40
Rece I ved *. '3=.L*%. Health science Center at Fort Worth * Educalion, Research, Patient Care end Service Intentionally left blank. 5 12:52 From-8177591909 To-UNT HEALTH SCIENCE 0 Page 01

Coke Contract. University of North Texas Health Science Center

Embed Size (px)

Citation preview

Page 1: Coke Contract. University of North Texas Health Science Center

Rece I ved

*.

'3=.L*%.

Health science Center at Fort Worth * Educalion, Research,

Patient Care end Service

Intentionally left blank.

5

1 2 : 5 2 F r o m - 8 1 7 7 5 9 1 9 0 9 To-UNT HEALTH SCIENCE 0 Page 0 1

Page 2: Coke Contract. University of North Texas Health Science Center

University of North Texas Health science Center at Fort Worth *

Education, Research, Patient Care and SeN'W

Letter of Clarification

January 25,2007

TO: B&C Vending ATTN: Benny Ray

25 17 Weaver Street; Suite B Fort Worth, TX 76 1 17

RE: RFP #7007/LS and Best and Final Offer dated 12/14/06 University of North Texas Health Science Center Vending Machine Services FY07

B&C Vending is invited to submit a letter of clarification to your responses to Request for Proposal #7007/LS and the Best and Final Offer for RFP 7007lLS for consideration in the award determination by the University of North Texas Health Science Center (UNTHSC).

Your response must be authenticated by an officer of your company who is authorized to bind the company in contract. The signature on your transmittal letter for the Letter of Clarification will serve as authentication.

Questions concerning thls request should be directed to the undersigned at 517.735.51 13.

Sincerely,

Lydia St. John Senior Procurement Specialist

Atch: As stated

Texas College of Osteopathic Medicine 0, Graduate ScJlool ofBiornedid Sciences S&od of PuMic Heslltr *' lnslilules of Discovery *' Physicians 4 SUrgcWfIS Medical Group

Received 01-25-07 12 :52 From-8177591909 To-UNT HEALTH S C I E N C E 0 Page 02

Page 3: Coke Contract. University of North Texas Health Science Center

1 . Please clarify commissions in Section 9 4.2 in EWP7007/LS:

Commission is to bepaid on dnnk and snack machines gross sales. Commission is not required for P

, . , Cold food machnes. Ff - . 1%: ,;

i- " ..

;" 1

Dated 12/14/06:

T h e section "HotiCold Sandwiches- Entrees are items in the cold food machnes and therefore are not included in commission sales. However the items listed are an example of s~zes and pricing to be expected in the cold food machines. Every effort will be extended to maintain this standard.

Received 01 - 2 5 - 0 7 1 2 : 5 2

c - u - - 0 7 Date

To-UNT HEALTH SCIENCE 0 Page 03

Page 4: Coke Contract. University of North Texas Health Science Center

Received 12-18-06 1 5 : 0 7 To-UNT HEALTH SCIENCE 0 Page 01

Page 5: Coke Contract. University of North Texas Health Science Center

University of North Texas Health Science Center at Fort Worfh *

Education, Research, Patient Care and Service

Best & FinaI Offer Letter

.I December 14,2006

TO: B&C Vending Response Due: ATTN: Bemy Ray Date: December 16,2006

25 17 Weaver Street; Suite B Time: 2:00 p.m. Fort Worth, TX 76 1 17 Place: UNTHSC Purchasing

RE: RFP #7007/LS University of North Texas Health Science Center Vending Machine Services FY07

B&C Vending has been qualified as a proposer to the referenced RFP based on evaluation of your response to the RFP being judged acceptable or reasonably susceptible to being made acceptable. B&C Vending is invited to submit its Best and Final Offer (BAFO) for consideration in the award determination. If your proposal changes in any respect outside of revised pricing, complete documentation must be provided.

As part of ths BAFO request, UNTHSC has also included several changes to the original , specifications-listed in the RFP. Please consider these changes in preparing your BAFO response.

1. Section 7.3, Contract Term. Change t lus section to the following: Any contract resulting from thls WP shall be effective from Date of Award through August 31, 2008. UNTHSC shall have the right to extend the tenn of the contract. subject to the same terms and conditions. for an additional three (3) years. The extension shall be made In one year intervals. UNTHSC must provide notice of an extension prior to the expiration of the then current term of the contract. UNTHSC may elect not to extend the contract for the full three (3) years.

Note the effective period c cornpleting the escalation

2. Section 7.4 E, Freque UNTHSC requires as a the volume of products s commence on or before t

]is into cc

lowing: le done in ldard of UNTHS(

such 75% 1 per:

frequ full.

I when

.ency as to e Restocking

nsure must

Texas College of Osteopethic Medidne Gmduefe School of Biomedical Suonces School of Public Health Insfifths oiDiscovery Physicians 8 Surgeons Medical Group

An EEOlAffirmative Action Institution

Rece ived 12-18-06 1 5 : 0 7 From-8177591909 To-UNT HEALTH SCIENCE 0 Page 0 2

Page 6: Coke Contract. University of North Texas Health Science Center

3. Section 7.4 H, Service Request Response. Section is deleted.

4. Section 7.4 J. New Item Request Policy. Paragraph changed to the following: UNTHSC Committee to request product mix for machines. In the future, shouId additional sizes or products become available, prices will be negotiated based on pricing for products quoted.

5. Section 7.4 K. Special Request Policy. Amend to the following: UNTHSC may request on occasion special services (i.e. free vend of coffee machine).

6 . Section 8.5, Vendor Qualifications. Amend to the following: Proposer must have a representative to serve as project account manager.

7. Section 9.3. Proposal Content. Amend first sentence to the following: Responses to this RFP should consist of answers to required questions in Section 12 Proposer Questionaire.

8. Section 9.4.2, Commissions. Change dates as follows: August 3 1,2007 to August 3 1,2008 and September I , 2007 to September 1,2008.

. .

9. Section 11.13, Insurance. This section is amended to the following: The successful Contractor shall maintain a satisfactory blanket employee fidelity bond in the minimum amount of $5,000.00, for the purpose of protecting UNTHSC against any loss or fai.lure of Contractor or any of its officers; employees or agents to transmit to UNTHSC for any reason the monies collected as required by the resulting Contract. Within ten (10) business days of the effective date of this Contract, the Contractor must provide UNTHSC proof of bonding. The successful Contractor must provide UNTHSC notice of any cancellation of any bond within three (3) business days of any cancellation.

The vendor shall provide and maintain, during the term of the contract resultant from this bid, minimum insurance coverages as follows: A. Workers Compensation-Statutory B. Commercial General Liability Insurance with the following limits:

General Aggregate .............. $500',000 Each Occurrence. ................ % 100,000

C. Comprehensive Automobile and Truck Liability Insurance covering owned, hired, and non- owned vehicles with the following limits:

Bodily injury, per person .... $100,000 per accident ............. $300,000

................. Property damage $100,000 D. The contractor shall not commence work under this contract untiI all insurance required hereunder has been obtained and certificate(s) of such insurance has been filed with and approved by UNTHSC. Failure to submit certificates(s) within the time specified by UNTHSC will disqualify the bid. Approval, disapproval, or failure to act by UNTHSC regarding any insurance supplied by the Contractor shall not relieve the Contractor of full responsibility for damages and accidents as set forth herein. Neither shall bankruptcy, insolvency, or denial of liability by the Insurance Company exonerate the Contractor from liability. UNTHSC will hold the vendor responsible for any subcontractors utilized by him in fulfilling the contract.

3

Received 12-18-06 15:OT From-8177591909 To-UNT HEALTH SCIENCE 0 Page 03

Page 7: Coke Contract. University of North Texas Health Science Center

10. Scction 12, I, Proposcrs Qucstionairc, Gcncral. Arncnd #2 to the following: List individuals who would be assigned to this project. Identie who will serve as project account manager.

11. Section 12, I, Proposers Questionaire, General. Amend #lo to the following: Describe any special service that proposer's company offers:--

12. Section 12, IV, Proposers Questionaire, Implementation Plan and Schedule. Amend #2 to the following: Describe the schedule or time frame for securing the equipment for UNTHSC and the time frame for having machines stocked.

-- S E E 1-4~. H k S

13. Section 12, V, Proposers Questionaire, Reports. Change this section to the following: List available reports and provide samples of all reports described in Recordkeeping, Section 7.4.L.

14. Section 12, VI, Proposers Questionaire; Quality Control Program. Amend to the following: State process for insuring quality of products.

Received 12-18-06 1 5 : 0 7

i

To-UNT HEALTH SCIENCE 0 Page 0 4

Page 8: Coke Contract. University of North Texas Health Science Center

15. Section 12, VII, Proposers Questionaire; Financial 1 and 2. These requirements are combined and changed to the following: Verify the company's financial stability. Provide bank contact, phone number and authorization for the banker to release this information to the UNTHSC.

16. Exhibit A, Rate Schedule/Escaiation schedule. Complete a11 blanks on the Rate Schedule - Product SeIections/Escalation Schedule. Indicate price or zero (0) if not applicable. Also fi1l:in the size in rhe size column.

Your BAFO must be authenticated by an officer of your company who is authorized to bind the company in contract. The signature on your transmittal letter for the BAFO will serve as authentication. Return by mail or by fax to 817.735.5000 prior to 2:00 pm, December 16,2006.

Questions concerning this request should be directed to the undersigned at 81.7-735-5 113.

Sincerely,

Lydia St. John Senior Procurement Specialist

Atch: As stated

Received 12-18-06 1 5 : 0 7 To-UNT HEALTH SCIENCE 0 Page 05

Page 9: Coke Contract. University of North Texas Health Science Center

RATE SCHEDULE-PRODUCT SELECTIONS / ESCALATION SCHEDULE

Indicate price or a zero ( 0 ) if not applicable. Also fill in size in the size column.

BEVERAGES

1202 soft drinks (aluminum can)

VENDING PRICE

COST/ ITEM SIZE ,

HOT / COLD SANDWICHES-ENTREES

Breakfast roods Price range -LOW

Breakfast foods Price range -HIGH -

Cold Sandwiches Price range-LOW

Cold Sn~ldwiches Price range-HIGH

Hot Sandwiches Price range-LOW

Hot Sandwiches Price range-HIGH

Entreeshther-Price range-LOW

Entreedother-Price range-HIGH

2002 soft drinks (plastic bottle)

2002 water (plastic bottle)

Small juice

Large juice

milk (whole, 2%) Pint

COST/ ITEM SIZE

CANDY/SNACKS/PASTRY/GUM/CHIPS COST/ ITEM SIZE I

Candy Bars Small Size $ 7 0 I

S /* 00

$ / Y O *

$ /, 00

s /. ~ 5 - S /- 25-

Candy Bars

Chips

Chips

Pastries

Pastries

20 oz

20 02.

/d a PT

/7

Large size Small Bag

Large Bag

Small Size 3- y

.

.

Large Size - I

Large Size

Gum 5 Sticks $

<

Rece ived 12-18-06 14:51 From-81 77591909 To-UNT HEALTH SCIENCE 0 Page 03

PRODUCT TOTAL S

Page 10: Coke Contract. University of North Texas Health Science Center

University of North Texas Health Science Center at Fort Worth

Education, Research, Patienl Care and Service

Anticipated percent (%) of escalation of vending prices against prior year pricing at the time each option renewal, should options to extend the term of this contract be exercised:

OPTION YEAR ONE (9/1/08 - 813 1/09): 0 %

OPTION YEAR TWO (9/1/09 - 513 1/10): 2 %

OPTlON YEAR THREE (9/1/10- 813 111 1): 2 %

COMMISSION:

BASE PERIOD - DATE OF AWARD - 813 1/08 /a Yo

OPTION YEAR ONE (9/1/08 - 8/3 1/09): 4 %

OPTION YEAR TWO (9/1/09 - 8/31/10): /z %

OPTION YEAR THREE (911 /I 0 - 813 111 1): / z %

Received 1 2 - 1 8 - 0 6 1 5 : 0 7 To-UNT HEALTH SCIENCE 0 Page 06

Page 11: Coke Contract. University of North Texas Health Science Center

UNTHSC (BAFO)

10. Section 12, I, Individuals assigned to project. Yrs of experience

Benny L. Ray Sr. Project.Mgr. 14 Benny L. Ray Jr. Route Driver 10 Christie Mallette Route Driver 1 Marty Robertson Service Mgr 24

1 1. Section 12, I, Special Services None

12. Section 12, IV, Implementation Plan

Since we are at the holiday time I think the first of Feb. would be as soon as we could have all of the machines ready. We have had experience with large jnstallation jobs (45 machines) so we have a good idea what it takes. We believe we can do it in two days. The existing company removes their machines on Friday. Our plan is to install them on the weekend. So they will be loaded and ready for business Monday morning.

13. Section 12, V, Reports Reports filed monthly

Sample Machine location and type Meter Reading Sales Amount

Beginning/ ending 1" floor snack 656 721 65.00 1 " floor dnnk

' L

985 1060 75.00 'L C L <r LL C <

Sub total 140.00

Commission 10% 14.00

14. Section 12, VI, Quality Control Program

All items are datcd with manuftxtures pull date or labeled by B & C Vending with manufactures recommended shelf life before they are stocked. The date is a calendar date not code (except some can drinks are code). Cold Food items are most critical. We check ALL food items every time we seriice the food machine (once a week). I check snack machines regularly but not on a schedule so the route person does not know when I am checking. Normally once every two weeks. State law says items must bc proven to lasts one and half times shelf life. I. E. Milk is dated best by (12 days) should be good 18 days. B & C Policy is to remove milk the day of best by date even though it is still good for six more days. This policy is for everything in machines even bag of chips.

Received 12-1 8-06 1 4 : 5 1 F r o m - 8 1 7 7 5 9 1 9 0 9 To-UNT HEALTH SCIENCE 0 Page U5

Page 12: Coke Contract. University of North Texas Health Science Center

15. Section 12, VIII, Company Financial Stability

Doug Sanders Vice President Off 817 570-1013

Citizens National Bank Btyant Irvin Road P.O. Box 123437 Fort Worth, Texas 76 1 2 1

I Benny L. Ray -&authorize Doug Sanders to release information concerning B&C Vending and Citizens a business relationship.

Note: Doug Sanders has been contacted and given a verbal release for Lydia St. John of UNTHSC.

4

Rece ived HEALTH SCIENCE 0 Page 06 - _ - - - - .

Page 13: Coke Contract. University of North Texas Health Science Center

REQUEST FOR PROPOSALS #7007/LS

The Universitv of North Texas Health Science Center

[UNTHSC)

VENDING MACHINE SERVICES

Proposal Opening: 3:00 P.M ~ i v e m b e r 8,2006

Location: Purchasing Department

Attn: Lydia St. John, Senior Procurement Specialist 3500 Camp Bowie Blvd Fort Worth, TX 76107

Phone: 817.735.5113 Fax: 817.735.5000

Istiohn@,hsc.unt.edu

Page 14: Coke Contract. University of North Texas Health Science Center

B & C Vending 25 17 Weaver Street Suite B

Fort Worth, Texas 76 1 17 Off. 8 17-480-1068 Pager 8 17-943-0337

Large Enough for Ouality Small Enou~h for Service

Lydia St. John UNTHSC RFP#7007/LS

Thank you for considering B & C Vending for your vending requirements. We are a full line vending company that's been in business since 1992. Many of our customers have been with us for over five years and some as long as twelve. We have 2417 access directly to a B & C employee for any service problems that may occur and service six days a week, as required. In most cases our response is within a few hours regardless of the day or time. I want to assure you that I understand that your priority is to get the best service that you can get for your students and employees along with an honest commission return.

We have mirrored the sale prices for this bid, however we believe that .70 can prices, drive away business. If we dropped the price to a more palatable .60 we think you could increase sales which would eventually make upon the difference that you would be losing from the decrease of gross sale dollars. We have other ideas that we think could increase sales and would be glad to discuss them if we win the bid.

Page 15: Coke Contract. University of North Texas Health Science Center

UNIVERSITY OF NORTH TEXAS HEALTH SCIENCE CENTER AT FORT WORTH REQUEST FOR PROPOSAL (RFP)

RFP Number #7007/LS Class and Item: 961-15

PROPOSAL MUST BE RECEIVED BEFORE: 3:00 P.M. November 8,2006

SECTION 1. COVER PAGE

MAIL PROPOSAL TO: University of North Texas Health Science Center at Fort Worth Purchasing Office 3500 Camp Bowie Blvd. Fort Worth, TX 76107

AND DELIVER AND/OR EXPRESS MAIL TO: University of North Texas Health Science Center at Fort Worth Purchasing Office, EAD-600 3500 Camp Bowie Blvd. Fort Worth, TX 76107

Show RFP Number, Opening Date and Time on Return Envelope

Note: Proposal must be time stamped at UNTHSC Purchasing Office before the hour and date specified for receipt of proposal.

Pursuant to the Provisions of Texas Government Code Title 10 Subtitle D Chapter 2 156.121 -2 156.127, General Services Act rules and regulations adopted thereunder, sealed proposals will be received until the date and time established for receipt. After receipt, only the name of proposers will be made public. Prices and other proposal details will only be divulged after the contract award, if one is made.

AGENCY MVOICE ADDRESS: University of North Texas Health Science Center at Fort Worth Accounting 3500 Camp Bowie Blvd. Fort Worth, TX 76107 81 7-735-2530

REFER INQUIRIES TO: University of North 'Texas Health Science Center at Fort Worth Lvdia St. John., Senior Procurement Specialist 3500 Camp Bowie Blvd. Fort Worth, TX 76 107 817-735-5 1 13; Fax: 817-735-5000 e-mail: Istiohn63hsc.unt.edu

All request; for information will result in written responses sent to all applicants known to t k agency.

All proposals shall become the property of the University ofNorth Texas Health Science Center at Fort Worth (UNTHSC) upon receipt.

All proposals must be completed as required by the instructions in this request, signed and returned with a total of five (5) complete copies ofthe entire response, one of which must bear an original signature.

NOTE: Failure to sign proposal at the "Execution of Offer", (page 5) will result in disqualification of the proposal.

All addenda to and interpretation of this solicitation shall be in writing. UNTHSC shall not be legally bound by an addenda or interpretation that is not in writing.

Page 16: Coke Contract. University of North Texas Health Science Center

SECTION 2. TERMS AND CONDITIONS

ITEMS BELOW APPLY TO AND BECOME A PART OF THE TERMS AND CONDITIONS OF PROPOSAL. ANY EXCEPTIONS THERETO MUST BE SUBMITTED IN WRITING.

2.1 PROPOSAL REQUIREMENTS: A. Unless otherwise called for, five (5 ) copies of the proposal, typewritten or printed in ink, must be submitted. B. Each proposal should be placed in a separate envelope completely and properly identified with RFP number, due

date and time. Proposal must be time stamped at institution before the hour and date specified for the proposal receipt. It is the proposer's responsibility to have the proposal correctly marked and to the agency by the specified date and time for receipt.

C. Any proposal may be withdrawn in writing prior to the date and time set for receipt of proposals. Any proposal not so withdrawn shall constitute an irrevocable proposal, for a period of 90 days, to provide the commodity or service set forth in the attached specifications, or until a selection has been made by the institution.

D. Late proposals will not be considered under any circumstances. E. Proposal to be F.O.B. Destination. If otherwise, quote cost to deliver. F. Proposal should give Payee Identification Number (PIN) Formerly Vendor ID), full firm name and address of

proposer (enter in block provided if not shown). Failure to manually sign proposal will disqualify it. The person signing the proposal should show title or authority to bind hisher fm in contract. The Payee Identification Number is the taxpayer number assigned and used by the Comptroller of Public Accounts of Texas. Enter this number in the spaces provided on the Execution of Offer. If this number is not known, complete the following: Enter your Federal Employer's identification Number Sole owner should also enter Social Security Number 9s.Y - 9 - 7/ Z e

G. Purchases made for State use are exempt from the State Sales Tax and Federal Excise Tax. Do not include tax in proposal. Excise Tax Exemption Certificate will be furnished by UNTHSC upon request.

H. Telephone proposals, electronic proposals and facsimile ("FAX") proposals are nfit acceptable when in response to the Request for Proposal.

2.2 CONDITIONS: A. The University of North Texas Health Science Center at Fort Worth is requesting proposals with the intent of

awarding a contract for the requirement contained in this RFP. However, UNTHSC is not obligated to award a contract on this solicitation and reserves the right to reject any and all proposals and award the proposal to best serve the interests of the State.

B. Pro~osers electing to respond to this RFP are ;esponsible for all costs of proposal preparation. UNTHSC is not liable for any costs incurred by a proposer in response to this RFP.

C. No public disclosures or news releases pertaining to this RFP shall be made without prior written approval of UNTHSC.

D. In case of a tie between two or more proposers, the award will be made in accordance with preferences as outlined in Rule 1 TAC 1 13.8. If a tie still exists after review of preferences claimed by proposers, the agency will draw lots to break the tie.

E. If delivery delay is foreseen, the contractor shall give written notice to UNTHSC. UNTHSC has the right to extend the delivery date if reasons appear valid. The contractor must keep IJNTHSC advised at all times of status of order. Default in promised delivery (without accepted reasons) or failure to meet specifications authorizes UNTHSC to purchase commodities or.semices elsewhere and charge full increase in costs, if any, to the defaulting vendor.

F. The contractor agrees to protect and indemnify the State from claims involving infringement of patents or copyrights.

G. The contractor hereby assigns to purchaser, any and all claims for overcharges associated with any contract resulting from this RFP which arise under the antitrust laws of the United States 15 U.S.C.A. Section 1, et seq. (1973) and which arise under the antitrust laws of the State of Texas, Texas Business and Commercial Code Ann. Sec: 15.01, et seq. (1967).

H. All services performed, work accomplished andlor equipment provided will comply with and will be performed in accordance with applicable sections ofNFPA Life Safety Code 101, the year 2003 edition, the current National Electrical Code, OSHA standards, current ANSI standards and applicable Texas State and Federal Statutes.

I. The Texas Hazard Communication Act (Chapter 502 Texas Health and Safety Code) requires chemical manufacturers and distributors to provide Material Safety Data Sheets (MSDS's) for hazardous materials sold.

3

Page 17: Coke Contract. University of North Texas Health Science Center

Products covered by this Act must be accompanied by a Material Safety Data Sheet and such products must be labeled in compliance with the law. If the product is not covered under the Act, a statement of exemption must be provided. Designate PO Number on MSDS's.

.I. No substitutions or cancellations permitted without written approval of UNTHSC. Delivery shall be made during normal working hours only, unless approval for late delivery has been obtained from UNTHSC.

K. Contractor shall submit two (2) copies of an itemized invoice to the designed invoice address showing order number and agency RFP number on all copies.

L. In event of a conflict between standard proposal requirements and conditions and the attached detail specifications, the detail specification shall govern.

SECTION 3. EXECUTION OF OFFER; RFP NUMBER 7007lLS

Signing this proposal with a false statement is a material breach of contract and shall void the submitted proposal or any resulting contracts, and the proposer shall be removed from all bidlists. By signature hereon affixed, the Proposer hereby certifies that:

3.1 In compliance with this RFP, and subject to all the conditions herein, the undersigned proposes and agrees to furnish any or all commodities or services at the prices offered.

3.2 The Proposer has not given, offered to give, nor intends to give at any time hereafter, any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor or service to a public servant in connection with the submitted proposal.

3.3 The proposer is not currently delinquent in the payment of any f3anchise tax owed the State of Texas.

3.4 Neither the proposer nor the firm, corporation, partnership, or institution represented by the proposer, or anyone acting for such firm, corporation, or institution has violated the antitrust laws of this State or the Federal Antitrust Laws, nor communicated directly or indirectly the proposal made to any competitor or any other person engaged in such line of business.

3.5 Pursuant to Section 2155.004 Government Code, the vendor has not received compensation for participation in the preparation of the specifications for this RFP.

3.6 Pursuant to section 231.006 (d), Family Code, re: child support, the proposer certifies that the individual or business entity named in this proposal is not ineligible to receive the specified payment and acknowledges that this contract may be terminated and payment may be withheld if this certification is inaccurate.

3.7 Pursuant to Section 2155.004 Government Code, re: collection of state and local sales and use taxes, the proposer certifies thzt the individual or business entity named in this proposal is not ineligible to receive the specified contract and acknowledges that this contract may be terminated andlor payment withheld if this certification is inaccurate.

3.8 The Contractor shall defend, indemnify, and hold harmless the State of Texas, all of its officers, agents and employees from and against all claims, actions, suits, demands, proceedings, costs, damages, and liabilities, arising out of, connected with, or resulting from any acts or omissions of contractor or any agent, employee, subcontractor, or supplier of contractor in the execution or performance of this contract.

3.9 Proposer agrees that any payments due under this contract will be applied towards any debt, including but not limited to delinquent taxes and child support that is owed to the State of Texas.

3.10 Proposer certifies that they are in compliance with section 669.003 of the Government Code, relating to contracting with executive head of a State agency. If section 669.003 applies, proposr will complete the following information in order for the proposal to be evaluated:

Name of Former executive:

Name of State agency:-

Page 18: Coke Contract. University of North Texas Health Science Center

Date of separation from State agency:

Position with proposer:

Date of Employment with proposer:

3.1 1 Proposer agrees to comply with Government Code 2155.4441, pertaining to service contract use of products produced in the State of Texas.

3.12 Proposer understands that acceptance of funds under any resulting contract acts as acceptance of the authority of the State Auditor's Office, or any successor agency, to conduct an audit or investigation in connection with those funds. Proposer further agrees to cooperate fully with the State Auditor's Office or its successor in the conduct of the audit or investigation, including providing all records requested. Proposr will ensure that this clause concerning the authority to audit funds received indirectly by subcontractors through Proposer and the requirement to cooperate is included in any subcontract it awards.

3.13 Compliance with Law and UNTHSC'S Rules:

a. Proposer is fully informed concerning and is full compliance with its obligations, if any, under the following: (1) Equal Employment Opportunities provisions of the Civil Rights Act of 1964, as amended: (2) Executive Order 1 170 1, as amended; (3) Executive Order 11246, as amended; (4) Rehabilitation Act of 1973, as implemented by 4 1 CFR 60-74 1, as amended; (5) Vietnam Era Veterans Readjustment Act of 1974 as implemented by 4 1 CFR 60-250, as amended; and (6) Fair Labor Standards Act of 1938, Sections 6 , 7 , and 12, as amended.

b. If any resulting contract requires the presence on UNTHSC's premises of Proposer's employees, agents, subcontractors or suppliers, Proposer shall cause such parties to comply with all applicable rules of UNTHSC, including without limitation those relative to environmental quality, safety, and fire protection.

3.14 Pursuant to Section 23 1.006 (c), Family Code, proposal should include name and Social Security Numbers of each person with at least 25% ownership of the business entity submitting the proposal. Proposers that have pre-registered this information on the TBPC Centralized Master Bidders List have satisfied this requirement. If not pre-registered, complete the following:

'b&n/vy C. PY '/ sAy.-ay-)( (Name)

1

(Social Security Number)

(Name) (Social Security Number)

*By signing this proposal, proposer certifies that if a Texas address is shown as the address of the vendor, proposer qualifies as a Texas Resident Respondent as defined in Rule 1 TAC 1 11.2.

This proposal consists of pages number 1 through 24

PAYEE IDENTIFICATION NUMBER (PIN):

PROPOSERICOMPANY: Be (C & Z , U D / # ~

SIGNATURE (INK): - DATE: //- f D 6 NAME (NPEDIPRINTED): ~ c . ~ P Y 1 - k%y TITLE: . , .# E k

STREET: Ar 1 7 Q ;A g&/. S T & ,722 B

Page 19: Coke Contract. University of North Texas Health Science Center

TELEPHONEIFAX NO:

' Check below if preference claimed under Rule 1 TAC 1 13.8 ( ) Supplies, materials or equipment: produced in TXIoffered by TX vendors* ( ) Agricultural products grown in TX ( ) Agricultural products offered by TX vendors* ( ) USA produced supplies, materials or equipment ( ) Products of persons with mental or physical disabilities ( ) Products made of recycled, remanufactured, or environmentally sensitive materials including recycled steel ( ) Energy efficient products ( ) Rubberized asphalt paving material ( ) Recycled motor oil and lubricants ( ) Products produced at facilities located on formerly contaminated property ( ) Products and services from economically depressed or blighted areas

Addendum Checklist: Receipt is hereby acknowledged of the following addendum. (Initial if applicable.) Addendum No. 1 ; Addendum No. 2 ; Addendum No. 3 ; Addendum No. 4-

SECTION 4. GENERAL INFORMATION

Milestones

Mailing of Proposal Mandatory Pre Bid Meeting Deadline to Receive Proposer Questions Deadline to Receive Proposals Complete Evaluations and Reference Calls Contract Awarded

4.1 General: The University of North Texas Health Science Center at Fort Worth (UNTHSC), is accepting Requests for Proposals to contract for Vending Machine services. Services in accordance with the terms, conditions and requirements set forth per Request for Proposal, RFP Number 70071LS. Sealed proposals, one (1) original and four (4) copies will be received as noted on the Cover Page.

Dates

October 18, 2006 10:OO AM October 25, 2006

October 30,2006 3:00 p.m., November 8,2006

November 15,2006 November 22 2006

Each sealed Proposal shall be identified on the face of its container as follows:

PROPOSAL FOR: VENDPIG MACHPIE SERVICES

FROM: 1

4.2 Submittal Deadline: UNTHSC will accept proposals until 3:00 p.m., on November 8,2006. 4.3 Agency Contact: All inquiries concerning this RFP should be directed to Lydia St. John Senior Procurement

Specialist: 8 17-735-5 I 13, FAX: 8 17-735-5000; e-mail: [email protected]

4.4 Inquiries and Interpretations: Responses to inquires which determine discrepancies, ambiguities or omissions in the proposal documents, or which directly affect an interpretation or change to this RFP will be issued in writing by addendum and mailed to all parties recorded by UNTHSC as having received a copy of the RFP. All such addenda issued by UNTHSC prior to the time that proposals are received shall be considered part of the RFP, and the proposer shall be required to consider and acknowledge receipt of such in his proposal. Firms receiving this proposal other than directly from UNTHSC are responsible for notifying UNTHSC that they are in receipt of a proposal package and are to provide a name and address to utilize in the event an addendum is issued.

Page 20: Coke Contract. University of North Texas Health Science Center

Only those UNTHSC replies to inquiries which are made by formal written addenda shall be binding. Oral and other interpretations or clarification will be without legal effect. The proposer must acknowledge all addenda by either signing and returning such document(s) or by initialing appropriate area of Execution of Offer on page 5.

4.5 Texas Public Information Act: Information, documentation and other materials in connection with this solicitation or any resulting contract may be subject to public disclosure pursuant to Chapter 552 of Texas Govenunent Code (the Public Information Act").

4.6 Contract Award Process: An award for the services specified herein will be made following a procedure using competitive sealed proposals. Proposals will be opened publicly to identify the names of the proposers, but will be afforded security sufficient to preclude disclosure of the contents of the proposal, including prices or other information, prior to award. After opening, an award may be made on the basis of the offers initially submitted, without discussion, clarification, modification, or on the basis of negotiation with any of the proposers or, at UNTHSC's sole option and discretion, UNTHSC may discuss or negotiate all elements of the proposal with selected proposers which represent a competitive range of offers. For purposes of negotiation, a competitive range of acceptable or potentially acceptable offers may be established comprising the highest rated offer (s). After the submission of an offer but before making an award, UNTHSC may permit the proposer to revise the offer in order to obtain the best final offer. UNTHSC may not disclose any information derived from the offers submitted from competing offers in conducting such discussions. UNTHSC will provide each selected proposer, representing a competitive range of offers, with an equal opportunity for discussion and revision of proposals. Further action on proposals not included in the competitive range will be deferred pending an award, but UNTHSC reserves the right to include additional offers in the competitive range if deemed in the best interest of the state. UNTHSC reserves the right to award a contract for all or any portion of the requirements proposed by reason of this request, award multiple contracts, or to reject any and all proposals if deemed to be in the best interest of the state and to re-solicit for proposals, and to temporarily or permanently abandon the procurement. If UNTHSC awards a contract, it will award the contract to the proposer whose proposal is the most advantageous to the state, ccgsidering price and the evaluation factors set forth in this RFP. The contract file will state in writing the basis upon which the award is made.

4.7 Acceptance of Evaluation Methodology: Submission of proposal indicates proposer's acceptance of the evaluation technique and proposer's recognition that some subjective judgments will be made by UNTHSC during the evaluation and final award determination.

4.8 Type of Contract: The successful proposer will be required to enter into a contract, as prepared by UNTHSC and a Contract number will be assigned for the services specified, and in accordance with the requirements, terms and conditions as included herein. This contract will be a "Revenue Generated" contract only and no expenditures will be incurred by the UNTHSC.

4.9 HISTORICALLY UNDERUTILIZED BUSINESS GOOD FAITH EFFORT PROGRAM (GFEP): In accordance with the Texas Government Code, Sections 2 16 1.18 1 - 182 and section 1 1 1.1 1 of the Texas Administrative Code (TAC), state agencies shall make a good faith effort to utilize Historically Underutilized Businesses (HUBS) in contracts for construction, services, including professional and consulting services and commodities contracts. The Texas Building and Procurement Commission's (TBPC) HUB Rules, 1 TAC 1 1 1.1 1-1 1 1.28 encourages the use of HUBS by implementing these policies through race-ethnic-and gender-neutral means.

Please answer the following questions: 1. If an award is issued, do you plan to utilize a subcontractor for all or any portion of the contract? Yes /NO

2. If yes, what percentage of work will be subcontracted with a HUB? YO 3 . What percentage of work will be completed by your company? YO 4. Are you a certified HUB? Yes No. If yes, please circle the 0rganii:ation or entity with whom certified: Texas

Building and Procurement Commission of Texas; NCTRCA; MBDC; Other - 5. If yes, please also specify Ethnicity ; Gender ; TBPC VID No -

If all or any portion of the contract will be subcontracted, the Proposer will be required to submit supporting documentation using the reporting forms provided by UNTHSC. All forms must be submitted to UNTHSC within the specified time frames. Failure to do so will cause disqualification of the proposal from consideration for award or revocation of any contract awarded because of noncompliance.

Page 21: Coke Contract. University of North Texas Health Science Center

The Texas Building and Procurement Commission (TBPC) commodity code(s) listed on page one of this RFP is applicable to this bid, and should be used for researching subcontracting opportunities on the TBPC's Centralized Master Bidders List (CMBL) when the contractor/vendor anticipates utilization of subcontractors. The CMBL is located on the TBPC's website at: htto://www.tbpc.state.tx.us.

NOTE: Prime Contractors interested in identifying potential HUBS for subcontractu~g opportunities may contact UNTHSC's HUB Administrator, Cynthia Booker, at 817-735-2684 for assistance.

SECTION 5. SCOPE O F PROPOSAL

It is the intent of the University of North Texas Health Science Center at Fort Worth to solicit proposals to provide vending machine services in accordance with all requirements stated herein.

SECTION 6. INTRODUCTION

The University of North Texas Health Science Center is one of the nation's distinguished academic medical centers, dedicated to all three disciplines of medical science-education, research and patient care. The 35-acre, $123 million complex is located in the heart of Fort Worth's Cultural Arts District, and sits among parks, museums and tree-lined streets rather than in a central hospital district typical of other medical schools.

The Health Science Center is composed of the Texas College of Osteopathic; Medicine, the Graduate School of Biomedical Sciences, the School of Public Health, and the School of Health Professions. The center's Institutes for Discovery conduct leading-edge research on select health issues, including vision, aging, cancer, heart disease, physical medicine, and public health. This year, the Texas College of Osteopathic Medicine was named a top 50 medical school in primary care by U.S. News and World Report for the fourth consecutive year. The institution injects nearly $500 million into Tarrant County and Texas' economies annually.

The Center of Biohealth building, which was dedicated on August 26,2004. This six story structure, with approximately 160,000 square feet, is primarily for education and biomedical research. It also houses the Center for Diagnostic Imaging, providing the newest technology in medical imaging, and the UNT artspace FW Museum.

For additional information you may wish to access the UNTHSC's current home page at http://www.hsc.unt.edu.

SECTION 7. STATEMENT OF WORK

7.1 General

UNTHSC requests qualified bidders to submit proposals to be its source for Vending Sewices. T o provide vending machine service for several UNTHSC locations that offers to 1000 students a n d 1250 physicians and staff a variety of fresh quality foods and refreshments such as: soft drinks, water, sandwiches, candy, snacks, microwaves, etc.

7.2 Mandatory Pre-proposal Meeting: Date: Wednesday, October 25,2006 Time: 10:OO A.M. Location: EAD-745

3500 Camp Bowie Blvd Fort Worth, TX 761 07

73 Contract term

Any contract resulting from this RFP shall be effective from Date of Award through August 3 1. 2007. UNTHSC shall have the right to extend the term of the contract, subiect to the same terms and conditions, for an additional three (3) years. The extension shall be made in one vear intervals. UNTHSC must provide notice of an extension prior to the expiration of the then current term of the contract. UNTHSC may elect not to extend the contract for the full three (3) vears.

ESCALATION CLAUSE: Should market conditions prevail which dictate an increase in product pricing, the 8

Page 22: Coke Contract. University of North Texas Health Science Center

successful contractor may submit documentation requesting permission to increase pricing no later than 30 days before such extension becomes effective. Escalation may only occur at the time of renewal and only upon securing the approval of the Purchasing Department in writing. Requests for price adjustments must be solely for the purpose of accommodating an increase in the contractor's cost, not profits.

Proposers shall be expected to show on this proposal their anticipated percent of escalation iflwhen the option to extend is exercised. The percent quoted will be a maximum, In addition, the percentage proposed will be a factor in determining the lowest and best proposal. It is the average price over the period of the contract that will be the price factor considered in the evaluation of this proposal. Proposals in which negative or no escalation is shown will be considered as 0% escalation.

PRICE INCREASES UPON EXTENSION: UNTHSC cannot exercise the Option to Extend with any price increases unless the proposer completes the section of the proposal requesting anticipated percentage of annual escalation. The percent quoted will be a maximum percentage calculated against the prior year's pricing.

7.4 Project Requirements

To accomplish the above, Proposer agrees to the following Scope of Work:

A. LOCATIONS, PRODUCT, AND HOURS OF OPERATION

3500 Camp Bowie Blvd Education and Administration (EAD) Bldg. - Soda, Cold Food, Snack /Chips /Candy 8:00 am to 5:00 pm Mon - Friday

Research and Education (RES) Bldg - Soda, Snack /Chips /Candy 8:00 am to 5:00 pm Mon - Friday -

Gibson D. Lewis Libraw. (LIB) Bldg - Soda, Cold Food, Snack /Chips /Candy 8:00 am to 5:00 pm Mon - Friday

3400 Camp Bowie Blvd Center for Biohealth (CBH) Bldg Snack / Chips 1 Candy and Soda 8:00 am to 5:00 pm Mon - Friday

3515 West 7th Street - Snack 1 Chips / Candy and Soda Founders Activity Center ( F A 0 Bldg 8:00 am to 5:00 pm Mon - Friday

3420 Darcy Street- Snack / Chips / Candy and Soda

General ServiceslPolice Bldg Open 24 hours

341 6 Darcv Street- Snack / Chips / Candy and Soda Facilities Management Bldg 8:00 am to 5:00 pm Mon - Friday

999 Montgomew Street - Education Annex (ENX 2) Bldg 8:00 am to 5:00 pm Mon - Friday

855 Montgomery Street

Snack / Chips 1 Candy and Soda

Snack / Chips / Candy and Soda

9

Page 23: Coke Contract. University of North Texas Health Science Center

Patient Care Center (PCC) Bldg 8:00 am to 5:00 pm Mon - Friday

Quantities of vending machines required at time of award, per building are: EAD Building = 12 Total RES Building = 1 Total LIB Building = 6 Total PCC Building = 3 Total FAC Building = 2 Total CBH Building = 6 Total ENX2 Building = 2 Total GSIPolice Building = 2 Total

Ice Machines (EAD and LIB) = 2 Total Microwave(L1B) = 1 Total

Other building and floor locations may be identified and added in the future. The above machine quantities are for reference only. Quantity, type and locations may be amended prior to the issuance of the award of the proposal, or at any time during the contract period.

B. CONTRACTOR AND CONTRACTOR PERSONNEL INFORMATION:

B 1. Contractor shall supply a list of all technicians who will be working during the term of this contract. B2. Contractor employees shall wear and have visible a badge or uniform with name when performing this service. Contractor to provide badgesluniforms for all personnel at contractor's own expense. B3. Vending Personnel providing services to UNTHSC: a. Proposer will use reasonable care to employ and retain personnel who are qualified, competent and trustworthy. b. As a minimum, prior to hiring an applicant or otherwise engaging personnel to provide services to UNTHSC, determine the following: Examine the applicant's conviction record to determine instances -of prior criminal convictions which would disqualify the applicant for a position of public trust. No individual providing services pursuant to this proposal shall have been convicted of a felony or theft related misdemeanor. Proposer will conduct employment background checks on all new personnel. Proposer shall employ experienced, knowledgeable personnel to perform duties to which they are assigned. The proposer shall ensure that all personnel providing services hereunder are covered by the insurance coverages required by this Proposal. B4. Proposer shall remove any of its personnel from providing services at UNTHSC upon request of UNTHSC. B5. Proposer and Vendor personnel shall maintahi all applicable licenses, permits, and/or certifications required by applicable law for such personnel to perform the services described herein.

C. VEFDING EQUIPMENT

Vending machines shall be new or recently reconditioned and must be current its to model and shall accept both coins and bills. Proposer shall supply vending equipment as part of the service where and as necessary:

12 OZ. CAN SODA MACHMES 20 OZ. PLASTIC BOTTLE SODAIWATER MACHINES SNACKJCANDY MACHMES ICEMACHINES HOTICOLD GENERAL MERCHANDISERS MICROWAVE OVENS

UNTHSC reserves the right to request the removal and replacement of any vending machine that UNTHSC determines is having an excessive history of service problems.

D. METERS: All vending machines shall be equipped with meters to record all sales, unless noted by exception. Failure to have, or have resources to obtain machines with meters will disqualify the proposal and proposal shall receive no further consideration.

Page 24: Coke Contract. University of North Texas Health Science Center

E. FREQUENCY OF REFILL SERVICE

UNTHSC requires as a minimum service that restocking must be done in such frequency as to ensure the volume of products should not fall below a minimum standard of 75% full. Restocking must commence on or before four (4) hours after call is placed by UNTHSC personnel.

F, DATE CODING Proposer shall provide a date code on all perishable foods/candies/snacks/chips/milk, etc. At a minimum, proposer shall perform a weekly inspection of all perishable items and shall pull expiring items expiring that day and within the next six days. If proposer performs inspections more frequently, they may adjust pull dates as long as no expired product remains in the machines.

G. REFUND SLIPS

Proposer shall provide refund change to UNTHSC to handle any problem(s) encountered with the vending of product to UNTHSC students, physicians and staff. Proposer shall check weekly for refund slips and remit rehnds.

H. SERVICE REQUEST RESPONSE Vendor response time to service calls for product refill, maintenance, repair, etc. shall be no longer than four hours if service call is placed before 12:OO Noon, Monday through Friday, and before 9:00 a.m. the following morning if service call placed after 12:OO Noon. Proposer shall keep a service log noting date of repair and problem found and corrected for each machine to facilitate tracking recurring problems. This log shall be available to UNTHSC upon request.

I. PERFORMANCE

Maintenance shall be scheduled to maintain vending machines in good working order and in a clean and sanitary condition. The Contractor is solelv responsible for any and all maintenance or equipment malfunctions and subsequent repairs that may be required. even where such maintenance, equipment malfunctions o r revairs results from o r involves damage or destruction by vandalism of the soft drink vendine machine while on UNTHSC propertv. The Contractor agrees to repair or replace any machine to the satisfaction of UNTHSC and in a manner that complies with applicable federal, state and local laws and regulations. Repairs and service must be available during hours of operation for all facilities. The maintenance, repairs or replacement shall be at no cost to UNTHSC.

Soft drink and food vendine machines must operate at such temperatures as to ensure that the product(s) is kept at the correct temperature. UNTHSC WILL NOT BE RESPONSIBLE FOR PRODUCT SPOILAGE DUE TO ELECTRICAL OUTAGES.

PRICE DECREASES: When a contract item price decreases, contractor must Rass the decrease on to UNTHSC.

Should an emergency arise for the soft drink vending machine for which services is not available, UNTHSC reserves the right to secure such service from other sources to meet its immediate needs without prejudice of the Contract and it is deemed in the best interest of UNTHSC to do so.

The Contractor shall provide delivery and anchored installation, to prevent tipover, of machines and stock, service, and repair of machines as necessary, Installation and operation of machines and quality of products must meet all applicable Federal, State and local laws, regulations and ordinances.

Contractor will report to UNTHSC immediately after it becomes aware of any suspicion oftheft by employees or any allegations of employee dishonesty.

Contractor must maintain a fresh product mix at all times. Failure to do so may result in the termination of Contract.

Contractor will be responsible for all cleaning required to keep the Vending Machines and associated equipment in a safe, clean, neat, orderly and attractive condition.

J. NEW ITEM REQUEST POLICY Proposer shall state policy on how new or different items (i.e. diet, caffeine fiee) can be stocked in machines as requested

11

Page 25: Coke Contract. University of North Texas Health Science Center

by UNTHSC employees.

K. SPECIAL REQUEST POLICY

UNTHSC may request on occasion special services (i.e. free vend of coffee machine:). Give company policy and guidelines on special service needs.

L. RECORDKEEPING

UNTHSC requires that accurate records must be maintained and available for review at all times. A monthly report of gross sales by machine and machine location will be provided within twenty (20) calendar days after the close of the Contractor's monthly accounting period. The Contractor must also submit a monthly report of net earnings resulting from cash sales to the LNTHSC, by machine type and location. The report including the summary of refunds by location shall be included with the refundlreimbursement check. Successful proposer will be notified as to where this information must be submitted.

Refund contact information must be posted on all equipment.

M. SANITATION

Proposer shall provide schedule of sanitizing vending equipment.

N. SAFETY INFORMATION

All services performed, work accomplished andlor equipment provided will comply .with and will be performed in accordance with applicable sections of the NFPA Life Safety Code 101, the year 2003 edition, the current National Electrical Code, OSHA standards, current ANSI standards and applicable Texas State and Federal Statutes.

The Texas Hazard Communication Act (Chapter 502 Texas Health and Safety Code:, requires chemical manufacturersand distributors to provide Material Safety Data Sheets (MSDS's) for hazardous materials sold. Products covered by this Act must be accompanied by a Material Safety Data Sheet and such products must be labeled in compIiance with the law. If the product is not covered under the Act, a statement of exemption must be provided. Designate PO umber on MSDS's.

Contractor will perform all work in accordance with all federal, state, and local safety laws, regulations and standards.

On the date Contractor executes this Contract, Contractor will deliver to UNTHSC a copy of Contractor's safety policies and procedures. UNTHSC's receipt or review of Contractor's safety policies and procedures is informational only and will not in any way constitute Authority's endorsement, acceptance or approval of such policies and procedures.

Contractor is solely liable for all accidents and/or incidents occurring from the performance o f their employees and / or equipment while on-site.

UNTHSC is a "SMOKE FREE" environment and smoking is prohibited anywhere on campus property.

Parking and delivery are to be done according to UNTHSC's rules and regulations. Any parking of a Contractor's vehicle in unauthorized locations could result in a fine.

It is the responsibility of the Contractor to train or have trained all personnel in the safe and proper methods of: o Stocking, date code inspection, sanitation o Using manualipower equipment, etc. that will be used. o Operating service vehicle equipment. o What to do in the event of an incident or accident.

0. MAINTENANCE

From time to time, the Contractor shall be required to move the machines for the purpose of cleaning in, around, and under the machine and enclosure. At such time, should machines need to be cleaned only detergents or disinfectants

12

Page 26: Coke Contract. University of North Texas Health Science Center

approved by the Food and Drug administration shall be used. Products requiring a h4aterial Safety Data Sheet (MSDS) may not be used without prior approval of the UNTHSC Safety Office and Purchasing. If product(s) requiring a MSDS needs to be used, the proposer shall request in writing, and provide the relevant MSDS to the Purchasing Office, obtaining approval prior to utilization.

P. DISPOSAL OF TRASH

Contractor shall be responsible for removing their trash from the facility. No trash is to be left or placed in UNTHSC's trash container or dumpster.

SECTION 8. VENDOR QUALIFICATIONS

8.1 Proposals shall be considered only from proposers who, in the judgment of the IMTHSC Purchasing Office, are regularly established in business, financially responsible, able to show evidence of satisfactory past performance, and ready, willing and able to render prompt and satisfactory services.

8.2 Each proposer shall verify that the business has been established for at least five (5) years. -

8.3 Proposer must have equipment and resources to fulfill requirements of the contract.

8.4 Proposer must have personnel who will meet with UNTHSC contact personnel, especially at the beginning of the contract. Travel requirements/costs are the responsibility of the proposer.

8.5 Proposer must have a representative to serve as project manager to act as a single point of contact with UNTHSC contact representative.

8.7 UNTHSC may request other'information to determine proposer's ability to meet these minimum standards listed above.

SECTION 9. PROPOSAL CONTENT

9.1 Number of copies: submit a total of 5 complete copies of the entire response. An original signature must appear on page 5 Execution of Offer of at least one (1) copy submitted.

9.2 All proposals must be prepared in single-space type, on standard 8-112" x 11" pages, using one side of the paper only. Pages shall be numbered at the bottom. Proposal shall provide a straightforward, concise description of your firm's ability to meet the requirements of the RFP. Emphasis shall be on completeness, clarity of content, responsiveness and understanding of the requirements. Entries shall be typed, or legibly written in ink. The proposal shall be stapled or otherwise bound along with the Request for Proposal document.

9.3 Responses to this RFP should consist of answers to required questions in Section 13 Proposer Questionaire. It is not necessary to repeat the question in your response, however, it is essential that you reference the question number with your response corresponding accordingly. In cases where a question does not apply or if unable to respond, indicate N/A (Not applicable) or N/R (No Response), as appropriate. Briefly explain your reason when responding NIA or N/R.

9.4. RateIFee Schedule: Respondent shall quote the RateIFee Schedule in accordance with the vending products selection as outlined on Exhibit A, PAGE 23.

9.4.1 ESCALATION CLAUSE : Should market conditions prevail which dictate an increase, the successful contractor may submit documentation requesting permission to increase pricing no later than 30 days before such extension becomes effective. Escalation may only occur at the time of renewal and only upon securing the approval of the Purchasing Department in writing. Requests for price adjustments must be solely for the purpose of accommodating an increase in the contractor's cost, not profits. Proposers shall be expected to show on this proposal their anticipated percent of escalation iflwhen the option to extend is exercised. The percent quoted will be a maximum. In addition, the percentage proposed will be a factor in determining the lowest and best proposal. It is the average price over the period of the contract that will be the price factor considered in the evaluation of this proposal. Proposals in which negative or no escalation is shown will be considered as 0%

13

Page 27: Coke Contract. University of North Texas Health Science Center

escalation.

9.4.2 COMMISSIONS: Commissions will be based on percentage of gross sales. Proposers shall submit with the Proposal their commission percentage for the First Period. Commission percentage, as quoted on the submittal shall remain firm through August 3 1,2007. Commission percentage shall not decrease from this point forward during any time of the contract. At the end of the First Period, optional renewal of commissions and product costs shall be negotiated and mutually agreed upon. The UNTHSC will require that commission begin increasing on September 1,2007 with increase to be in proportion with price increases. Commission changes shall be made in writing based on approval of price increases on or around August 1, 2007.

SECTION 10. EVALUATION CRITERIA FOR AWARD

Criteria for Selection: The proposer selected for an award will be the proposer whose proposal, as presented in response to this RFP, is the most advantageous to UNTHSC. UNTHSC is not bound to accept the lowest price proposal and/or proposal showing the highest commission, if that offer is not in the best interest of the state as determined by UNTHSC. Proposals will be evaluated by UNTHSC and other selected personnel. Factors that will be considered by UNTHSC in evaluating the proposals and their relative weights are as follows:

A. Vendor's Qualitications & Capabilities, Experience & References B. Workplan, Equipment, Products and Servicing C. Commission and Pricing

SECTION 11. CONTRACTUAL REQUIREMENTS

1 1.1 Entire Agreement: This RFP and resultirlg Contract, for all intents and purposes, are intended as the complete and exclusive statement of the agreement between LPITHSC and the Contractor and supersede all prior or contemporaneous agreements, negotiations, course of prior dealings, or oral representations relating to the subject matter hereof.

The terms and conditions of any purchase order, agreements, amendments, modifications, or other documents submitted by either party which conflict with, or in any way purport to amend or add to any of the terms and conditions of the Contract are specifically objected to by the other party and shall be of no force or effect, nor shall govern in any way the subject matter hereof, unless set forth in writing and signed by both parties.

1 1.2 Validity Period: Proposals are to be valid for UNTHSC's acceptance for a minimum of 90 days from the submittal deadline date to allow time for evaluation, selection, and any unforeseen delays. Proposals, if accepted, shall remain valid for the life of the contract.

I

1 1.3 C'nange in Assigned Staffing: The proposer shall identify in the proposal the proposed staffing who will be assigned to the project. If awarded, and if the contractor has determined that an assigned staff person must be removed or replaced for whatever circumstance, the replacement must be approved by UNTHSC prior to joining the project,

1 1.4 Cancellation: This contract is subject to immediate cancellation, without penalty, either in whole or in part, if funds are not appropriated by the Texas Legislature, or otherwise made available, to the using agency. UNTHSC reserves the right to cancel this contract upon 30 days written notice to the contractor. The contractor must request and secure in writing the approval of the Purchasing Department to be released from this contract or any portion thereof should conditions unforeseeable occur.

The cancellation of the contract, under any circumstances whatsoever, shall not effect or relieve contractor from any obligation or liability that may have been incurred or will be incurred pursuant to the contract and such cancellation by UNTHSC shall not limit any other right or remedy available to UNTHSC at law or in equity.

In no event shall such cancellation by UNTHSC as provided for under this Section give rise to any liability on the part of UNTHSC including, but not limited to, any claims of Contractor for compensation for anticipated profits, unabsorbed overhead, or interest on borrowing. UNTHSC's sole obligation hereunder is to pay Contractor for products and/or services ordered and received prior to the date of termination.

Page 28: Coke Contract. University of North Texas Health Science Center

11.5 Default: In the event that the contractor fails to cany out or comply with any of the terms and conditions of the contract with UNTHSC, UNTHSC may notify the contractor of such failure or default in writing and demand that the failure or default be remedied within ten (10) days; and in the event that the contractor fails to remedy such failure or default within the ten (10) day period, UNTHSC shall have the right to cancel the contract.

Without limiting the foregoing, the following shall constitute a material breach by the contractor, upon the occurrence of which the contractor shall immediately notify UNTHSC; the contractor ceases its business operation, makes a general assignment for the benefit of creditors, is adjudged bankrupt, or becomes insolvent.

11.6 Payment: Payment will be made within 30 days after satisfactory completion of services rendered hereunder, or within 30 days after receipt of a correct invoice, whichever is later. Invoice(s) shall reference UNTHSC purchase order number and must agree in every detail with the Contract.

1 1.7 Contract Amendments: The contract may be amended within the contract period by mutual consent of the parties. No modification or amendment to the contract shall become valid unless in writing and signed by both parties. All correspondence regarding modifications or amendments to the contract shall be fonvarded to UNTHSC Purchasing Office for prior review and approval.

1 1.8 Independent Contractor Status: Contractor agrees that Connactor and Contractor's employees and agents have no employer-employee relationship with UNTHSC. UNTHSC shall not be responsible for the Federal Insurance Contribution Act (FICA) payments, federal or State unemployment taxes, income tax withholding, Workers Compensation Insurance payments, or any other insurance payments, nor will UNTHSC furnish any medical or retirement benefits or any paid vacation or sick leave.

1 1.9 UNTHSC's Right To Audit: At any time during the term of this contract and for a period of four (4) years thereafter UNTiISC or a duly authorized audit representative of UNTHSC, or the State of Texas, at its expense and at reasonable times, reserves the right to audit contractor's records and books relevant to all services provided under this Contract. In the event such an audit by UNTHSC reveals any errors/underpayments by UNTHSC, contractor shall refund UNTHSC the full amount of such underpayments within thirty (30) days of such audit findings, or UNTHSC, at its option, reserves the right to deduct such amounts owing UNTHSC ffom any payments due contractor.

11 . I0 Access To Documents: To the extent applicable to this procurement, the contractor shall allow, during and for a period of not less than four (4) years after the contract term, access to this contract and its books, documents, and records; and contracts between contractor and its subcontractors or related organizations, including books, documents and records relating to same, by the Comptroller General of the United States, the U.S. Department of Health and Human Services and their duly authorized representatives.

11 . I I Title and Risk of Loss: For goods to be provided by contractor hereunder, if any, the title and risk of loss of the goods shall not pass to UNTHSC until UNTHSC actually receives, takes possession, and accepts the goods at the point or points of delivery.

1 1.12 Acceptance of Products and Services: All products furnished and all services performed under this contract shall be to the satisfaction of UNTHSCand in accordance with the specifications, terms, and conditions ofthe contract. UNTHSC reserves the right to inspect the services performed, and to determine the quality, acceptability, and fitness of such services.

11.13 Insurance: A COPY OF CURRENT INSURANCE CERTIFICATE MUST BE SUBMITTED WITH PROPOSAL. The successful Contractor shall keep in effect a satisfactory errors and omissions insurance policy in the amount of $500,000 which names the UNTHSC as an additional insured. Prior to the effective date of the resulting Contract, the Contractor must provide UNTHSC a certificate of insurance. The successful Contractor must provide UNTHSC notice of any cancellation of the errors and omission insurance policy within three (3) business days of any cancellation.

The successful Contractor shall maintain a satisfactory blanket employee fidelity bond in the minimum amount of $100,000, for the purpose of protecting UNTHSC against any loss or failure of Contractor or any of its officers, employees or agents to transmit to UNTHSC for any reason the monies collected as required by the resulting Contract. Within ten (20) business days of the effective date of this Contract, the Contnictor must provide UNTHSC proof of

15

Page 29: Coke Contract. University of North Texas Health Science Center

bonding. The successful Contractor must provide UNTHSC notice of any cancellation of any bond within three (3) business days of any cancellation. Contractor shall be required at his own exuense to maintain a Commercial General Liability insurance policy with a minimum coverage of $1,000,000 combined single occurrence for any occurrence for Bodily Injury, Personal Injury and Property Damage. Contractor shall be required at his own exuense to maintain an "Automobile" Liability insurance policy covering all Owned, Non-Owned and Hired Motor Vehicles with a minimum coverage of $1,000,000. Contractor shall be required at his own exDense to maintain Workers Compens'ation insurance policy, insuring the employers obligations under Texas Revised Statutes policy for $100,000 each accident / $500,000 Disease Policy Limit / $100,000 Disease- each. Contractor shall keep active the insurance policies during the entire period of the contract. UNTHSC shall be named as an additional insured party. Contractor shall provide UNTHSC with a copy of all insurance policies that apply.

1 1.14 Dispute Resolution: Chapter 2260 of the Texas Government Code establishes a dispute resolution process for contracts involving goods, services and certain types of projects. If Chapter 2260 applies to this Contract, then the statutory dispute resolution process must be used by the contractor to attempt to resolve all of its disputes arising under this Contract.

1 1.15 Force Majeure: If either UNTHSC or contractor (individually, a "Party") is delayed at any time in the performance of its obligations hereunder by economic industry-wide strikes, fue, unusual delay in deliveries, unavoidable casualties, or other causes reasonably beyond such Party's control and which could not have been reasonably anticipated by such Party, then the timefor performance of such Party shall be extended by one (1) day for each day of such delay.

11.16 Other Benefits: No benefits, payments or considerations received by contractor for the performance of services associated with and pertinent to the resultant contract shall accrue, directly or indirectly, to any employees, elected or appointed officers or representatives, or any other person identified as agents of, or who are by definition an employee of the State.

1 1.17 Non-Disclosure: Contractor and UNTHSC acknowledge that they or their employees may, in the performance ofthe resultant contract, come into the possession of proprietary or confidential information owned by or in the possession of the other. Neither party shall use any such information for its own benefit or make such information available to any person, firm, corporation, or other organization, regardless of whether directly or indirectly affiliated with contractor or UNTHSC, unless (i) required by law, (ii) by order of any court or tribunal, (iii) such disclosure is necessary for the assertion of a right, or defense of an assertion of a right, by one party against the other party hereto, or (iv) such information has been acquired from other sources.

11.18 Severability: In case any provision hereof, or of any resulting contract or purchase order, shall, for any reason, be held invalid, or unenforceable in any respect, such invalidity or unenforceability shall not affect any other provision thereof, and this contract shall be construed as if such invalid or unenforceable provision had not been included herein.

1 1.19 Non-Waiver of Defaults: No delay or omission by either of the parties hereto in exercising any right or power accruing upon the non-compliance or failure of performance by the other party hereto of any of the provision of this contract shall impair any such right or power or be construed to be a waiver thereof: A waiver by either of the parties hereto of any of the covenants, conditions or contracts thereof to be performed by the other party hereto shall not be construed to be a waiver of any subsequent breach thereof or of any other covenant, condition or contract therein contained. 1 1.20 INDEMNIFICATION:

a. 12.21 TO THE FULLEST m E N T PERMITTED BY APPLICABLE LA THE CONTRACTOR AND ITS A GENTS, PA RTWEH, EMPLOYEES, AND SUBCCONTRACTORS (COLLECT1 I'EL Y "INDEMNITORS'I) SHALL AND DO AGREE TO INDEMVIFY, PROTECT DEFEND WITH COUNSEL APPROVED BY UNTHSC, AND HOLD HARMLESS THE UNTHSC AND THE UNIVERSITY OF NORTH T M S SYSTEM, ITS AFFILIATED ENTERPRISES, REPRESENTATIVES OF THE UVTHSC, M D THEIR RESPECTIVE OFFICERS, DIRECTORS, REGENTS, PARTNERS, EMPLOYEES AND AGENTS (COLLECTIVELY "INDEMNITEES'I) FROM AND AGAINST ALL CLAIMS, DAMAGES, LOSSES, LIENS, CAUSES OF ACTION, SUITS, JUDGMENTS AND EXPENSES, INCLUDING ATTORNEY FEES, OF ANY NATURE, IUND, OR DESCRIPTION (COLLECTIVELY'LIABZLZTIES'I) OF ANY PERSON OR ENTITY WHOMSOEVER ARISING OUT OF, CAUSED

16

Page 30: Coke Contract. University of North Texas Health Science Center

BY, OR RESULTNG FROM THE PERFORMANCE OF THE WORK PURSUANT TO THIS AGREEMENT OR ANY PART THEREOF WHICH ARE CAUSED IN WHOLE OR IN PART BY ANY ACT OR OMISSION OF THE CONTRACTOR, ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY IT OR ANYONE FOR WHOSE ACTS IT MAY BE LIABLE EVEN IF IT IS CAUSED IN PART BY THE NEGLIGENCE OR OMISSION OF ANY INDEMNITEE, SO LONG AS IT IS NOT CAUSED BY THE SOLE NEGLIGENCE OR WILLFUL MISCONDUCT OF ANY INDEMNITEE. IN THE EVENT MORE THAN ONE OF THE INLIEMAYTORS ARE CONNECTED WITH AN ACCIDENT OR OCCURRENCE COVERED BY THIS INDEMNFICATION, THEN EACH OF SUCH INDEMNITORS SHALL BE JOINTLY AND SEVERALLY RESPONSIBLE TO THE INDEMNITEES FOR INDEMNIFICATION AND THE ULTIM TE RESPONSIBILITY AMONG SUCH INDEMNITORS FOR THE LOSS AND EXPENSE OF ANY SUCH INDEMNIFICATION SHALL BE S E r L E D BY SEPARATE PROCEEDINGS AND WITHOUT JEOPARDY TO ANY INDEMNITEE. THE PROVISIONS OF THIS ARTICLE SHALL NOT BE CONSTRUED TO ELIMINATE OR REDUCE ANY OTHER I N D E ~ I F I I ~ A T I O N OR RIGHT WHICH UNTHSC OR ANY OF THE INDEMNITEES HAS BY LA W.

6. CONTRACTOR SHALL PROTECT AND INDEMNIFY THE UNTHSC FROM AND AGAINST ALL CLAIMS, DAMAGES, JUDGMENTS AND LOSS ARISING FROM INFRINGEMENT OR ALLEGED INFRINGEMENT OF ANY UNITED STATES PATENT OR COPYRIGHT ARISING BY t3R OUT OF ANY OF THE WORK PERFORMED HEREWDER OR THE USE BY CONTRACTOR, OR BY UNTHSC AT THE DIRECTION OF CONTRACTOR, OF ANY ARTICLE OR MATERIAL, PROVIDED THAT lJPON BECOMING A WARE OF A SUIT OR THREAT OF SUIT FOR PATENT OR COPYRIGHT INFRINGEMENI: UNTHSC SHALL PROMPTLY NOTIFY CONTRACTOR AND CONTRACTOR SHALL BE GIVEN FULL OPPORTIINITY TO NEGOTIATE A SETTLEMENT, CONTRACTOR DOES NOT WARRANT AGAINST INFRINGEMENT BY REASON OF UNTHSCS DESIGN OF ARTICLES OR THE USE THEREOF IN COMBINATION WITH OTHER MATERIALS OR IN THE OPERATION OF AhY PROCESS. IN THE EVENT OF LITIGATION, UNTHSC AGREES TO COOPERATE REASONABLY WITH CONTRACTOR AND PARTIES SHALL BE ENTITLED, IN CONNECTION WITH ANY SUCH LITIGATION, TO BE REPRESENTED BY COUNSEL AT THEIR 0 U/N UPENSE.

1 1.2 1 Assignment: This contract with contractor is a personal service contract for the services of contractor, and contractor's interest in such contract, duties thereunder andlor fees due thereunder may not be assigned or delegated to a third party. The benefits and burdens of this contract are, however, assignable by LTNTHSC.

11.22 Freedom of Access and Use of Facilities: Contractor's employees shall have reasonable and free access to use only those facilities of UNTHSC that are necessary to perform services under this contract and shall have no right of access to any other facilities of UNTHSC.

11.23 Observance of UNTHSC Rules and Regulations: Contractor employees shall observe and comply with all regulations of UNTHSC, including but not limited to, no smoking, and parking and security regulations.

1 1.24 Section Heading: All section headings are for convenience of reference only and are not intended to define or limit the scope of any provisions of this RFP.

1 1.25 Governing Law: This contract, including without limitation, this RFP and any resulting contract or purchase order, shall be in all things performable and enforceable in Fort Worth, Tarrant County, Texas.

1 1.26 "Federal Funds: All procurements of supplies, equipment, and services utilizing Federal Funds (e.g. Federal Grant or Contract) shall be made in accordance with all applicable federal rules and regulations: Federal Acquisition Regulations (FAR), Federal Office of Management and Budget (OMB)

Educational Institutions (even if part of a State or local government) follow: OM13 A-2 1 for cost principles

A-1 10 for administrative requirements, and A-1 33 for audit requirements

http:llw.whitehouse.p;ov/omblcircularslindex-education.html Circulars: Educational and Non-Profit Institutions Documents http:Nwww.whitehouse.~ov/ornb/circulars/a11 Ola 1 1O.htniI

17

Page 31: Coke Contract. University of North Texas Health Science Center

OMB Circular A1 10 htt~:/lwww.epls.gov/ Excluded Parties List (Debarred Bidders List)

All procurement requirements contained in the above referenced circulars are incorporated herein by reference. By signing this solicitation document vendor certifies that vendor is in compliance with OMB A. l10 and that vendor is not on the Debarred Bidders List."

"SUSPENSION, DEBARMENT, AND TERRORISM: VENDOR CERTIFIES THAT THE VENDOR AND ITS PRrNCIPALS ARE ELIGIBLETO PARTICIPATE IN THIS TRANSACTION AND HAVE NOT BEEN SUBJECTED T O SUSPENSION, DEBARMENT, OR SIMILAR INELIGIBILITY DETERMINED BY ANY FEDERAL, STATE OR LOCAL GOVERNMENTAL ENTITY AND THAT VENDOR IS M COMPLIANCE WITH THE STATE OF TEXAS STATUTES AND RULES RELATING TO PROCUREMENT AND THAT VENDOR IS NOT LISTED ON THE FEDERAL GOVERNMENT'S TERRORISM WATCH LIST AS DESCRIBED IN EXECUTIVE ORDER 13224. ENTITIES INELIGIBLE FOR FEDERAL PROCUREMENT ARE LISTED AT HTTP://WWW.EPLS.GOV."

Page 32: Coke Contract. University of North Texas Health Science Center

SECTION 12. PROPOSERS QUESTIONAIRE

Contractor's Company Name: qB re ~ Z A J ~ / N &

Address: ? L J ~ / U ; & (&I /7& 3

city, state, zip: TOP C ~ 7 - y , '7'EgA J 7 6 / / 7 Telephone No.: 41 7 ;)S9 -/Po 7 Fax No.: -

Website URL:

State Comptroller Vendor Identification Number:

Federal ID Number:

I. GENERAL

1. Qualification information submitted shall be applicable only to the company entity or branch that will perform this Work.

2. Attach your Project Organization Chart of individuals who would be assigned to this project including key leadership, account manager, etc.

3. Number of sales representatives? 1 4. Number of account managers? 2 5. Number of delivery vehicles? 4 6. Type and size of vehicles, (4) I T o Z bog (8) / 7 0 d 1/&/L'[i\ YL TO" I?VC ~f

7. Number of vending machine technicians? 2 ~ a d ~ c ~ ~ 0 , 2 ~ ' ) 2 ~ ~ ~ 7 F,#&L / I ~ , @ H ) ~ E S

8. Sub-contracted Personnel ? 4 3*.' hE6-OLW '?AI;F 'f f i ~ h&bEJ

9. What is the guaranteed response time for maintenance or to refill the machines if requested? R S A P I2

10. Describe your company's service support philosophy, how it is carried out, and how success in keeping this philosophy is measured.

II. HISTOR Y

I . Corporation O Partnership !J Sole Proprietorship d Joint Venture 3

State of Incorporation:

2. In continuous business since: 1 4 s 2- Remarks (if required):

Page 33: Coke Contract. University of North Texas Health Science Center

3. Corporate Officers, Partners or Owners of Organization:

Name Branch Mana~er Telephone Number

4. Check box(es) corresponding to the nature of your business:

Large Business (1 00 or more employees)

d Small Business (fewer than 100 employees)

0 HUB Business

0 Other (Define)

5 . Has your organization ever defaulted or failed to complete any contract awarded?

Yes NO l3'-

If yes, stipulate where and why: -

6 . Has your organization ever paid liquidated damages or a penalty far failure to complete a contract? Yes O No B/

If yes, stipulate where and why:

III. REFERENCES ,/8-.7&(f

List major accounts your organization has in-progress using format below: 1. NOTE:' UNTHSC may not be listed as a reference.

(Include as an attachment identified by item and sub-item).

(a) Name and address of Account:

Contact, Title, and Department:

Telephone Number:

Fax Number:

How long have you been providing service to this company?

Number of Machines:-

Page 34: Coke Contract. University of North Texas Health Science Center

Number of Machine Locations:

Machine Types: (Snack, drink, etc.)

(b) Name and address of Account:

Contact, Title, and Department:

Telephone Number:

Fax Number:

How long have you been providing service to this company?

Number of Machines:

Number of Machine Locations:

Machine Types: (Snack, drink, etc.)

(c) Name and address of Account:

p~~

Contact, Title, and Department:

Telephone' Number:

Fax Number:

How long have you been providing service to this company?

Number of Machines:

Number of Machine Locations:

Machine Types: (Snack, drink, etc.)

2. Describe service record for maintaining product level, current date of freshness, and service repair.

I IMPLEMENTATION PLANAND SCHEDULE

1. Describe plan of installation of equipment, time line, and the install process.

2 1

Page 35: Coke Contract. University of North Texas Health Science Center

2 . Describe restocking and securing of equipment schedule.

K REPORTS

1. Please provide samples of all reports described in Recordkeeping, Section 7.3.M . Also provide any other reports adding value to your proposal which are unique to your company.

1 QUALITY CONTROL PROGRAM

1. Furnish information regarding your current Quality Control Program.

Irl% FINANCIAL

1. State that you would provide an audited copy of your company's financial statements for the past two (2) years, if requested by UNTHSC. wo

2. Provide a Financial rating of your company and any documentation (such as a Dunn and Bradstreet analysis) which indicates the financial stability of your company.

1\' 3. Provide any details of all past or pending litigation or claims filed against your company that would

affect your company's performance under a Contract with UNTHSC. p z o d 6

4. Is your company currently in default on any loan agreement or fuiancing agreement with any bank, financial institution, or other entity? If yes, specify date (s), details, circumstances, and prospects for resolution. tja

5. Please provide the name, title, street address, city, state, zip code and telephone and fax numbers of your company's primary contact person for this project. Also name this individual's supervisor and telephone number.

mu&-- Q / ) 460-./0 k6:

~C&L‘TO.+ c i v P)L 7 h / 1 ; 7 WII. MISC: Proposer may also submit statement as to why the organization believes its service would best meet the objectives of UNTHSC as well as any additional features, aspects or advantages of'the organization's services in any rela-(ant area not covered elsewhere.

Page 36: Coke Contract. University of North Texas Health Science Center

UNIVERSITY OF NORTH TEXAS HEALTH SCIENCE CENTER RFP-7007lLS

RATE SCHEDULE,- PRODUCT SELECTIONS / ESCALATION SCHEDULE

--

BEVERAGES (Please state varieties available)

Small juice 6062 I $

Large juice D L I

--

1202 soft d r i n k (aluminum can)

2002 soft drinks (plastic bottle)

2002 water (plasticbottle)

HOT I COLD SANDwlcHEs-ENTREEs F G G G E M s m I-

RETAIL PRICE

$

$ _ _ _

$

Milk (whole, 2%) Pint -

MiIk(Whole, 2%) Halfpint

VENDING PRICE - -- COSTIITEM , SIZE - C o g / ITEM

-

12oz. s r 70 12 02.

2002. $ 1.00 200z $ / , U U

-

SIZE

$

$

-- P AL_---_-- --

Pastries Price range-HIGH 1 $ $

Snac~lCandylOther Price range-LOW I $ --- - SnacklCnndylOther Price range-HIGH $ -- $ - Gum S

- - !1--

Breakfast foods Price range -LOW

Breakfast foods Price range -HIGH

CANDYISNA CKS/PASTRYICUM/CHIPS

C G C K , E S

Candy Bar* Price range-LOW

Candy Bars Price range-HIGH

Ch~ps Price range-LOW

Chips P r i c ~ g e - H I G H

Pastries Price range-LOW

--'-__ -

PRODUCT TOTAL

1 I

23 EXHIBIT A

$

, $

$ /..K $ -

----

$

---

$ 1, Z I ~ $

Cold Sandwiches Price range-LOW- -- ' S

Cold Sandwiches Price range-HIGH $

Hot Sandwiches Price range-LOW --- $

Hot Sandwiches Price range-HIGH S

Entreeslother-Price range-LOW $

COST1 I T E M

.8 0 s .70 $ - & 60

% -7~- % ,dc

$ s --

$

S

$ 2.. 0 i

S

$ - . < , - $

$ ,2.5a $ Entreeslother-Price range-HIGH

, -- - --

,

$

SIZE

A1 3

-

-

-

-

-

Page 37: Coke Contract. University of North Texas Health Science Center

UNIVERSITY OF NORTH TEXAS HEALTH SClENCE CENTER RFP-7007lLS

RATE SCHEDULE - PRODUCT SELECTIONS / ESCALATION SCHEDULE

Anticipated percent (%) of escalation of vending prices against prior year pricing at the time each option renewal, should options to extend the term of this contract be exercised:

I OPTION YEAR ONE (9/1/07 - 813 1/08): %

I OPTION YEAR TWO (9/1/08 - 813 1/09): %

OPTION YEAR THREE (911109 - 813 111 0):

0 COMMISSION:

BASE PERIOD - DATE OF AWARD - 813 1/07 /8 %

OPTlON YEAR ONE (911107 - 813 1/08): /2 %

OPTION YEAR TWO (911108 - 8/3 1/09):

,'j OPTION YEAR THREE (9/1/09 - 8/3 1/10): I 9'0

EXHIBIT A

Page 38: Coke Contract. University of North Texas Health Science Center

THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUC POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.

L - A L A A b I I . --a2 I UL V fiLY

A COP& CERTIFICATE OF LIABILITY INSURANCE

GENZAGGREGATE LIMKAPPLIES PER:

DATE IMMmDiYY)

12/03/01

- ~ S R 1 LTR TYPE OF INSURANCE

A I GENERAL LIABILITY

CLAIMS MADE OCCUR

AUTOMOBILE LIABILITY C,

PRODUCER MATTER OF INFORMATION Insurezone ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE California Lic #OD15638 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR

BY THE POLICIES BELOW. P.O. Box 908 I Fort Worth, T X 76101 I INSURERS AFFORDING COVERAGE

INSURED / INSURERA: ~ a f ecO Insurance cos . B ~ z : C Vending [INSURER*: Marketing Benny Ray Dba INSURER C: 25 1 7 Weaver St., Ste B 1 INSURER D: Fort Worth, TX 76 1 1 7

, INSURER E:

ANY AUTO

ALL OWNED AUTOS

SCHEDULED AUTOS

POLICY NUMBER i POLI?FEFIECYIVE POLICY EXPIRATION

HIRED AUTOS

DATE IMM/DDNY) I DATI! (MMIDDNY)

04CC16391710211 , ~ ) / o i / ~ i l / o i / o ~ !

H NON-OWNED AUTOS

LIMITS

YCHOCCURRENCE ~1,000,000 FIRE DAMAGE (Any one tire) 1 f 2 0 0 , 0 0 0 MED EXP (Any o m person) 1 S 1 0 , 0 0 0

COMBINED SINGLE LIMIT $ 1 [La accident) i BODILY INJURY (Per person)

1 BODILY INJURY 1 (Per acc~dent)

OTHERTHAN EA ACC 1 $ AUTO ONLY: AGG 1 S

1

k~~ LIABILITY

I EXCESS LIABILITY-

OCCUR CLAIMS MADE

b DEDUCTIBLE

PROPERTY DAMAGE (Per accident)

AUTO ONLY - EA ACCIDENT

s

$

I EACH OCCURRENCE 1 a AGGREGATE

RETENTION 5

WORKERS COMPENSATION AND EMPLOYERS' LIABILITY

I

DESCRETION OF OPERATlONSlLOCATIONSNEHICLESlEXCLUS1ONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS

This Certificate is issued for Proof of Insurance

S

I E.L.DISEASE - EA EMPLOYEE/ s

I I

I E.L. DISEASE -POLICY LIMIT S

I CERTIFICATE HOLDER 1 ADD~ONALNSLJRED;N~URER LETIER: CANCELLATION

I

I S

B a C Vending

i

E.L. EACH ACCIDENT

SHOUID ANYOFIHEABOVEDESCRBED POLlCES BECANCELLED BEFORE W E EXPIRAllDN

DATE THEREOF, THE ISSUING INSURER WILLENDEAVOR T O M A I L DAB m~ N O l X E T O l H E CERTIFICATE HOLDERNAMED TOTHE LEFT, BUTFAILURE 'TODOSOSHALL

IMPOSE NOOBLIGATION OR LUBILIIYOF ANYKIND UPON THE MSURER,IIS AGENTS OR

REPRESENTATIVES.

AUTHORIZED RE

$

ACoRD25-S(7/97)1 of 2 #S81112/M68926 , -

I3 2 @ ACORD CORPORATION 1988

Page 39: Coke Contract. University of North Texas Health Science Center

IMPORTANT

If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).

If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).

DISCLAIMER

The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.

Page 40: Coke Contract. University of North Texas Health Science Center

B & C Vending 25 17 Weaver Street Suite B

Fort Worth, Texas 76 1 17 Off. 8 17-480- 1068 Pager 8 17-943-0337

Large Enough for Qualitv Small Enough for Service

ANSWERS TO QUESTIONS

IV. Our plan is to install after hours or on the weekend and have it done in 2 days causing as little disruption as possible

111. References

Del Monte Dallas Marie Francois Office Manager 2 14 428 3600 10 years 23 machines Snack, Drink, Cold Food Serviced six days a week

Sage Telecom 4

Allen Lisa Riley Executive Secretary 2144954700 6 years 11 machines Snack, Drink, C ~ l d Food Serviced twice a week

Rodriguez Foods Ft. Worth j

Judy Medina Office Manager 8176263961 8 years

At one time 14 machines now on1y:two

McLane Foodsewice Arlington Kathy Faktor Customer Service Manger 8174194104 Less than 1 year 3 machines Serviced three times a week I*

i