect of discriminating against employees or prospective employees because of age, religion, race, color, sex, creed, disability, or national origin.

40. ORDER OF PRECEDENCE: In the event of inconsistency between provisions of this contract, the inconsistency will be resolved by giving precedence in the following descending order:

A. the bid sheet;

B. the specifications;

C. the supplemental conditions;

D. the terms and conditions of Invitation for Bids (IFB)

E. other provisions, whether incorporated by reference or otherwise, including any documents provided by the Contractor.

41. CONSTRUCTION:

A. Except as provided otherwise, words will be given their ordinary meaning. If a word is connected and used with reference to a particular trade or subject matter or is used as a term of art, the word will have the meaning given to it in that particular trade, subject matter, or art. Words in the present or past tense include the future tense. The singular includes the plural and the plural includes the singular unless expressly provided otherwise. The neuter gender includes the appropriate feminine and masculine genders. The term “will” is mandatory.

B. The headings at the beginning of the various provisions of this contract have been included in order to make it easier to locate the subject covered by each provision and are not to be used in construing this contract.

C. This contract will be construed under the law of the State of Texas. Exclusive venue for any litigation under this contract is in Hays County, Texas.

42. ENTIRETY OF AGREEMENT; AMENDMENTS:

A. This represents the entire agreement between the parties relating to the subject matter of this contract. Any prior agreements, promises, negotiations, or representations between the parties are not binding unless included in this contract. All amendments to this contract must be in writing and executed by both parties.

43. SEVERABILITY: In case any one or more of the provisions contained in this contract is held to be invalid or unenforceable in any respect by a court of proper jurisdiction, the invalidity, illegality or unenforceability will not affect any other provision of this contract, and this contract will be construed as if the invalid or unenforceable provision was not contained herein.

44. FUNDING: Funds for payment of this contract have been provided through the San Marcos CISD budget approved by Board of Trustees for the current fiscal year only. State statutes prohibit the obligation and expenditure of public funds beyond the fiscal year for which a budget has been approved. However, the cost of items or services covered by this contract is considered a recurring requirement and is included as a standard and routine expense of the District to be included in each proposed budget within the foreseeable future. San Marcos CISD expects this to be an integral part of future budgets to be approved during the period of this contract except for unanticipated needs or events which may prevent such payments against this contract. However, the District cannot guarantee the availability of funds, and enters into this contract only to the extent such funds are made available. The fiscal year for the District extends from September 1st of each calendar year to August 31st of the following calendar year.

45. PUBLIC INFORMATION ACT: The San Marcos CISD is governed by the Public Information Act (“The Act”), Chapter 552 of the Texas Government Code. All information submitted by prospective bidders during the bidding process is subject to release under The Act.

46. NOTICES: All notices called for or required by this agreement will be addressed to the following, or such other party or address as either party designates in writing, by certified mail, postage pre-paid or by hand delivery, and will be effective five days after mailing.

SPECIFICATIONS

Item #1-Mod-U-Serve Single Drop Front Milk Cooler-10 Each

MCT-SM3 Mod-U-Serve Single Drop Front Milk Cooler

Qty: Ten (10)

• 64” in Length

• Capacity-16

• HP-1/2

• Volts-120

• Phase-1

• AMPS-11.9

• NEMA CORD/CAP-NEMA 5-15P

• Approx Ship Weight-530 LBS.

Standard Features:

Interior Liner: 18 gauge stainless steel fully welded liner with breker strip attachment to exterior panels.

Exterior: 20 gauge stainless steel.

Doors: 20 gauge double pan insulated doors with magnetic gasket.

Insulation: High Pressure foamed in place 2” thick polyurethane.

Condensing Unit: R22 high temperature hermetically sealed with expansion valve and pressure switch operation.

Condensing Unit Housing: Front and rear removable louver panels for flow through air design.

Drain: ½” stainless steel nipple fully welded to interior liner brass gate valve at exterior.

Locking Mechanism: Cylinder locks provided on top door for complete cabinet security.

Corner Bumpers: Rubber bumpers provided on each corner.

Thermometer: 2 ½” dial thermometer.

Casters: Heavy Duty 5” diameter plate casters with brake models at rear corners of cabinet.

Stainless Steel Specification: All stainless steel to be type 304 with number 4 finish except door contact cap which will be magnetic type 430 stainless steel.

Equipment will be delivered and set in place by vendor. This should be included in your bid price.

Bid Sheet for Item #1

Mod-U-Serve Single Drop Front Milk Cooler

Bid: Food Service Equipment Bid

Due: May 17, 2005 by 2:00 pm

All bidders must include in their bid price delivery and installation/set in place.

Delivery Locations:

1 Ea. to Bonham Pre-K $_________________

2 Ea. to De Zavala Elementary $_________________

1 Ea. to Bowie Elementary $_________________

1 Ea. to Crockett Elementary $_________________

1 Ea. to Travis Elementary $_________________

2 Ea. to Hernandez Intermediate $_________________

2 Ea. to Miller Junior High $_________________

Price for additional 12 month Warranty per machine-$______________

Does the submitted bid meet all specifications?____________________________________

Delivery time from Issuance of Purchase Order?___________________________________

The undersigned affirms that they are duly authorized to execute this contract, that this bid has not been prepared in collusion with any other bidder, and that the contents of this bid have not been communicated to any other bidder prior to the official opening of this bid.

Company Name___________________________________________________________

Rep’s Name___________________________________________________________

Address__________________________________________________________

Phone___________________________________________________________

E-Mail_____________________________________________________________

Signature_________________________________________________________

Delivery Addresses Attached

Item #2-Groen 10-Pan Capacity (5 pans per cavity) Stainless Steel Double Stacked Boilerless Steamer

Desciption: Steamer shall be a Groen Model (2) SSB-5GF stainless steel double stacked boilerless steamer. Each steamer cavity has a self contained atmospheric 62,000 BTU/hr gas generating reservoir.

Qty: Two (2)

SSB-5GF

5-Pan Boilerless

Convection Steamer

Table Top or

Stand-Mounted,

Stainless Steel,

Self-Contained,

Gas Heated

Short Form

(2)SSB-5GF

Steamer shall be a Groen SmartSteam Boilerless Convection Steamer Model SSB-5G/GF with self-contained, atmospheric, gas-heated steam generating reservoir. Construction shall be all stainless steel.

Cavity shall have a powerful side-mounted blower to circulate steam. Standard operating controls shall include: 60-minute electro-mechanical timer with continuous steam setting; READY light. Door shall be field-reversible and shall be equipped with an easy-open latch and hidden magnetic door switch. The atmospheric steam generating reservoir shall not require a pressure gauge or switches; shall have an automatic drain and shall have an infrared burner with 62,000 BTU/hr of heating capacity. Steamer shall come up to READY in 18 to 20 minutes from a cold start and shall provide warm cavity, instant steam capability. Gas, electric, water and drain connections shall conform to instructions provided on the back side of this sheet. Do not delime or use water treatment systems with the SmartSteam Boilerless Steamer. CSAdesign-certified and NSF listed

Description

Steamer shall be a Groen Model SSB-5G/GF SmartSteam™ stainless steel, boilerless, convection steamer with a self-contained atmospheric 62,000 BTU/hr gas steam generating reservoir.

Construction

Steamer cavity and cabinet shall be all stainless steel construction, with removable right and left-side panels, providing access to internal components. Steamer shall have no side vents for increased water/spray resistance.

Steamer door shall be all stainless steel with a strong continuous hinge and field-reversible for left or right swing. Door shall be insulated and provided with a one-piece, replaceable seal. Easy-open door handle and latch shall provide positive lock and seal when door is pushed or slammed shut.

A hidden magnetic door switch shall cut power to blower fan and shut down power to the steam generating reservoir when the door is opened. Pan support racks shall be stainless steel and removable for easy cleaning. A stainless steel condensate collection tray shall be positioned under the cavity door.

Finish

Cabinet exterior, including door, shall be a No. 4 uniform finish. Cavity interior shall be polished stainless steel. Control panel face plate shall be smudge-resistant polyester film, ensuring maximum ease in cleaning and maintenance of an attractive appearance.

CSA Listing

Steamer shall be CSA (formerly CGA) design certified.

Sanitation

Steamer shall be designed and manufactured to meet NSF requirements and all known health codes. Steamer shall be NSF listed.

Controls

Steamer controls shall include a Control Power switch; an ON-OFF power button; a 60-minute mechanical timer with continuous steam setting; and a READY light which indicates when the cavity is warm and ready for steaming.

Performance Features

Steamer cavity shall have a powerful, side-mounted blower to increase steam velocity and provide efficient steam distribution throughout the cavity and between loaded pans. Steam generator shall deliver 12,400 BTU/hr of power input per 2-1/2” deep steam pan. Steamer shall have a steam lid positioned over the steam generating reservoir to ensure that adding/removing food does not lower the cavity or water temperature.

Heat up time to READY shall typically be 18 to 20 minutes or less. Cavity is kept warm and ready for instant steam between loads. No cavity warmup required after READY light comes on.

Atmospheric Steam Generating Reservoir

Steamer shall have a gas-heated steam generating reservoir to provide atmospheric steam to the cavity at a temperature of approximately 212° F. The high-efficiency steam generating reservoir shall have water sensors. Gas heater shall have infrared burners with a firing rate of 62,000 BTU/hr.

Steamer shall not require deliming. Acidic products, delimer/descaler and other commercial chemicals shall not be used to clean the steamer. A daily wipe down of the steamer cavity, steam lid and water probes shall be sufficient to maintain optimal operation of the steamer.

Pan Capacity

Installation

Steamer shall require natural or propane (specify) gas service via a 1⁄2” NPT gas supply line, or approved equivalent. Steamer shall be connected to a 3⁄4” NH cold water supply line and a 1-1/2” free venting drain. Steamer shall require 115 Volt, single-phase electrical service.

Water Supply Requirements

Steamer must be connected to an on-site water supply. Steamer shall not require water purification/filtration or treatment systems and shall not require deliming.

Bid Sheet for Item #2

Groen 10-Pan Capacity (5 pans per cavity) Stainless Steel Double Stacked Boilerless Steamer

Bid: Food Service Equipment Bid

Due: May 17, 2005 by 2:00 pm

All bidders must include in their bid price delivery and installation/set in place.

Delivery Locations:

1 Ea. to Miller Junior High $_________________

1 Ea. to Goodnight Jr. High $_________________

Price for additional 12 month Warranty per machine-$______________

Does the submitted bid meet all specifications?____________________________________

Delivery time from Issuance of Purchase Order?___________________________________

The undersigned affirms that they are duly authorized to execute this contract, that this bid has not been prepared in collusion with any other bidder, and that the contents of this bid have not been communicated to any other bidder prior to the official opening of this bid.

Company Name___________________________________________________________

Rep’s Name___________________________________________________________

Address__________________________________________________________

Phone___________________________________________________________

E-Mail_____________________________________________________________

Signature_________________________________________________________

Delivery Addresses Attached

Item #3-Groen 6-Pan Capacity Stainless Steel Pressureless Connectionless Steamer

Desciption: Steamer shall be a Groen Model (2) VRC-6E stainless steel pressureless connectionless steamer with an 12 KW atmospheric 12 KW electric steam reservoir, per bulletin 142590 as follows:

Qty: Two (2)

6 Pan Capacity

Stainless Steel

Pressureless Connectionless Steamer

Table Top

Self-Contained

Electric Heated

Unit shall be a Groen Vortex pressureless connectionless steamer Model VRC-6E with a cavity water reservoir electric heated for steam generation per Bulletin 142590. Stainless steel construction with a powerful blower to circulate steam within the cavity. Standard operating controls includes: 90 minute mechanical timer, constant steam setting, HOLD mode and add H2O light (to know when to add water into the reservoir to continue operation.) Door is field reversible, with easy open latch and hidden magnetic door switch. The inside cavity water reservoir for steam generation requires no pressure gauge or switches. Unit has 12KW power input. Unit shall come ready to steam in 15-20 minutes from a cold start, and provide warm cavity-instant steam capability. See other side for electric connections required. Made in the U.S.A.

HOLD light which indicates when cavity is at holding temperature and an ADD - H2O light to indicate when water is needed in the reservoir to generate steam.

Performance Features

Steamer cavity shall have a powerful side mounted blower, which increases steam velocity and provides efficient steam distribution throughout the cavity and between loaded pans. Water reservoir steam generator delivers 2KW power input per 2 1/2” deep steam pan.

Unit shall come ready to steam in 15 - 20 minutes from a cold start, and provide warm cavity-instant steam capacity. Cavity is kept warm and ready for instant steam between loads.

H2O indicator light warns operator of need to add water to the cavity reservoir. Unit will shut off if no water is added. Water reservoir can be drained by turning the drain handle to the open position.

Atmospheric Steam Generation

Unit shall have an electric heated water reservoir to provide atmospheric steam at the temperature of approximately 212º F. Water reservoir has electric water level sensors. When filled to the high level sensor, it has a capacity of 4 gallons.

Pan Capacity

Installation

Unit requires 208, 240 or 480 volt, three phase electric service. Unit is shipped with a cord set ready to plug in. Single phase 200 or 240 volt models are available.

Water Supply Requirements

No water hook up is needed.

Description

Steamer shall be a Groen Model VRC-6E stainless steel pressureless connectionless steamer with a 12 KW atmospheric electric steam reservoir, per Bulletin 142590 as follows:

Construction

Steamer cavity and cabinet shall be all stainless steel construction with removable right and left side panels providing access to internal components.

Steamer door is all stainless steel with strong continuous hinge and is field reversible for left or right swing. Door shall be insulated and provided with a one piece, replaceable seal. Easy open handle and latch shall provide positive lock and seal when door is pushed or slammed shut.

Hidden magnetic door switch cuts power to blower and reduces power to generator when door is opened. Pan support racks shall be polished stainless steel and removable for easy cleaning. A removable stainless steel condensate collection tray is positioned under cavity door.

Finish

Cabinet exterior including door shall be finished to a No. 4 uniform finish. Cavity interiors are polished stainless steel.

UL Listing

Steamer shall be UL listed.

Sanitation

Unit shall be NSF listed. Unit to allow operator easy cleaning of water reservoir through cavity door.

Controls

Steamer controls shall include an ON-OFF power button; 90 minute mechanical timer, with continuous steam setting.

Pan Size / Type Number

12 x 20 x 1” 12

12 x 20 x 2 1/2” 6

12 x 20 x 4” 4

Bid Sheet for Item #3

Groen 6-Pan Capacity Stainless Steel Pressureless Connectionless Steamer

Bid: Food Service Equipment Bid

Due: May 17, 2005 by 2:00 pm

All bidders must include in their bid price delivery and installation/set in place.

Delivery Locations:

2 Ea. to De Zavala Elementary $_________________

1 Ea. 142365-Stand $_________________

Price for additional 12 month Warranty per machine-$______________

Does the submitted bid meet all specifications?____________________________________

Delivery time from Issuance of Purchase Order?___________________________________

The undersigned affirms that they are duly authorized to execute this contract, that this bid has not been prepared in collusion with any other bidder, and that the contents of this bid have not been communicated to any other bidder prior to the official opening of this bid.

Company Name___________________________________________________________

Rep’s Name___________________________________________________________

Address__________________________________________________________

Phone___________________________________________________________

E-Mail_____________________________________________________________

Signature_________________________________________________________

Delivery Addresses Attached

Item #4 “Metcraft Power Soak” Pot Washing Systems

Product Specification: PS200 Custom Evolution Unit by Metcraft.

Sink for De Zavala Elementary shall be 165” in overall length, with a 31.5” scraping section, 60” wash sink, 20” rinse sink, 24” sanitize sink and 29.5 clean drain board. Pot scrubbing sink shall be Power Soak by Metcraft with no alternates. Sink for Miller Jr. High shall be 144” in overall length with a 25” scraping section, 54” wash sink, 18” rinse sink, 20” sanitize sink and 27” clean drain board. Wash, rinse and sanitize sinks shall have depths of 19 and 14 inches respectively. Ends and front shall have 1-1/2” inch channel rims. Operation shall be right to left. Unit will ship in two sections with the “JBZ” non-weld field joint. Sinks shall be 28-3/4 inches front to back, 34 inches wall to front with 8-inch backsplash. Front shall have 1 ½ inch rolled rim the entire length. The narrow end splashes (each end) shall be 5 inches high at the wall, broken away at 90 degrees, 1 inch thick, turned down 5 inches to enclose back of end splash. Sinks shall be left to right or right to left operation and configuration as specified in each item number below. All units shall be 33 inches high from floor to top of rolled rim.

Entire sink shall be constructed of 14 gauge Type 304 stainless steel. Unit shall include stainless steel utensil basket.

Tanks drain boards, backsplashes, and rolled rims shall be constructed of 14 gauge 304 stainless steel.

Legs, cross-members, and feet shall be constructed of heavy gauge stainless steel pipe. Legs shall be 1 5/9 inch diameter and cross-members 1 ¼ inch diameter.

Wash sink shall be 19 inches to depth and have flush stainless steel wash jets spaced every 6 inches along the back wall of wash tank/per Metcraft’s Patent. The number of jets increases according to wash sink size.

Rinse and sanitize sinks shall be 24 inches in depth.

A continuous duty motor, high volume centrifugal stainless steel pump and wash water manifold shall be attached to the wash tank via integral welds. Wash manifold shall be self-draining. Primary intake shall be built at the rear of and along the entire length of wash tank.

The heavy-duty centrifugal pump shall be entirely stainless steel, rated to deliver 36 to 40 gallons per minute to each wash jet and be equipped with a removable drain plug.

The pump motor shall be continuous duty, three horse power, three phase, totally enclosed fan cooled (TEFC) with double shielded bearings. Voltage will be confirmed on the approved pre-production shop drawings.

Wash sink heating shall be provided by a 7,000 watt heating element.

The PS200 control panel shall include solid state liquid level probe and control with a 10 second delay from first contact with probe to prevent false readings. There shall be a solid state, 24 volt wash timer for night washing. There shall be a lighted digital control display to set and display actual wash water temperature.

Each custom Power Soak institutional system shall include CH#DBN-9100 rear exit ball valve drains, one (1) CH#K34-5500-PS pre-rinse spray, one (1) CH#K34-5500-PS pre-rinse spray with ¾ inch add on faucet and one (1) powered utensil basket. Sink shall include Metcrafts integrated soap and sanitizer dispensing system.

Plumbing and electrical will be completed by others.

Sinks should be delivered and set in place by successful bidder.

Bid Sheet for Item #4

“Metcraft Power Soak” Pot Washing Systems

Bid: Food Service Equipment Bid

Due: May 17, 2005 by 2:00 pm

All bidders must include in their bid price delivery and installation/set in place.

Delivery Locations:

1 Ea. to De Zavala Elementary $_________________

1 Ea. Miller Jr. High $_________________

Price for additional 12 month Warranty per machine-$______________

Does the submitted bid meet all specifications?____________________________________

Delivery time from Issuance of Purchase Order?___________________________________

The undersigned affirms that they are duly authorized to execute this contract, that this bid has not been prepared in collusion with any other bidder, and that the contents of this bid have not been communicated to any other bidder prior to the official opening of this bid.

Company Name___________________________________________________________

Rep’s Name___________________________________________________________

Address__________________________________________________________

Phone___________________________________________________________

E-Mail_____________________________________________________________

Signature_________________________________________________________

Delivery Addresses Attached

Item #5 Restaurant Range

Southbend Restaurant Range 436D

2 Each

6 Open Burners, Single Oven

Standard Features

- 33,000 BTU Burners

- 4”Stainless steel front rail

- Commercial gas range 36.5” wide with a 37” cooking top

(including 6” high adjustable legs)

- 6 patented, clog free, cast iron burners

- Cast iron grate top will hold a 14” stock pot

- Removable one-piece drip tray under burners

- Heat resistant door handle

- Stainless steel front, sides and removable shelf

- Porcelain enamel, lift-out oven bottom and coved interior

- Hinged lower valve panel

- One year Parts and Labor Warranty

Standard Oven (D suffix)

- 45,000 BTU

- Single rack per oven

- Large 26” wide x 26 1/2” deep oven - full size sheet pans fit

both ways

- Equipped with a flame failure safety device

- Thermostat range from 250°- 500°F (121°- 260°C) with

low setting

STANDARD CONSTRUCTION SPECIFICATIONS

Exterior Finish: Stainless steel front,sides and shelf standard.

RangeTop:- 6 each, 33,000 BTU cast iron burners

round, non-clogging design, Center-to-center measurements

between burners not less than 12”, side-to-side or front-to-back. A

removable one piece drip tray is provided under burners to catch

grease drippings

Back Shelf: Rigid, single deck stainless steel.

Door: Constructed with heavy duty hinges and quadrants and heat

resistant handle.

Legs: 6” black, adjustable

Standard Models (436D)

Interior: 45,000 BTU. Cavity sides, top and back -aluminized steel.

Oven bottom and door lining porcelain enamel finish. Four sides and

top of oven insulated with heavy, self-supporting block type rock

wool with oven baffle assembly constructed of Aluma-Ti steel.

Rack and Rack Guides: 2-postion rack guides with one removable

rack

Controls: Oven thermostat temperature type adjustable for 250° -

500° F with a low setting.

Pressure Regulator: Factory installed.

GAS:

- 436D Total BTU-NAT: 243,000; LP: 186,000

- One 3/4” female connection.

- Required minimum inlet pressure

- Natural gas 4” W.C.

- Propane gas 10” W.C.

MISCELLANEOUS UTILITY INFORMATION

- If using Flex-Hose, the I.D. should not be smaller

than 3/4” and must comply with ANSI Z 21.69

- If casters are used with flex hose, a restraining

device should be used to eliminate undue strain on

the flex hose

- For installation on combustible floors (with 6” high

legs) and adjacent to combustible walls, allow 6”

clearance.

- Recommended - Install under vented hood

- Check local codes for fire, installation and sanitary

regulations.

- If the unit is connected directly to the outside flue, an

A.G.A approved down draft diverter must be installed

at the flue outlet of the oven.

OPTIONS AND ACCESSORIES

Casters should be included

Bid Sheet for Item #5

Southbend Restaurant Range

Bid: Food Service Equipment Bid

Due: May 17, 2005 by 2:00 pm

All bidders must include in their bid price delivery and installation/set in place.

Delivery Locations:

1 Ea. Hernandez Intermediate $_________________

1 Ea. Miller Jr. High $_________________

Price for additional 12 month Warranty per machine-$______________

Does the submitted bid meet all specifications?____________________________________

Delivery time from Issuance of Purchase Order?___________________________________

The undersigned affirms that they are duly authorized to execute this contract, that this bid has not been prepared in collusion with any other bidder, and that the contents of this bid have not been communicated to any other bidder prior to the official opening of this bid.

Company Name___________________________________________________________

Rep’s Name___________________________________________________________

Address__________________________________________________________

Phone___________________________________________________________

E-Mail_____________________________________________________________

Signature_________________________________________________________

Delivery Addresses Attached

Item #6 Swivelink Connectors

BID SHEET

Bid: Food Service Equipment Bid- 15 each Swivelink HG-40-48SK, Gas hose and installation kit with Quick-disconnect, ¾” N.P.T. and 48” long with swivelink fittings.

Due: May 17, 2005 by 2:00 pm

All bidders must include in their bid price delivery and installation/set in place.

Delivery Locations:

15 Ea. Child Nutrition Warehouse $_________________Ea.

Does the submitted bid meet all specifications?____________________________________

Delivery time from Issuance of Purchase Order?___________________________________

The undersigned affirms that they are duly authorized to execute this contract, that this bid has not been prepared in collusion with any other bidder, and that the contents of this bid have not been communicated to any other bidder prior to the official opening of this bid.

Company Name___________________________________________________________

Rep’s Name___________________________________________________________

Address__________________________________________________________

Phone___________________________________________________________

E-Mail_____________________________________________________________

Signature_________________________________________________________

Delivery Addresses Attached

|Bonham Early Childhood Center (Preschool) |Doris Miller Junior High (7-8) |

|211 Lee Street |301 Foxtail Run |

|Principal: Ricardo Hernandez |Principal: Dale Wiley |

|Main number: 393-6722 |Main number: 393-6660 |

|Nurse: 393-6738 |Nurse: 393-6630 |

| |Counselor's office: 393-6670 |

|Bowie Elementary School (K-4) |Owen Goodnight Junior High (7-8) |

|1225 Highway 123 |1805 Peter Garza Drive |

|Principal: Karen McGowan |Principal: Steve Dow |

|Main number: 393-6200 |Main number: 393-6550 |

|Nurse: 393-6204 |Nurse: 393-6556 |

| |Counselor's office: 393-6557 |

|Crockett Elementary School (K-4) |San Marcos High School (9-12) |

|1300 Girard |1301 Highway 123 |

|Principal: Vicki Ashcraft |Principal: Dr. Chad Kelly |

|Main number: 393-6400 |Main number: 393-6800 |

|Nurse: 393-6406 | |

|DeZavala Elementary School (K-4) | |

|FM 621 S -- DeZavala Drive | |

|Principal: Yolanda Almendarez | |

|Main number: 393-6250 | |

|Nurse: 393-6258 | |

|Travis Elementary School (K-4) |PRIDE Academic High School (9-12) |

|1437 Post Road |540 Staples Road |

|Principal: Deborah McCullough |Principal: Judy Mitchell |

|Main number: 393-6450 |Main number: 393-6864 |

|Nurse: 393-6454 | |

|Hernandez Intermediate School (5-6) |Alternative Education |

|333 Stagecoach Trail |Programs (K-12) |

|Principal: Susan Brown |500 West Hutchison |

|Main number: 393-6100 |Main number: 393-6932 |

|Nurse: 393-6138 | |

Child Nutrition Department

511 Burleson

San Marcos, Tx 78666

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download