Hardin County Public Schools

advertisement
RFP Beverage 14-19
Page 1
HARDIN COUNTY PUBLIC SCHOOLS
Request for Proposal
RFP Beverage 14-19
District Wide Soft Drink/Beverage Vending Provision of Product, Service, Management and Audit
Date Issued:
Friday, June 13, 2014
Closing Time of Proposals: Wednesday, July 2, 2014, 1:30 p.m., Local time
Mail/Deliver Proposal to: H a r d i n County Public Schools
Attn: Jessica Annis, Director of Finance
65 W. A. Jenkins Road
Elizabethtown, KY 42701
Special Conditions and Specifications for Hardin County Public Schools
District Wide Beverage Vending Provision of Product, Service, Management and Audit
Information pertaining to any item or condition in this invitation may be obtained by communicating
with Mary Kuhn, 270-769-8877, mary.kuhn@hardin.kyschools.us
This RFP is a request for Direct Bid and Service for Beverage Vending. The bid cycle shall be for
one five (5) year period.
Hardin County Public Schools (HCPS) district is requesting a proposal to provide Beverage vending
services to school sites and support locations, such as Transportation Garages, Central Office,
Maintenance, and Warehouse buildings in the Hardin County School District. The district is a large
school district and has approximately, 14,500 students divided into three (3) high schools, five (5)
middle schools, thirteen (13) elementary, one (1) alternative, plus ancillary administrative sites.
NOTE that new replacement schools may open during this contract period, and the functions
of current schools may change over this time period, per Board of Education direction.
RFP Beverage 14-19
Page 2
HCPS philosophy/goal is to provide nutritious choices in keeping with national and state regulations
in treating children needs as a whole in student achievement. Product marketing, placement, pricing,
and promotional campaigns to promote physical activity and educational awareness of total fitness by
its vendors is welcomed as a community partner in its efforts to further student achievement. HCPS
philosophy is generally defined as water options, 100% fruit juices and other no or low calorie
beverages. Attachment 2 is a list of defined products.
TIME TABLE
Proposal Due Date:
Submitted for Board Approval:
Commencement Date:
Wednesday, July 2, 2014, 1:30 p.m., Local time
July 17, 2014
August 1, 2014
DISTRICT INFORMATION
Name:
Address:
District Liaison:
Hardin County Public Schools
65 W.A. Jenkins Road
Elizabethtown, Kentucky 42701
(270) 769-8877
Mary Kuhn, mary.kuhn@hardin.kyschools.us
GENERAL CONDITIONS
1) The scope of this Request for Proposal does NOT INCLUDE Snacks.
2) Audit scope and subsequent vending management is directed toward surveying vending
environment in facilities to ensure that, the vending program is meeting users’ needs at each site.
Equipment is adequate and in good condition throughout the district (generally defined as
machines less than 6 years old, energy efficient preferred), issues related to safety and equity
throughout the district are addressed, and efforts are made to maximize profitability for each
school site. Subcontracting MAY be allowed only with the prior written approval of HCPS.
Assignment of contract can only be made with the prior written approval of HCPS. At time
of assignment (or direct or indirect transfer of ownership of selected vendor company), any
outstanding balances (including current or future exclusivity payments, current or past due
annual payments, and current or past period commissions) shall be considered due and
payable immediately to HCPS. Payment to HCPS must occur concurrent with said changes
to ownership, or this contract may be considered voided at the discretion of HCPS, without
presumption of damage from HCPS to selected vendor.
3) There shall be uniform product pricing across all machines district wide. In no case shall the
Retail price of a product in a machine exceed any pre-stamped or pre-priced Manufacturer’s
Suggested Retail Price.
4) Selected vendor shall provide a prompt service program with a 24-hour service turnaround on
problems. A detailed flowchart of vendor’s dispatch procedures and vendor’s internal
management structure shall be included. The proposal shall also include the process and
procedure for refunding money lost in machines.
5) Comprehensive, detailed report information must be provided monthly with each commission
check mailed to the school's bookkeeper within thirty days of receipt of funds by selected
vendor (i.e., on a monthly basis). Delivery invoices shall be provided to HCPS schools on a
monthly basis. Vendor shall provide HCPS with a detailed report of all machines utilized in this
proposal no later than 30 days from the commencement date of this RFP (including machine,
type, model and serial numbers, and approximate age). Vending database for reports should
provide complete detailed information that identifies each machine, type, sales, income, service
calls and collection history. Failure to provide such reporting on a monthly basis shall result in a
fine of not less than $100 per machine per day payable to HCPS.
6) Selected vendor must provide and monitor a consistent and standardized vending program
throughout the district that addresses all safety and licensing issues, and provides for all insurance
and accounting requirements. Such insurance must include a performance bond that encompassed
liability for theft. The selected vendor along with a designated HCPS employee shall
conduct spot audits during the year. The selected vendor shall meet on a quarterly basis
with the HCPS liaison for the purpose of reviewing data and terms and conditions of this contract.
7) Local building control shall be provided through each building administrator. Each principal,
department supervisor, or budget manager shall make all decisions regarding placement of
equipment, access to building, and operation hours, as long as such acts do not violate any HCPS
district, state, or federal policies in Kentucky. Contact Liaison, Mary Kuhn (270) 769-8877,
mary.kuhn@hardin.kyschools.us for clarifications. At any time, building control of machines,
locations, and contents ultimately fall under the auspices of principals, or on-site supervisor.
8) The selected vendor shall indicate the method of determining intervals for replenishing supplies.
Two weeks after the bid is awarded the selected vendor shall provide HCPS with a proposed route
schedule.
9) Submit the proposal and information on the proposal form page attachments, with the
blank spaces filled in for each and every item. Only Attachments 14 and 15 may include
information necessary to describe the selected vendor’s features, benefits, requirements,
exclusions, charges, and definitions, beyond the blank spaces on attachments as presented.
10) HCPS reserves the right to reject any or all proposals and to waive any informality. No oral
agreements shall be honored or authorized by HCPS.
11) At the conclusion and/or termination of this contract (for any reason), the selected vendor shall
have a window of two (2) weeks to remove its equipment from all HCPS sites. Failure to provide
for said removal of machines shall result in a fine of not less than $100 per machine per day
payable to HCPS. The penalty failure dates under this RFP shall be in effect and start 7/30/2019.
13) The proposal shall show proof of sufficient coverage for contingent liability. Evidence of general
liability, business, automobile and workers compensation insurance shall be provided. Policy
limits shall be $1,000,000.00 for general liability, business, automobile and statutory minimums
for workers compensation. Upon award of contract, selected vendor shall list HCPS as an
additional insured on said policies and provide certificates of insurance prior to proposed start
date.
14) The consumption of alcohol or drugs or tobacco products or being under the influence of
alcohol or drugs, or possession of firearms, while on a job for the Hardin County Public
Schools by any worker is strictly prohibited. Any contractor, subcontractor or any person
working for the contractor or subcontractor, who violates the above rules regarding
alcohol, drugs, tobacco products, or firearms, shall be subject to immediate removal from
the job site. Any violation of the above rules is considered a breach of the contract between
the contractor and the Hardin County Public Schools and may lead to the termination of
said contract FOR CAUSE by the Hardin County Public Schools.
15) The Board of Education of Hardin County does not discriminate on the basis of sex in the
educational programs or activities that it operates, and is required by Title IX of the Education
Amendments of 1972 (P.L. 92-318) not to discriminate in such a manner. Further, the Board of
Education does not discriminate on the basis of disabling condition, in treatment, admission or
access to, or employment in, its programs or activities, as required by the Rehabilitation Act of
1973 (P.L. 93-112), as amended, Section 504; nor does the Board of Education discriminate on
the basis of race, color, national origin, religion, age, creed, political affiliation, or marital status,
in the education programs or activities it operates.
16) It is the policy of Hardin County Public Schools that no asbestos-containing materials are to be
purchased by the school system, supplied by any person supplying to the school system, or
installed in or on school property by any person performing work for the school system.
Furthermore, all products marked “May Contain Mineral Fibers” will be presumed to contain
asbestos unless the manufacturer provides written certification or Material Safety Data Sheet
(MSDS) that no asbestos fibers are present in the product and identifies the fibers for which the
product is marked or the supplier presents valid analysis data from an NVLAP-or AIHA-certified
laboratory that the material does not contain asbestos.
17) This contract is for the Hardin County Public School District schools and facilities. This contract
does include the Hardin County Public Schools Child Nutrition Program (Food Service).
SCOPE OF SERVICE FOR BEVERAGES
The selected vendor shall furnish all district requirements for Beverage products and related services
as proposed below:




Full Service (placement restrictions): Various Central Office and allied support
Service Buildings
Limited Service (certain time and placement restrictions): 3 High Schools, 5
M iddle Schools, 1 Alternative School
Staff and Administrative Areas Only: All Elementary Schools
ALL Machines shall have multi-pricing, dollar changers, and shall be equipped with
programmable tamper-proof timers in those locations that have a cafeteria and where
vending machines are accessible by students. If students gain access to vending
machines during unacceptable time-frames, vending machines will be disconnected
until repaired. All machines accessible by students must have a sign that says
"Machine is operational only during this timeframe: state hours"
The provision of this proposal shall include supply of Beverage vending products as well as supply
and servicing of Beverage vending machines. Additionally, proposal should include any promotions
that would benefit the HCPS.
In all cases, ACTUAL verified and audited calculations from each submitted attachment to
H CPS under this proposal shall supercede any vendor submitted (oral or written) calculations.
See Attachment 1 for a list of building locations.
Evaluation of this RFP shall be based on the following. Minimum requirements for the Beverage
vending proposals shall include:
1) Invitation to Bid- Fill in Attachment 3 as presented. This section shall be weighted 0% of total
points awarded for RFP. THIS ATTACHMENT IS MANDATORY FOR PROPOSAL TO
BE CONSIDERED. A Vendor Proposal without this document shall be considered nonresponsive, and disqualified.
2) List of References- Fill in Attachment 4 as presented. This section shall be weighted 0% of total
points awarded for RFP. THIS ATTACHMENT IS MANDATORY FOR PROPOSAL TO
BE CONSIDERED. A Vendor Proposal without this document shall be considered nonresponsive, and disqualified.
3) Describe Energy Reduction Programs within Company - Fill in Attachment 4A as presented.
This section shall be weighted 0% of total points awarded for RFP. THIS ATTACHMENT IS
MANDATORY FOR PROPOSAL TO BE CONSIDERED. A Vendor Proposal without this
document shall be considered non-responsive, and disqualified.
4) Product Selection- Product selection should follow KRS & USDA guidelines for students and
70/30 mix for adults. (Attachment 2). Fill in Attachment 5 as presented. This section shall be
weighted 20% of total points awarded for RFP.
5) Pricing of Product – Product pricing strategy should reflect the HCPS emphasis on promotion of
Healthier Beverage products. Fill in Attachment 6 as presented. This section shall be weighted
20% of total points awarded for RFP.
6) Product Placement and/or Eye Appeal- Product placement reflection as it regards HCPS
emphasis on promotion of Healthier Beverage products. Fill in Attachment 7 as presented. This
section shall be weighted 5% of total points awarded for RFP.
7) Commission - the basis for determining commission MUST be determined on gross revenue.
H C P S expects to be able to perform close estimate projections for commissions due based
upon information provided by and independent of the selected vendor. Fill in Attachment 8 as
presented. This section shall be weighted 20% of total points awarded for RFP.
8) Fixed Cost on 5-Gallon Premix Tanks - the proposal should include a guaranteed price per case
offered to HCPS. Fill in Attachment 9 as presented. This section shall be weighted 5% of total
points awarded for RFP.
9) Fixed Cost on 2 Liter Bottles - the proposal should include a guaranteed price per case offered
to HCPS. Fill in Attachment 10 as presented. This section shall be weighted 5% of total points
awarded for RFP.
10) Free Goods or Like Programs - the proposal should include specific information on any free
goods offered to HCPS by category. Fill in Attachment 11 as presented. This section shall be
weighted 10% of total points awarded for RFP.
11) Educational Programs, products and/or service - the proposal should include information on
any education programs, products and/or promotions that would be beneficial to HCPS. Fill in
Attachment 12 as presented. This section shall be weighted 10% of total points awarded for
RFP.
12) Additional programs, items, marketing proposals and so forth - Fill in Attachment 13 as
presented. This section shall be weighted 5% of total points awarded for RFP.
CONTRACT
CONTRACT PERIODThe selected vendor shall receive a contract period of five (5) years. No increase in pricing as
presented or decrease in service shall be permitted throughout the contract period, unless mutually
agreed upon or outlined specifically in the proposal. Proposed start date of this contract is August 1,
2014 with a termination date of July 31, 2019.
AUTHORIZED SIGNATUREIf the proposal is submitted for an individual, it shall be signed and notarized and a full name and
address shall be given. If it is submitted for a firm, or partnership, it shall be signed with the copartnership name or by a principal of the firm who shall sign his/her own name and the name and
address of each member shall be given. If incorporated, a Certificate of Incorporation for the
Secretary of State must also be presented to the Hardin County Schools prior to award of contract.
Subject to the provision regarding assignment, this agreement shall be binding on the successors and
assignees of the parties hereto.
CONTRACT TERMSTerms of RFP and response shall constitute the contractual arrangement between the HCPS
and the selected vendor. Terms of the RFP supercede in the case of a conflict between the RFP
and Vendor response. In all instances of disagreement, whether written or oral, established
terms and policies of HCPS SHALL PREVAIL.
CRITERIA FOR BEVERAGE VENDING PRODUCT/SERVICE
1)
2)
3)
4)
5)
The Beverage products supplied under this proposal shall follow KRS & USDA guidelines for
students and 70/30 mix for adults to promote Healthier Lifestyles and Beverage
Consumption. Retail pricing structure as well as product selection shall be uniform across the
district.
Product requirements/size subject to change based on any new regulatory guidelines.
The selected vendor shall position vending machines in location as deemed appropriate by the
Building Administrators. Selected vendor shall be given the opportunity to meet with decisionmaking personnel at the local building level in order to make suggestions as appropriate for the
goals of the selected vendor and for HCPS. This shall ensure utilization of the selected vendor’s
professional expertise for maximization of data and other marketing and pricing opportunities
provided by the vendor.
All products and related services must be delivered and deliverer must register in the building
administrative offices upon arrival during normal business hours.
All employees and sub-contractors (if any) of selected vendor MUST have visible
identification, such as uniforms, photo ID badges and identifiable company vehicles.
ESTIMATED USAGE FOR BEVERAGES
The selected vendor from this proposal shall provide products on the basis of an indefinite quantity
contract.
It shall be the responsibility of the selected vendor to determine average usage for the purpose of
providing economies of scale pricing based on the following data: Number of buildings, product
selection, product placement, product retail pricing levels, and/or vending machines.
HCPS does not guarantee quantity usage dollar volume of sales.
INSTRUCTION FOR SUBMISSION
This section provides information about how The Proposal for Service should be structured and
includes specific items that must be addressed. Also included are questions that must be answered in
order for the selected vendor to be considered. Each proposal should be constructed according to the
format provided below. PROPOSAL MUST BE SUBMITTED IN TRIPLICATE (THREE
COPIES)
ECONOMY OF PREPARATION
Proposal should be prepared simply and economically, providing straightforward, concise delineation
of the selected vendor’s capabilities to satisfy the requirements of the RFP. Fancy binding color
displays and promotional materials, etc. are not necessary. However, technical literature about the
selected vendor’s experience and qualifications may be included. A minimum of five (5) references
must be provided with the RFP.
The emphasis should be completeness and clarity of content. In order to expedite the evaluations, it is
essential that specifications and instructions contained in these instructions be followed exactly. The
evaluation process shall not provide credit for capabilities or advantages that are not clearly shown in
the written proposal for services. The following information is requested in preparing a response to
the Request for Proposal (RFP). In addition, a table of content, a cover letter and an executive
summary is required.
MANAGEMENT REPORTS
This section requires you to describe any management reports that shall be provided to the HCPS.
Please attach examples of reports and describe any unique reports that can be customized to
our specifications. Note that any and all reports, may, at the agreement of the selected vendor and of
H CPS, be submitted directly to HCPS in electronic format. For each report, provide the following
information:
Report Name: Title
Description:
How is information organized (i.e. major fields)?
Frequency:
How often are reports issued?
FIRM ADDENDUM (OPTIONAL)
This section is provided for the submission of any additional information not included elsewhere and
considered to be pertinent to the evaluation of the Request for Proposal.
IMPLEMENTATION PLAN
Please outline a proposal for a pre-installation walk thorough and implementation plan, clearly
indicating steps to be taken from the commencement date (August 1, 2014)
REGULATIONS
The selected vendor shall be required to obtain any necessary licenses and permits and shall comply
with all local, federal, state and government codes and ordinances without cost to the HCPS.
NON-WAIVER OF DEFAULTS
Any failure by HCPS to enforce or require the strict keeping and performance of any terms and
conditions of the contract shall not constitute a waiver of such terms and conditions nor shall it affect
or impair the right of HCPS to avail itself of such remedies as it may have for any breech of the terms
and conditions.
INSPECTION OF FACILITIES
The HCPS may require an inspection tour of selected vendor’s facilities at the location where the
products or services provided shall be initiated.
COPYRIGHT AND PATENTS
Selected vendor shall hold the HCPS, its officers, agents, servants, and employees harmless from
liability of any nature or kind because of any copyrighted composition, secret process, patented or
unpatented invention, articles or appliances furnished or used under this bid, and agrees to defend, at
its own expense any and all actions brought against HCPS or themselves because of the unauthorized
use of such articles.
PROTECTION OF DATA
Selected vendor shall take all precautions necessary and appropriate to assure the confidentiality of
H CPS record information. Selected vendor shall limit access to the HCPS records only to selected
vendor’s authorized employees. Except as authorized by the HCPS, selected vendor shall not
reproduce any of the HCPS records. The HCPS shall have the right to review selected vendor’s
procedures for handling the HCPS records and may make such inspections as it deems necessary to
assure that selected vendor is adequately safeguarding the HCPS record information.
DISCLOSURE OF PROPOSAL INFORMATION
Proposals submitted become a matter of public record. Where, in the course of making a proposal, a
vendor submits technical or business information that is claimed to be proprietary or confidential, the
vendor shall so indicate. HCPS shall give consideration to the claim of confidentiality/proprietorship
where legally permitted.
TERMINATION OF CONTRACT FOR POOR OR NON- PERFORMANCE
HCPS may terminate the contract, if the selected vendor fails to perform at the level specified in the
contract document.
HCPS shall follow the procedure outlined below, prior to a contract being terminated:
Step 1
Issue warning letter and outline violations and length of time to correct the problem.
Step 2
Issue letter of Intent to Cancel Contract, if problem is not resolved by given date.
Step 3
Issue letter to cancel account.
TERMINATION FOR CAUSE
Some circumstances may warrant cancellation of contract for an offense without using all or any of
the steps for poor or non-performance. This would be when a circumstance is severe and warning
letters would not meet the gravity of the circumstance.
Termination of contract shall result in forfeiture of Performance Bond
EVALUATION CRITERIA
This Request for Proposal shall be evaluated under established “Best Value” criteria and weighting
outlined above. Further evaluation of proposals shall be based on, but not limited to the following
criteria:
1)
2)
3)
4)
5)
6)
7)
8)
9)
10)
Product, pricing, quality, and availability.
Value added considerations and benefits to the HCPS District.
The quality of service, personnel and facilities of the selected vendor’s organization, as
determined solely by the HCPS.
The selected vendor’s relevant experience, qualifications and success in providing a service of
the type described in this document.
The selected vendor’s reputation for quality service and problem solving within the
marketplace.
The contractual terms proposed by the selected vendor that would govern any contract
relationship with the HCPS.
The selected vendor’s capability to provide requested services in a timely manner as agreed
upon.
The selected vendor’s financial stability.
The selected vendor’s references from five accounts.
Any other factors relevant to the selected vendor’s capability and willingness to satisfy the
requirements of this contract.
TERMS AND CONDITIONS
All conditions and provisions of the RFP are deemed to be accepted by the selected vendor and
incorporated by reference in the statement of qualifications and shall apply to subsequent contract
arrangements.
Late - Late qualifications shall not be accepted, however they may be filed for future requirements.
Facsimile - Facsimile qualifications shall not be accepted.
Indemnity - The selected vendor shall indemnify the HCPS against all damage caused to persons or
property as a result of the negligent actions or wrongful acts of the selected vendor, its employees,
servants and/or agents. The selected vendor shall indemnify and hold harmless the district, its
employees, servants and/or agents for all claims, demands, actions, suits, or proceedings initiated by
third parties arising from the negligence or wrongful acts of the selected vendor, its employees,
servants and/or agents. The selected vendor shall take all reasonable precautions for safety and
reasonable protection to prevent damage, injury or loss to all students, HCPS employees and other
third parties, where applicable.
Applicable Regulations - All services provided should comply with all applicable federal, state and
local regulations now and in the future.
Kentucky Law - Any contract resulting from this request is subject to Kentucky law and jurisdiction
with venue in Hardin County.
Contractual Disagreements – If reasonable attempts to reconcile differences in implementation of
terms of this RFP still prevail after exhausting methods previously described, established HCPS
policies and goals SHALL PREVAIL over any selected Vendor terms and conditions. HCPS shall
provide selected Vendor with written documentation of such decisions.
Attachment 1- Building Locations
Central Hardin High School
Tim Issacs
Chris Bauer
Principal
Assistant Principal/AD
300-6760
982-3369
268-6666
Principal
Assistant Principal
312-7178
505-6313
John Hardin High School
Lynn Gibson
Fawnda Cox
Hardin County Schools Performing Arts Center
Bart Lovins
Director
304-6165
Lonnie Dennis
Principal
Althea Hurt
Assistant Principal
351-2203 (h)
304-6605 (c)
312-3677
Principal
Asst. Principal
505-5510
765-8372
Principal
Assistant Principal
C: 859-481-3533
C: 312-0821
Jama Bennett
Principal
Chris Corder
Assistant Principal
H: 877-2858
C: 272-6432
H: 735-6067
Principal
Assistant Principal
401-3114
734-3676
Principal
Asst. Principal
234-3409
769-2405/270-855-9288
North Hardin High School
Bluegrass Middle School
Michael Elmore
Myra Lewis
East Hardin Middle School
Daniel Lockwood
Brittany Nickell
J. T. Alton Middle School
North Middle School
Laura McGray
David Allen
West Hardin Middle School
Jon Thomas
Patty Wren
Creekside Elementary
Laura Price
Principal
Mary Donna Atcher
Counselor
H: 325-3365
C: 766-2434
C: 268-0897
Melissa Case
Principal
C: 272-7868
Josh Belcher
Assistant Principal
C: 270-999-1510
Emily Campbell
Principal
Sue Boggs
Office Manager
H: 769-2875
C: 765-0175
H: 737-2033
G. C. Burkhead Elementary School
Heartland Elementary School
Howevalley Elementary School
Beth Handel
Principal
765-7369
735-6162
Principal
Custodian
505-2097
230-3783
Jennifer Lewis
Principal
Linda Reed
Asst Principal
358-0169
317-4252
765-5509/765-8758
Lakewood Elementary School
Shelee Clark
Kim Terry
Lincoln Trail Elementary School
Meadowview Elementary School
Jim Sullivan
Principal
Tiffany Jones
Asst Principal
H: 769-9960
C: 268-6039
C: 765-8421
Principal
Head Custodian
505-5227
300-5602
New Highland Elementary School
Daniel Mullinis
John Bernardi
North Park Elementary School
Beth Brandenburg
Principal
Brooke Custis
Assistant Principal
763-0409
312-4849
348-3570
Radcliff Elementary School
Joan Jackson-Cooke
Principal
Utona Bieber
Assistant Principal
877-5977
(C) 828-4648
319-5030
Rineyville Elementary School
Billy Coffey
John Akers
Principal
Custodian
723-8861
234-1238
312-1628
Greg Sutton
Principal
Cathy Bruce
Office Manager
H: 877-7222
C: 401-7674
H: 877-0133
C: 300-7759
Vine Grove Elementary School
Woodland Elementary School
Dawn Tarquinio
Mary Silva
Principal
Office Manager
502-533-6393
900-1282
300-0137
Principal
760-912-8909
Gary Milby
Associate Superintendent
Bobby Lewis
Associate Superintendent
769-1523
401-8695
358-8819
317-5651
Brown Street Education Center
Robert King
Central Office
Central Office Annex Building
Steve Boone
Network Admin
Gina Ryan
HCEC-TV Director
Anna Bray
Production Spec
369-8528
735-7663
737-2106
735-6355
763-1081
312-4439
Mulberry Helm
Kim Adkins
Renae Harrison
Program Director
Instructor
Randy Mullins
Custodian
502-827-1007
325-4473
735-6267
765-3008
Child Nutrition Office
Mary Kuhn
Director
270-737-3671
270-505-3885
502-689-4514
John Skaggs
Director
Simmons, Don
Shop Foreman
(H) 769-8428
(C) 766-9389
(H) 737-1129
(C) 766-8407
Bus Garage
Building & Grounds
David Wyatt
Director
Patrick Owens
Custodial Supervisor
Cathy Cross
Maintenance Supervisor
(H) 369-9682
(C) 268-1990
(C) 312-9575
(270) 242-2816
(H) 502-974-2630
(C) 268-1986
(H) 769-9411
(C) 872-3533
ATTACHMENT
Smart Snacks - Nutrition Standards for Beverages
The Healthy, Hunger-Free Kids Act
Requires that USDA establish nutrition standards for all foods and beverages sold in school – beyond the
Federal child nutrition programs in schools. The standards would not apply to items sold during nonschool hours, weekends, or off-campus.
The law specifies that the nutrition standards shall apply to all foods sold:




Outside the school meal programs
On the school campus, and
At any time during the school day.
Effective July 1, 2014
o Applicability
 A la carte in the cafeteria
 In school stores
 Snack bars
 Vending machines
 Other venues
What are competitive foods? All food and beverages sold to students on school campus during the school
day, other than meals reimbursable under programs authorized by the NSLA and the CAN
Where do the standards apply? All areas of the property under jurisdiction of the school that are
accessible to students during the school day
When do the standards apply? School day – The period from the midnight before, to 30 minutes after the
end of the official school day
Opportunities to sell beverages:
1. To students during the school day. See standards below.
2. To students during non-school day
3. To adults anytime in areas non-accessible to students
List in detail all varieties and sizes available on the provided forms. Make sure products are broken down
into the three categories.
1. Students – school day
2. Students – non-school day
3. Adults
ATTACHMENT
Accessible to
Students during
school day
Milk
Elementary
Middle
High
No Vending
12 oz. limit
12 oz. limit
No Vending
No Vending
No size limit
12 oz. limit
No size limit
12 oz. limit
No Vending
None
20 oz. limit
No Vending
None
Lower-Calorie
Beverages
Maximum
No Vending
serving size 12 oz
None
Beverages with
less than 5
calories per 8
fluid ounces, or
up to 10 calories
per 20 fluid
ounces
Up to 60 calories
per 12 oz, or up
to 40 calories per
8 oz
Accessible to
students during
non-school day
Accessible to
Adults
70% nutritional
items
30% nonnutritional items
Water
Fruit/Veg. Juice
Water
Other “caloriefree”
Unflavored
nonfat and
lowfat milk,
flavored nonfat
Plain water
100% fruit
and/or veg.
juice, 100% juice
diluted with
water – no
added
sweeteners
Calorie-free
flavored water
Other beverages
70% nutritional
items
As stated above,
no volume size
regulations
As stated above,
no volume size
regulations
30% nonnutritional items
ATTACHMENT
PROPOSAL FORM
The undersigned agrees to furnish and install said vending products and equipment for the HCPS
district, Elizabethtown , KY, in accordance with the attached specifications and other documents herein
and at the stated terms related to said vending products and equipment as may be installed and/or
serviced by the contractor without exclusion or exception.
Non-Collusion statement/declaration under penalty of perjury:
Further The undersigned declares that he/she holds the position indicated below as a corporate officer or
owner or partner in the business entity submitting these qualifications; that the undersigned is informed of
all the relevant facts surrounding the preparation and submission of these qualifications, that the
undersigned knows and represents and warrants to HCPS district that these qualifications are prepared
and submitted without collusion with any other person, business entity or corporations; and, that the Firm
submitting these qualifications instate only person, business entity, or corporation with any interest in the
resultant contract. I herewith declare under penalty of perjury that the foregoing is true and correct.
It is to be understood that the contractor(s) for vending products and equipment for the HCPS district, if
engages in a contract, agrees to protect, defend and save harmless the HCPS district from any suits or
demands for payment that may be brought against it for the use of any patented material, process, article
or device that may enter into the manufacture, construction or form a part of the work covered by order
or contract; and that (s) he further agrees to save harmless the Board of Education from any suits or
demands for payment that may be brought against it for, or on account of any injuries or damages
received or sustained by any party or parties by, or for any of the acts of the contractor, his servants or
agents.
Federal Excise Taxes or Kentucky Sales and Use Taxes are not applicable to any purchase made use of
HCPS. Proposals should not include any such taxes. Exemption certificates will be furnished as
required.
THIS CERTIFICATE MUST BE EXECUTED BY CONTRACTOR
FIRM
BY
ADDRESS_
TELEPHONE/EMAIL_
DATE_
TITLE_
CITY
_
STATE_
ZIP CODE_
ATTACHMENT
SIGNATURE_
ATTACHMENT
LIST OF FIVE (5) REFERENCES
Please provide five references including contact name, address, phone number, email with at least one in
the educational field and one national account of at least similar size.
1) Name: Address:
Phone/email
===============================================
2)
Name:
Address:
Phone/email
===============================================
3)
Name:
Address:
Phone/email
===============================================
4)
Name:
Address:
Phone/email
===============================================
5)
Name:
Address:
Phone/email
===============================================
ATTACHMENT
ATTACHMENT 4A
ENERGY REDUCTION PROGRAM FORM
Please describe the Company’s Energy Reduction Program(s):
Download