THE BOARD OF EDUCATION OF DORCHESTER COUNTY, MD REQUEST FOR PROPOSALS DORCHESTER CAREER AND TECHNOLOGY CENTER Culinary Arts Equipment Procurement Requirements PSC# N/A Pre-Proposal Meeting: 8/31/2012 @ 11:00 AM Location: Dorchester Career and Technology Center 2465 Cambridge Beltway Cambridge, MD, 21613 Pre-Qualification Statements Due: 9/7/2012 Proposal Due Date: 9/7/2012 10:00 a.m. at BOE Conference Room FACILITIES OFFICE 700 GLASGOW STREET CAMBRIDGE, MARYLAND 21613-0619 CONTACT: Chris Hauge/Sam Slacum PHONE: 410-221-1111, EXT 1009/1010
REQUEST FOR PROPOSALS Sealed proposals are being sought from pre-qualified vendors until 10:00 a.m. on September 7, 2012 by the Board of Education for Dorchester County at 700 Glasgow Street, Cambridge, Maryland, 21613 for the Culinary Arts equipment for the new replacement Dorchester Career and Technology Center. In general the scope of work includes but is not limited to; kitchen equipment to support the Culinary Arts program. Vendors must be licensed and provide at least five references for similar projects for approval to be considered responsive, as determined by the School Facilities Engineer, Mr. Chris Hauge. A pre-proposal meeting will be held on August 31, 2012 at 11:00 A.M. at the Dorchester Career and Technology Center, 2465 Cambridge Beltway, Cambridge, Maryland, 21613. Pre-qualification statements are required and must be submitted on or before the proposal date to Mr. Chris Hauge, School Facilities Engineer, Board of Education for Dorchester County, 700 Glasgow Street, Cambridge, Maryland 21613. Prequalification statements will be available at the pre-proposal meeting. Minority Business Enterprises (MBE s) are encouraged to participate. The Board of Education reserves the right to waive any informality in, or to reject, any or all proposals. The Dorchester County Board of Education does not discriminate in admissions, access, treatment, or employment in its programs and activities on the basis of race, sex, age, color, national origin, religion, disability, sexual orientation or other basis prohibited by law. Appropriate accommodations for individuals with disabilities will be provided upon request. BY ORDER OF THE BOARD OF EDUCATION Dr. Henry V. Wagner, Jr. Superintendent of Schools General Scopes of Work
The Culinary Arts Program at DCTC will require additional equipment to support instruction. This equipment may include but is not limited to the following: 1 - Southbend Convection Oven Model #SLGB/12CCH along with a stacking kit and casters to stack with existing unit 1 Thermo Kool Blast Chiller Model TK3S-1 1-20 Quart Hobart Legacy HL200 Mixer with deluxe accessory package, extra bowl, meat chopper and sausage stuffer, ED Dough Arm, P Pastry Knife, Table Model TABLE-HL2012 20 Kitchen Aid Commercial 7 qt Mixers KSM/7990WH 10 Under the counter size 20 3/8 x 32 ¼ x 26 inch pan rack 1 - Metro epoxy 24x48 security locker for existing shelving 1 - Metro chrome 24x48 security locker for existing shelving 1 - Paco Jet Advanced System 1 Edlund Model BDSS/BDS 16lb. x ¼ oz. capacity 20-10.5 wooden rolling pin 20 Vollrath wearever premier 4.5 saucepan lids 1 Vollrath stainless steel 20 gal stock pot with faucet 1 Vollrath stainless steel 20 gal stock pot lid 10 9 x 2 inch 15 gauge round heavy duty cake pan 10 9 x 12 x 2 inch 14 gauge rectangle heavy duty cake pans 4 4 pan 1lb heavy duty loaf pan set 2 Mandarian style 8 inch wok 1 - Carpet sweeper 2- Stainless steel 48 x 12 inch wall shelf 20 Heavy duty sanitizer buckets 20 Heavy duty detergent buckets 20 6 inch single mesh strainer 20 Extra heavy duty tongs locking 20 vollrath 30 dishers 1 Wood pizza peel 6 Pizza screens, 2 each 10 inch, 12 inch, 20 inch 1 Stainless steel food mill 20 Pint Rubbermaid liquid measure 20 12 inch French whip 20 12 inch Piano whip 20 8 x 10 inch wire cooking racks 12 Grey commercial grade 7-5/8 gallon bus boxes 12 Glass dishwasher racks
20 - Carlise pastry brush Kitchen Aid Mixer Attachments 1-Ice cream maker, 1-Pasta excellence kit, 1- Water jacket 2 Foot trundles for walk-in cooler and freezer 2 - Smart buffet ware Odin 3 gallon coffee urn 1 Stainless steel marmite chafer 11 qt 1 Stainless steel marmite chafer 7 qt 4 8 qt deluxe full size chafer 2 5 qt deluxe round chafer 2 2.2 gallon cold juice dispenser 1 Carving station with bulb warmer and poly cutting board 1 - Dolly for end loader Carlisle 1 -Electronic Smartsmoker Model #SM160 including: digital meat probe, rib racks, cold smoke kit, seafood grills 2 10 hour digital timers 1 - Commercial Omega juicer 1 - Commercial Excalibur Dehydrator 1 - Rubbermaid Safety Storage Cart Model #9G59 Canada Cutlery Knives: Product Description Code QTY. Ergonomic POM Full Tang 9 Chefs knife POM Full Tang (med) Handle 91007-230 1 3 1/2" Paring knife Poly/Santoprene black handle 88203-090 1 2 1/2" Curved Paring knife Poly/Santoprene black handle 88103-060 1 6" Boning Knife - semi flex POM Full Tang (med) Handle 91001-150 1 12" Slicer Granton POM Full Tang (med) Handle 92044-300 1 8" Straight Fork POM Full Tang (med) Handle 92134-200 1 10" Slicer Scalloped Blade POM Full Tang (med) Handle 92053-250 1 12 Steel "DoubleSharp" P-203-SK4-1
12" Culinary Case One zipper case 2294-case 1 Product Description Code QTY. Poly/Sanopreme Poly/Santoprene black handle 8 Chefs knife 8' Cooks Knife 82009-200 20 3 1/2" Paring knife 3 1/2 in Paring Knife 88203-090 20 6" Boning Knife - semi flex 6 in Flexible Boning Knife 82001-150 20 12" Slicer - Granton 12 in Slicer 82044-300 20 8" Filleting Fillet knife 82000-200 20 2 1/2" Curved Paring Knife 2 1/2 in Tourne Knife 88103-060 6 2 1/2" Double Sided Peeler Veg Peeler 8018-060 20 Poultry Shears Stainless Steel Poultry Shears 92920-240 6 8" offset spatula Poly/Santoprene white handle 86006-202 6 4" offset spatula Poly/Santoprene white handle 86006-112 6 Plain Pastry tube #4 Stainless Steel - Pastry Tip #804 12 Star Pastry tube #4 Stainless Steel -Star Open #824 12 12 Steel "DoubleSharp" Steel P-203-SK4-12" 20 Tool Box - 24" Tool Box TOOL-BOX- #01150 6 Proposals/Pricing/Submissions
Prospective vendors shall submit proposals in their own format that meets the needs defined in this request for proposal. Proposals must be drafted in line item format and be made available electronically. All costs are to be broken out between equipment (tool, trainer, assembly, etc), installation (delivery/placement/setup/training), service (i.e. annual or semi-annual preventative maintenance, safety certifications, etc), program support cost components (multi-year parts/service supply) and other (donated industry items-tool cabinets, tools, equipment, trainers, banners, miscellaneous services, etc). The successful vendor that chooses to provide goods or services at no cost or at a significant documentable discount shall receive documentation from the Board of Education showing the donation(s) for tax purposes. The vendor(s) should provide detailed pricing as well as product brochures or related information with their proposal. If the Miscellaneous Tools and Equipment are provided at no cost, appropriate documentation will be provided by DCPS for tax purposes. Vendors that have or would typically provide ongoing services related to program support (industry parts suppliers, equipment/system service providers, etc) are encouraged to provide the specified products or services at a discount in exchange for consideration of multiyear commitments to provide ongoing program support. The vendor(s) will deliver, install and train DCTC students and staff on all equipment outlined for proposal at no additional cost to DCPS. Trade In Trade in of existing kitchen equipment no longer utilized by the program or the school system will be considered. Pricing must be included with the proposal. Equipment will be available for review at the pre-proposal meeting or by appointment. Substitutions Proposal submitters may elect to substitute a comparable model for any of the above equipment in the event that a newer model is available; the vendor does not represent that particular brand or if there may be, in their professional opinion, a better alternative to what has been requested. However DCPS reserves the right to decline any alternative suggestions. Substitutions must be submitted a minimum of 3 days prior to the proposal due date in order to be considered.
Schedule The specific time frames for installation/completion of these scopes will be coordinated upon formal Board of Education award(s). In general the equipment must be onsite and accepted by November 30, 2012 or a sooner date mutually agreed to by the owner and successful vendor(s). Contract Vehicle/Payment The form of agreement will be a standard purchase order(s) from the Board of Education for Dorchester County. Payment will typically be based on a monthly invoice submitted for approval with appropriate backup and purchase order number. Payment will be in the form of a check. Discounts for timely payment should be included in proposal submission. All submitters accept and agree that final approval of all invoices will be based solely in the opinion of the Administration at the Dorchester Career and Technology Center and the Facilities Department of the Board of Education. Applications for payment may not be approved in the event of failure to perform in any manner. Warranty All work, products and services are to be warranted for a minimum period of two years from date of final Board of Education payment (parts and labor). Insurance All BOE insurance requirements must be met. The Dorchester County Board of Education shall be named as additional insured. All vendors may be required to provide an insurance certificate. Supervision Successful vendor is responsible for providing certified, competent supervision at all times.
Safety All BOE safety requirements shall be complied with at all times. Service In general, the successful vendor(s) must be able document that they have the ability to respond to service calls within 1 hour of notification. Process Dorchester County Public Schools representatives will meet with prospective vendors in the pre-proposal meeting. Dorchester County Public Schools will entertain questions and concerns prior to the proposal submission date. Once submitted they will be reviewed in depth by the project team. Follow up meetings, requests for information or other requests pertinent to this matter may be requested previous to authorization to proceed. The proposal/proposals deemed to be in the best interests of Dorchester County Public Schools may be recommended for award. Awards may be multiple over time to all vendors based on the needs of the school system. Completion Successful completion of all aspects of this work shall be determined solely in the opinion of representatives of the Board of Education and the Administration of the Dorchester Career and Technology Center. THE BOARD OF EDUCATION OF DORCHESTER COUNTY CONTRACTOR/VENDOR PREQUALIFICATION STATEMENT IMPORTANT This questionnaire is intended as a basis for establishing the qualifications of
Contractors/Vendors for undertaking Construction Work or Procurements under the jurisdiction of the Board of Education. If a Contractor/Vendor has not filled in such a questionnaire and turned it over to the local educational agency having jurisdiction setting forth its qualifications to the satisfaction of the Superintendent of Schools, he (the contractor/vendor) shall be ineligible to receive construction/procurement documents for bidding or for contract award for such work as may be handled through the Board of Education. Certification shall be valid for one calendar year only, and renewal must be applied for before January first of each succeeding calendar year. General Legal Title and Address of Organization Maryland Representatives Name, Title and Address Corporation Co-Partnership Individual (Check One) If a Corporation State: Capital Paid in Cash $ Date of Incorporation State in which Incorporated Name & Title of Principal Officers Date of Assuming Position If a Co-Partnership State: Date of Organization Nature of Partnership (General, Limited, Association, etc.) Name and Address of Partners, Age If individual State: Full name and address of Owner
List Major Items of Equipment Fully Owned by Organization (give approximate age and value, if not fully owned so state). Is any member of your organization employed by the County or in any way officially connected with the local government? If yes, explain: Have you or your firm ever failed to complete a construction project or procurement? if yes, explain (use additional sheets as required). Have you or your organization ever been a party to criminal litigation as a result of construction/procurement methods, etc.? If yes, explain (use additional sheets as required) Financial Information a) Give the value of all construction equipment fully owned by your organization. $ b) Give the value of total assets of organization (including equipment value from above). $ c) Give value of total liabilities of organization. $
d) Give total contract value of work accomplished by your organization in each of the last 3 years. 2008 2009 2010 e) Give contract value of work presently being accomplished by, or pending award to your organization. as of. f) Give value of any judgments or liens outstanding against your organization. g) Has any bonding company refused to write you a bond on any construction work? If yes, explain: h) Give maximum value of contract work for which you could obtain a bond. Experience a) Indicate type of contracting undertaken by your organization and years of experience: b) State construction/procurement experience of principal members of your organization: Name/Title Construction/Procurement Type of Work Capacity? c) Give any special qualifications of firm members (Registered Professional Engineer, AIA, EIT, etc.) d) List some principal projects completed by your organization: Name of Project/General or Sub/Contract Amount/Year/Designer/Owner
If General Contractor, list some sub-contractors in various fields who have worked under you: If Sub-contractor, list some General Contractors for whom you have worked: 1. What is the money value of the largest project accomplished by your organization? 2. Maximum value in last three (3) years? 3. Maximum value you prefer to undertake? 4. Price range of work your organization deemed best adapted to undertake?