REQUEST FOR PROPOSAL #21255
FOR
Repair Services for Kitchen Equipment
FOR THE
CLEVELAND MUNICIPAL SCHOOL DISTRICT
DBA: CLEVELAND METROPOLITAN SCHOOL DISTRICT
BOARD OF EDUCATION, 1111 SUPERIOR AVENUE E, SUITE 1800
CLEVELAND, OHIO 44114
UNDER THE DIRECTION OF THE SCHOOL NUTRITION SERVICES DIVISION FOR THE BOARD OF
EDUCATION OF THE CLEVELAND METROPOLITAN SCHOOL DISTRICT CUYAHOGA COUNTY, OHIO
2
Table of Contents
Section I: Notice of Request for Proposal #21255 .................................................................................... 3
Section II: Letter to Bidders ...................................................................................................................... 4
Part 1: Required Purchasing Division Documents and Instructions ......................................................... 5
Section I: Instructions to Bidders .......................................................................................................... 5
Section II: Acknowledgement ............................................................................................................... 9
Section III: Vendor Request Form ...................................................................................................... 10
Section IV: Taxpayer ID Form ............................................................................................................ 11
Section V: No Bid Form ...................................................................................................................... 12
Section VI: Conflict of Interest Form ................................................................................................. 13
Section VII: Certificate of Debarment ................................................................................................ 15
Section VII: Certificate of Debarment Pg. 2 ....................................................................................... 16
Section VIII: Addendum Acknowledgement Form ............................................................................ 17
Section IX: Bidder Qualifications Form ............................................................................................. 18
Section X: State of Ohio Insurance ..................................................................................................... 22
Section XI: Sample Certificate of Liability Insurance ........................................................................ 23
Section XII: Non-Collusion Affidavit ................................................................................................. 24
Section XIII: Diversity Business Enterprise Program and Participation Forms ................................. 25
1: DBE Form A ............................................................................................................................... 29
2: DBE Form B ............................................................................................................................... 30
3: DBE Form C ............................................................................................................................... 31
4: DBE Form D ............................................................................................................................... 32
5: DBE Form E ................................................................................................................................ 33
6: DBE Form F ................................................................................................................................ 34
7: DBE Form G ............................................................................................................................... 35
8: DBE Form H ............................................................................................................................... 37
Section XIV: EOA Contractual Declaration Forms ............................................................................ 38
CMSD Affirmative Action Program ............................................................................................... 38
Form 1: Vendor Contract Compliance Form .................................................................................. 40
Form 2: Compliance Declaration .................................................................................................... 41
Form 3: Employment Data Form .................................................................................................... 44
Section XV: Supplier Contract Sample ............................................................................................... 45
Part 2: Specifications and Bid Form ....................................................................................................... 53
Section A: Specifications .................................................................................................................... 54
Section B: Bid Form ............................................................................................................................ 60
3
Section I: Notice of Request for Proposal #21255
Separate Sealed proposals for the requirement set forth below will be received in the Cashier’s Office of the
Cleveland Metropolitan School District located at 1111 Superior Avenue E, Cleveland, Ohio 44114, until 1:00 pm
current local time on September 21, 2018. This RFP will not be publicly opened.
Repair Services for Kitchen Equipment
Copies of Instructions to Proposers, Specifications, and Drawings may be obtained directly from the District’s
Webpage. Go to clevelandmetroschools.org/purchasing and click on the RFP number. If you require assistance,
please email seletha.thompson@clevelandmetroschools.org or (216) 838-0418.
There will be a Pre-Proposal Conference for this Request for Proposal on September 12, 2018 at 3:00 PM. The
Pre-Proposal Conference will be at East Professional Center 1349 East 79th Street, Cleveland, OH 44103.
Attendance at the Pre-Proposal Conference is encouraged but not mandatory.
All questions and correspondence related to this RFP must be submitted in WRITING ONLY by 12:00 p.m. on
September 14, 2018 at the email address given above. All questions with corresponding answers will be sent to
every prospective vendor and posted on the website at clevelandmetroschools.org/purchasing. Any errors
and/or omissions reported will be addressed via Addenda. Addenda will be issued no later than September 18,
2018.
No proposal may be withdrawn for at least sixty (60) days after the deadline for submittal.
The Cleveland Metropolitan School District reserves the right to reject any and all Proposals, to waive any and
all informalities or irregularities, and to disregard all non-conforming responsive conditional Proposals.
The Cleveland Metropolitan School District does not discriminate in educational programs, activities or
employment on the basis of race, color, national origin, sex, age, religion or disability.
The new Uniform Grant Guidance, 2 CFR200 (UGG) will go into effect for Cleveland Metropolitan School
District (CMSD) on July 1, 2018 and will apply to awards or funding increments issued on or after this date.
Purchases funded by federal grant funds must adhere to regulations found in Uniform Guidance “Super
Circular”, 2 CFR 200 (UGG), as a condition of receiving funds and to meet annual audit compliance. In an effort
to keep policy for all grants consistent, the CMSD will implement the new federal guidelines regarding
procurement utilized with federal grants immediately.
Proposers on this work shall be required to comply with all applicable requirements pertaining to fair labor, state
and local government.
M. Angela Foraker
Executive Director, Procure to Pay
August 22, 2018
4
Section II: Letter to Bidders
Date: August 22, 2018
Subject: Repair Services for Kitchen Equipment
To All Vendors:
In order to be considered, all bids must be received via hand delivery in the Cashier’s Office of the Cleveland
Metropolitan School District located at 1111 Superior Avenue E, 1
st
Floor Welcome Center, Cleveland, Ohio
44114 or via mail delivery to Cleveland Metropolitan School District located at 1111 Superior Avenue E, Suite
1800, Cleveland, Ohio 44114 on or before 1:00 p.m., September 21, 2018. All bids must be submitted in a sealed
envelope or package. One (1) original, with blue ink signatures, two (2) copies of the bid, and one (1) electronic
format bid on a USB flash drive including supporting documentation, must be submitted. The Bid Name and Bid
Number must be stated on the exterior of the submission envelope(s), including shipping labels.
Written questions will be accepted via e-mail until 12:00 p.m. on September 14, 2018. No telephone calls will
be permitted. Send questions via e-mail to: seletha.thompson@clevelandmetroschools.org. Bid number and
title must be included. All questions/concerns with corresponding answers will be sent to every prospective
vendor. Any errors and/or omissions reported will be addressed via Addenda which will be issued no later than
September 18, 2018.
Under no circumstances should any person or firm interested in providing services identified in this Bid, their
designees, or any affiliated with their firm, contact any other District employee or official during the Bid process
in an attempt to lobby or influence the selection of a vendor pursuant to this Bid.
Bids will be opened immediately following the deadline at 1111 Superior Ave, Cleveland, Ohio 44114. After all
submissions have been reviewed, the final evaluations of the committee will determine the lowest responsive
and responsible awarded vendor. Vendors will be notified, in writing, of award and non-award status upon
receipt of an approved resolution.
A certified check for 10% of the total amount of the bid payable to the Treasurer of the Cleveland Metropolitan
School District, or a satisfactory bid bond executed by the bidder and a Surety company shall be submitted with
each bid on a form supplied by the bondsman. The Surety Company must be licensed to do business in the State
of Ohio and acceptable to the Chief Financial and Administrative Officer. The successful bidder will be required
to furnish a satisfactory performance bond amounting to 100% of the contract amount.
The Cleveland Metropolitan School District has a Diversity Business Enterprise and Affirmative Action Program
in effect. Information about this program and forms for compliance are enclosed. All firms submitting a bid must
complete the appropriate forms and submit same with their bid. While the District no longer certifies DBE
companies, we accept any company certified through the City of Cleveland, Cuyahoga County, or the State
“EDGE” program.
The Cleveland Metropolitan School District accepts no obligations for costs incurred by bidder in preparing or
submitting a bid and reserves the right to reject any and all bids received.
Sincerely,
M. Angela Foraker
Executive Director, Procure to Pay
5
Part 1: Required Purchasing Division Documents and Instructions
Section I: Instructions to Bidders
Repair Services for Kitchen Equipment
1. All Bids shall be made upon the Bid Form(s) furnished. All information requested in the bid and
in the bid package must be filled in legibly and completely with blue ink signatures, or the bid
may be considered non-responsive. No oral, telephonic or telegraphic bids or modifications will
be considered. The Bid Name and Bid Number must be stated on the exterior of the submission
envelope(s), including shipping labels.
2. Bids are due at the Cashier’s Office of the Board of Education, Cleveland Metropolitan School
District, Administration Building, 1111 Superior Avenue E, Suite 1800, Cleveland Ohio, 44114, on
or before 1:00 p.m. current local time on September 21, 2018. Bid will be opened publicly.
3. All submissions must include One (1) original, with blue ink signatures, two (2) copies, and one
(1) electronic format bid on a USB flash drive. Vendors not complying with this requirement
will be notified that they have twenty-four (24) hours in which to comply with this requirement
or their Bid will be disqualified. This applies to copies only.
4. No Bid may be withdrawn for at least sixty (60) days after receipt of bids at 1:00 p.m. current
local time, on September 21, 2018.
5. Written questions may be directed to the Purchasing Division via email to:
[email protected]. The District will NOT ACCEPT any telephone
calls regarding any of the submittals and/or “short lists.” Under no circumstances should any firm
interested in providing the services identified in this Bid, their designees, or anyone affiliated with
their form, contact any other District employee or official during the Bid process, in an attempt
to lobby or influence the selection of a vendor pursuant to this Bid. No oral, telephonic,
telegraphic, or electronic modifications will be considered. All materials submitted are as is.
6. The Cleveland Metropolitan School District reserves the right to reject any and all Bids, to waive
any and all informalities or irregularities, and to disregard all non-conforming responsive
conditional bids.
7. Bidder understands and agrees that subsequent to submission of the Bid, any District resolution
authorizing the award of a contract or agreement does not vest any contractual rights in the
bidder.
8. Bidder understands and agrees that any such District resolution operates only to encumber
funds necessary for the project and does not create a binding contract.
9. Bidder further acknowledges and agrees that any such District resolution may be
revoked, at any time prior to execution of a formal, written contract.
10. Bidder acknowledges and agrees that it has no vested contractual right until such time as a
purchase order and contract have been issued.
6
11. Bidder further acknowledges and agrees that execution of a contract and issuance of a purchase
order is not a ministerial function, but is a formal requirement for acceptance of the bid.
12. Bidder must present evidence to the District, upon request, that they are fully competent and have the
necessary facilities, equipment and financial resources to perform the work required in the
Specifications within the time frame required.
13. Each and every page must have the bidder’s company name in the header or footer.
14. No binding of any kind should be used: use only binder clips. No staples, No paper clips, No binders, No
tabs should be used; use colored paper to separate Sections. Failure to comply with submission
formation may result in the submittal being disqualified.
15. Any and all changes must be initialed by the bidder.
16. The District reserves the right to award the bid in whole or in parts, by item, by group of items, to a
single vendor; or to multiple vendors, where such action serves the best interests of the District.
17. This Bid should be submitted before 1:00 p.m. current local time, September 21, 2018 to the Cleveland
Metropolitan School District, Cashiers Office of the Cleveland Metropolitan School District, 1111
Superior Avenue E, Suite 1800 Cleveland, Ohio 44114, the submission to include One (1) original, with
blue ink signatures, two (2) copies, and one (1) electronic format bid on a USB flash drive of the
following:
a. Completed Bid Form including evidence of State certification to perform the work
required.
b. Signed Acknowledgement for Instructions to Bidders.
c. Completed and notarized Bidder’s Qualification Form.
d. Signed Conflict of Interest Form
e. Completed and notarized Non-Collusion Affidavit.
f. Completed and notarized EOA Compliance Declaration documents.
g. Completed and notarized Diversity Business Enterprise Participation Forms.
h. Properly executed Affidavit and/or Company Board of Directors Resolution authorizing
certain person to sign legal documents such as the Bid Form, Bidder’s Qualification
Form, etc.
i. Completed Debarment Form
j. A certified check for 10% of the total amount of the bid payable to the Treasurer of the
Cleveland Metropolitan School District, or satisfactory bid bond executed by the bidder
and a Surety company shall be submitted with each bid on a form supplied by the
bondsman
7
18. Bidder shall not include Ohio Sales Tax in the price quoted. The Cleveland Metropolitan School District
will provide tax exempt certificate to the successful Bidder upon request.
19. SECURITY
Vendor’s workmen, foremen, other personnel, and subcontractors on CMSD sight will be required to meet
Cleveland Metropolitan School District security requirements. Contractor must issue personnel I.D. badges.
Any worker not complying with CMSD security requirements will immediately be ordered off project and
without prejudice or recourse to CMSD.
Vendor agrees to successfully complete background checks on all of its employees, agents, and
subcontractors who provide services under this Agreement to CMSD facilities. Vendor agrees to
warrant that it will not at any time hire or utilize any individual to provide services under this
Agreement on CMSD premises where such person has been convicted of, or pleaded guilty to, any
criminal offense enumerated in O.R.C. 3319.39(B).
20. INSURANCE
The successful company, their subcontractors and suppliers of labor and/or materials for providing Repair
Services for the Cleveland Metropolitan School District, including organizations having personnel, equipment
and vehicles on District property, shall provide evidence of insurance as follows:
a. Commercial General Liability - including limited contractual liability
$1,000,000.00 Limit of Liability (per occurrence)
b. Automobile Liability - including non-owned, and hired
$1,000,000.00 Limit of Liability (per occurrence)
c. Workers Compensation - Workers compensation and employer’s
Insurance to the full extent as required
d. Professional Liability - By applicable law
$1,000,000/ $3,000,000 per occurrence/in the aggregate
This requirement must be fulfilled by the successful vendor providing the Purchasing Office of the CMSD with a
current Certificate of Insurance (standard ACORD form), showing the Board of Education of the Cleveland
Municipal School District as an additional insured (Certificate Holder does not constitute being an additional
insured), within five (5) days of Notice of Intent to Award Agreement. The certificates of insurance shall contain
a provision that the policy or policies shall not be canceled without thirty (30) days' prior written notice to
the District.
The required insurance must be provided by a company licensed by the State of Ohio, which company must be
financially acceptable to the Administration of the Cleveland Municipal School District
The District is not liable for vandalism which results in damage(s) to the property or vehicles of the Vendor. The
school District will not reimburse for private insurance deductibles for such vandalism.
Vandalism damage is defined as damage resulting from criminal conduct for which an individual may
(but not necessarily be processed under the Ohio Revised Code
8
21. DIVERSITY BUSINESS GOAL
The Diversity Business and Vendor Contract Compliance Programs shall make every good faith effort to ensure
that certified diversity business enterprises in the Cleveland Metropolitan School’s relevant geographic market
area shall be afforded the maximum opportunity to compete for contracts, services, and purchases. The general
goals for diversity business participation are: 15% service, 20% goods and supplies, and 30% maintenance,
construction/repair.
Non-diversity vendors will have their diversity business participation counted toward their goal attainment only
with minority vendors who are certified and demonstrate previous experience in the respective business
classification of the prime contractor. Only direct participation in the subcontract will be counted toward
diversity business enterprise goal attainment.
The diversity business goal for this RFP is:
22. ADVERTISING
In submitting a bid, Vendors agree, unless specifically authorized in writing by an authorized representative of
CMSD on a case by case basis, that it shall have no right to use, and shall not use, the name of Cleveland
Metropolitan School District, its officials or employees, (a) in any advertising, publicity, promotion, nor (b) to
express or imply any endorsement of Agent’s services.
23. The term of this agreement will begin on immediately upon selection, approval and contract execution
through completion to the lowest responsive and responsible vendor. The Contract Documents consist
of the following:
a. All Purchasing Documents set forth in Part I herein;
b. Certified Purchase Order or Supplier Contract to be issued to Lowest Responsive and
Responsible Bidder;
c. Specifications herein;
d. Notice to Bidders;
e. Instructions to Bidders;
f. Bid Form;
g. Bid Guaranty;
h. All applicable addenda, attachments, and exhibits hereto.
The awarded Bidder shall perform all Work described in the Contract Documents, including without limitation,
all terms and conditions of the specifications contained herein or otherwise stated in the bid documents and
reasonably inferable therefrom by the Bidder as necessary to produce the results intended thereby for
specifications and scope of work requested herein by the District.
Bids will be evaluated, first, as responsive or non-responsive to the Bid specifications. A preliminary review will
be conducted of all bids submitted on time to ensure the bid adheres to the mandatory requirements specified
in the Bid. Bids that do not meet the mandatory requirements will be deemed non-responsive and may be
rejected. CMSD reserves the right to select the bid which most closely meets the requirements specified in the
Bid. Second, the bids will be evaluated based on the information presented in the bid. The Bid will be awarded
to the lowest responsive and responsible vendor
CMSD reserves the right to reject all bids and deviate from this purchasing process to utilize other purchasing
mechanisms available to the district under Ohio Law. Scope review and follow-up discussions with the apparent
low bidder may be requested. CMSD reserves the right to interview or to seek additional information related to
criteria already specified in the Invitation to Bid after opening the bids prior to issuance a certified Purchase
Order or Supplier Contract.
9
Section II: Acknowledgement
_____________________________________________
(Name of Company)
Hereby Acknowledges receipt of this Bid and the reading of these Instructions to Bidders. We further
agree that if awarded the contract, we will submit the required Performance Bond, if applicable, and/or
Insurance Certificate within five (5) days of written notification that the District has adopted a
resolution authorizing the encumbrance of funds for the project. We understand, however, that a
formal written contract, similar to the one contained in the Bid Package, will need to be executed and
purchase order issued by the District before we have any vested contractual rights. We agree to
commence the work as required herein and timely complete the project pursuant to the Specifications
by the date stated in the Notice to Proceed.
By:__________________________________________
(Name and Title)
Date: ______________________________
10
Section III: Vendor Request Form
VENDOR INFORMATION
VENDOR NUMBER
(IF APPLICABLE)
CITY
STATE
ZIP
TELEPHONE NO.
FAX NO
Area Code
Number
Area Code
Number
PRIMARY CONTACT PERSON
REMIT TO (IF DIFFERENT FROM ABOVE)
CITY
STATE
ZIP
TELEPHONE NO.
FAX NO
(Area Code)
Number
(Area Code)
Number
PRIMARY SERVICE, PRODUCT, OR SPECIALTY:
NOTE: VENDOR NAME AND TAX ID NUMBER MUST BE AS FILED WITH THE INTERNAL
REVENUE SERVICE.
PLEASE INDICATE WHERE APPLICABLE
DIVERSITY BUSINESS ENTERPRISE:
YES
NO
MINORITY BUSINESS ENTERPRISE:
FEMALE BUSINESS ENTERPRISE:
11
Section IV: Taxpayer ID Form
12
Section V: No Bid Form
RFP # 21255
THIS FORM ONLY NEEDS TO BE COMPLETED ONLY IF VENDOR IS NOT SUBMITTING A BID
To all Prospective Bidders/Proposers:
Each company or person receiving this packet has at some point in time requested to be placed on the
Bid list of the Cleveland Metropolitan School District for this product and/or service.
It is the intent of the District to update this list subsequent to the bidding cycle. Please note the
following and take action accordingly.
If you are making a bid/proposal this cycle, disregard the remainder of this letter. Your name will
remain on the active bidder list.
___________ (1) If you are not making a bid/proposal this cycle, but want to
remain on the active bidder’s list for future bids, place a check mark in
the box to the left. Complete the name and address Section below and
return this letter to Purchasing at the address below.
___________ (2) If you do not wish to remain on the active bidder’s list, place a
check mark to the left. Complete the name and address Section below
and return this letter to Purchasing at the address below.
Name of Company: ____________________________________________________________
Company Representative: _______________________________________________________
Address: _____________________________________________________________________
City, State: _______________________________________ Zip Code: ____________________
Telephone Number: ____________________________
Fax Number: _________________________________
Date: _______________________________________
13
Section VI: Conflict of Interest Form
Statement of Potential Conflicts of Interest
Vendor Name:
Primary Contact:
Address 1:
Telephone #:
Address 2:
Fax #:
City:
Email:
State, Zip:
Website:
Cleveland Metropolitan School District (CMSD) adheres to Ohio Ethics Law and strictly follows the opinion of the
Ohio Ethics Commission. As such, each vendor is requested to submit this statement declaring any potential
conflicts of interest in doing business with the District. Please answer the following two questions providing all
requested information.
1. Are any current Cleveland Metropolitan School District (CMSD) employees, Cleveland Board of
Education members, or any of their immediate family members, also members of the vendor’s board of
directors, hold any officer position with the vendor, or own any shares of any stock issued by the vendor?
Yes_____ No_____
If Yes, and if the CMSD employee, CMSD board member, or immediately family member is a member of the
vendor’s board of directors or holds an office with the vendor, please state the person’s name and position
with the vendor.
Name: ________________________________________
Position: ______________________________________
If Yes, and if the CMSD employee, CMSD board member, or immediate family member owns share of any
stock in the vendor organization or company, state the percentage of all outstanding company shares owned
by the CMSD employee or board member.
_______%
2. Are any current CMSD employees, CMSD board members, or any immediate family members also
employees of the vendor?
Yes_____ No_____
If Yes, please state the person’s name and provide a description of their job duties for the provider:
Name: _______________________________________________________________
Job Duties: ___________________________________________________________
If Yes, please describe the contact that the vendor will have with the CMSD employee or CMSD board
member in the course of providing services to the District:
___________________________________________________________________________
___________________________________________________________________________
14
CERTIFICATION
I do hereby certify that the foregoing statements are true and accurate, and that my signature below attests
to the authenticity of my identity as the person actually signing this form. This document is not a contract.
In order for a binding Agreement to exist, a signed Agreement will be required prior to any legally binding
commitment by the District.
NOTARIZED STATEMENT
________________________________________________being duly sworn and deposes says
that he/she is the ___________________________________________________________of
(title)
_________________________________________________________, and answers to all the
(organization)
foregoing questions and all statements therein contained are true and correct.
__________________________________________________
(signature)
Subscribed and sworn before me this ______day of ____________, 20_____
Notary Public: ____________________________________________
My commission expires: ____________________________________
15
Section VII: Certificate of Debarment
16
Section VII: Certificate of Debarment Pg. 2
17
Section VIII: Addendum Acknowledgement Form
RFP #21255
Repair Services for Kitchen Equipment
Having read and examined the Request for Proposal Documents, including the specifications,
prepared by the Cleveland Metropolitan School District for the above-referenced Project, and the
following Addenda:
Addendum Number Date of Receipt
. .
. .
. .
. .
Proposer: .
The undersigned Vendor proposes to perform all work for the applicable contract, in accordance with
the contract document for the proposed sums.
Signature: ____________________________________ Date: _______________________
18
Section IX: Bidder Qualifications Form
Bidder must answer all questions or attach a written explanation for each question.
BIDDER NAME: _____________________________________________________________________
ADDRESS: _________________________________________________________________________
CITY, STATE: ___________________________________________________ ZIP: ________________
CONTACT PERSON: __________________________________________________________________
TITLE: ____________________________________________________________________________
TELEPHONE: ( ) ____________________________ TOLL FREE: ( ) __________________
TAXPAYER IDENTIFICATION NUMBER: ___________________________________________________
1. What type of organization? (i.e. corporation, partnership, etc.)
2. How many years has your organization been in business?
3. How many years has your organization been in business under its current name?
4. List any other aliases your organization has utilized in the last two years and the form of Business
5. If you are currently a corporation, list the following:
a. State of incorporation
b. Date of incorporation
c. President’s name
d. Secretary’s name
e. Treasurer’s name
f. Statutory agent’s name
g. Name of shareholders, if less than 10
19
h. Principal place of doing business
6. If you are currently in a partnership, list the following:
a. Name and address of all general and limited partners.
b. Original name and date of organization’s inception
7. If you are neither a corporation nor a partnership, please describe your organization and list principals.
8. Are you legally qualified to do business in the State of Ohio?
9. Are you legally qualified to do business in Cuyahoga County and licensed by the City of Cleveland?
10. Has your organization ever been (i) declared by a customer to be in default under a contractor and/or
(ii) sued by a customer for failure to completely a contract or properly perform services in a timely
manner? If yes, please state where, when, and why.
11. Has your organization ever been cited by a local, county, state, or federal authority for violation of a
regulation or statute or failing to timely complete a contract in accordance with specifications? I yes,
please state date, agency, and final disposition.
12. Has your organization ever filed for bankruptcy? If yes, please state where, when and why?
13. On a separate sheet, list the major customers for whom your organization has provided this type of
equipment or service in the past five years. Include owner’s name and type of work performed.
14. Has your organization ever been sued by a supplier for failure to timely pay for materials or equipment
provided? If yes, please provide details.
15. What is the dollar limit of your firm’s General (CLS) Liability Insurance?
Name of insuring company: ______________________________________________
Policy number: ______________________________________________________
20
16. What is the dollar limit of your firm’s Automotive Liability Insurance?
Owned vehicles______________________________________________________
Non-Owned vehicles__________________________________________________
Name of insuring company______________________________________________
Policy number_______________________________________________________
17. List the name and address of every person having an interest in this RFP.
18. Has any federal, state or local government entity ever cited or taken any action against your organization
or any of its principals for failure to pay or remit any taxes including but not limited to income,
withholding, sales, franchise, or personal property taxes? If yes, please give name of agency, date and
amount of taxes overdue and resolution of the issue.
19. Is your organization and its’ principals current in payment of personal property taxes?
20. The prospective lower tier participant certifies, by submission of this RFP, that neither it nor its principals
is presently debarred, suspended, proposed, for debarment or suspension, declared ineligible, or
voluntarily excluded from participation in this transaction by any State and/or Federal Department or
Agency.
21. Where the prospective lower tier participant is unable to certify to any of the statements in this
certification, such prospective participants shall attach an explanation to this RFP.
21
Notarized Statement
_________________________________________________being duly sworn and deposes says
that he/she is the ____________________________________________________________of
(title)
__________________________________________________________, and answers to all the
(organization)
Foregoing questions and all statements therein contained are true and correct.
__________________________________________________
(signature)
Subscribed and sworn before me this ______day of ____________, 20_____
Notary Public: ________________________________________________________________
My commission expires: ________________________________________________________
22
Section X: State of Ohio Insurance
23
Section XI: Sample Certificate of Liability Insurance
24
Section XII: Non-Collusion Affidavit
This Affidavit must be executed and shall accompany the bid in order for the bid to be considered.
NON-COLLUSION AFFIDAVIT
State of Ohio, Cuyahoga County
_____________________________________________, being first duly sworn, deposes and says that
he/she is ___________________________________of _________________________________
of the party making the foregoing bid; that such bid is genuine and not collusive or sham; that said bidder has
not colluded, conspired, connived, or agreed, directly or indirectly, with any bidder or person, to put in a sham
bid, or that such other person shall refrain from bidding, and has not in any manner, directly or indirectly sought
by agreement or collusion, or communication or conference, with any person, to fix the bid price of affiant or
any other bidder, to fix any overhead, profit or cost element of said bid price, or of that of any bidder, or to
secure any advantage against the Board of Education of the Cleveland Metropolitan School District, or any
person or persons interested in the bid; and that all statements contained in said bid are true; and further that
such bidder has not, directly or indirectly, submitted this bid, or the contents thereof, or divulged information
or data relative thereto to any Association or to any member or agent thereof.
______________________________________
Affiant
Sworn to and subscribed before me this _______ day of _____________, 20______.
_________________________________________
Notary Public in and for Cuyahoga County, Ohio
My commission expires: _____________________
25
Section XIII: Diversity Business Enterprise Program and Participation Forms
PROGRAM OVERVIEW
It is the goal of the Diversity Business Enterprise (DBE) program to ensure the firms owned and/or controlled by
minorities and women have the opportunity to compete for any expenditure of funds including but not limited
to contracts, lease purchase, requisitions, and all forms of equipment, work services, materials, construction,
etc.
The DBE program shall make every good faith effort to ensure that certified DBE’s in the relevant Cleveland
Municipal School District geographic market have the maximum opportunity to bid for contracts. The Cleveland
Municipal School District geographic market is Cuyahoga, Summit, Lake, and Lorain counties.
The District has established goals for DBE participation in all contracts that it awards. The goals range from 15
to 30 percent and vary by the type of contract awarded:
15% Service Contracts
20% Goods and Supplies
30% Maintenance/Construction Repair
A Diversity Business Enterprise encompasses Minority Business Enterprises (MBEs) and Female Business
Enterprises (FBEs).
A DBE is an enterprise in which minorities, African Americans, Native Americans, Hispanic or Latin Americans,
Asian Pacific Islander Americans, and/or women own at least 51% of the shares of stock or controlling interest.
A FBE is a female-owned enterprise with at least 51% of the shares of stock or controlling interest, which is held
by female.
A company may be in compliance with the District’s DBE program although the applicable numerical goal is not
met if a company makes a good faith commitment to comply with DBE regulations. The Purchasing Director
determines whether a company has made a good faith commitment.
DBE requirements under certain circumstances can be waived by the district with convincing proof of good faith
efforts.
26
TERMS AND CONDITIONS OF NOTICE AND REQUIREMENTS TO ENSURE DIVERSITY BUSINESS
ENTERPRISE (DBE) OPPORTUNITY
Definition of DBE: A Diversity Business Enterprise (DBE)
“Small Diversity business concern” means a small business concern that is at least fifty-one (51) percent
unconditionally owned by one or more individuals who are both socially and economically diverse, or a publicly
owned business that has at least fifty-one (51) percent of its stock unconditionally owned by one or more socially
and economically diverse individuals and that has its management and daily business controlled by one or more
such individuals. This term also means a small business concern that is at least fifty-one (51) percent
unconditionally owned by an economically diverse Indian tribe or Native Hawaiian Organization, or a publicly
owned business that has at least fifty-one (51) percent of its stock unconditionally owned by one of these
entities, that has its management and daily business controlled by members of an economically diverse Indian
tribe or Native Hawaiian organization.
1. “Socially diverse individuals” means individuals who have been subjected to racial or ethnic prejudice or
culture bias because of their identity as a member of a group without regard to their qualities as individuals.
2. “Economically diverse individuals” means socially diverse individuals whose ability to compete in the free
enterprise system is impaired due to diminished opportunities to obtain capital and credit as compared to
others in the same line of business who are not socially diverse. Individuals who certify that they are
members of named groups (African Americans, Hispanic Americans or Latin Americans, Native Americans,
Asian-Pacific Islander Americans, Subcontinent Asian Americans) are to be considered socially and
economically diverse.
Definition of FBE: Female Business Enterprise (FBE)
“Female-owned small business concern” means a small business concern:
1. Which is at least fifty-one (51) percent owned by one or more women; or, in the case of any publicly owned
business, at least fifty-one (51) percent of the stock of which is owned by one or more women and;
2. Whose management and daily business operations are controlled by one or more woman.
TERMS
1. DBE participation will be counted toward meeting the goals outlined in the notice as follows:
a. The total dollar value of a correct contract or subcontractor indirect subcontract awarded
toward a certified DBE will be counted toward the applicable goal.
b. In the case of a joint venture, certified by the Cleveland Municipal School District, the portion of
the total dollar value of the contract equal to the percentage of the ownership and control of
the DBE partner in the join vendor will be counted toward the applicable goal. (PLEASE RETURN
DBE FORM E)
c. Only expenditures to DBE that perform a commercially useful function in the work of a contract
or subcontract or indirect subcontract will be counted toward DBE goals. A DBE is considered to
perform a commercially useful function when it is responsible for execution of a distinct element
of work of a contract or subcontract and carries out its responsibilities by actually performing,
managing, and supervising the work involved. If a DBE contractor subcontracts a significantly
greater portion of the work of the contract than would be expected on the basis of normal
industry practices, the DBE is presumed not to be performing a commercially useful function.
The DBE may present evidence to rebut this presumption.
27
d. The total dollar value of materials and supplies obtained from DBE suppliers and manufacturers
will be counted toward DBE goals if the DBE assumes the actual and contractual responsibility
for the provision of the materials and supplies.
2. A bidder who fails or refuses to complete and return this Notice may be deemed a non-responsive bidder.
3. The contractor's goals as set forth in this Notice shall express the contractor's commitment to the percentage
of DBE utilization during the term of this contract. The contract shall be deemed to have met its commitment
for DBE utilization if the DBE utilization rate of the contractor meets the goals established by this Notice.
4. The contractor must receive the approval of the District before making substitutions for any subcontractors
listed in the Notice. Substitution of DBE is not allowed unless the contractor receives District approval.
5. The contractor's commitment to a specific goal is to meet the DBE objectives and is not INTENDED and shall
not be used to discriminate against any qualified company or group or companies.
6. The contractor's commitment to a specific goal for DBE utilization as required by this Notice shall constitute
a commitment to make every good faith effort to meet such goal by a subcontracting to or undertaking to
joint venture with DBE firms. If the contractor fails to meet the goal, it will carry the burden of furnishing
sufficient documentation as part of the bid response of its good faith efforts to justify a grant of relief from
the goals set forth in this Notice. Such justification will take the forms of a detailed report which will
document at least the following information:
a. Attendance at the pre-bid meeting, if any, scheduled by the District to inform DBE's of
Subcontracting opportunities under a given solicitation.
b. Advertisement in general circulation media, trade association publications, and minority-focus
media for at least twenty (20) days before bids or proposals are due. If twenty (20) days are not
available, publication for a shorter reasonable time is acceptable.
c. Written notification to DBE that their interest in the contract is solicited, and follow-up contact
to determine whether the DBE's were interested.
d. Efforts made to select portions of the proposed work to be performed by DBE in order to
increase the likelihood of achieving the stated goals.
e. Efforts to negotiate with DBE for specific sub-bid, including at a minimum:
i. The names, addresses, and telephone numbers of DBE's that were contacted.
ii. A description of the information provided to DBE regarding the plans and specifications
for portion of the work to be performed; and
iii. A statement of why additional agreements with DBE were not reached.
iv. Completion of (Form E) if DBE's are not involved in the RFP.
f. Concerning each DBE the supplier/contractor contacted but rejected as unqualified, the reasons
for the supplier's/contractor's conclusion.
g. Efforts made to help the DBE's contacted that needed assistance in obtaining required bonding,
lines of credit, or insurance.
h. Use of the services of minority community organizations, minority contractor's groups,
28
governmental minority business assistance offices, and other organizations that assist in the
recruitment and placement of DBE's.
7. Suppliers/contractors that fail to meet DBE goals and fail to demonstrate sufficient good faith efforts are not
eligible for contract awarded.
8. The District, through its Diversity Officer will review the contractor's minority business enterprise
involvement efforts during performance of this contract. Such review will include, but not be limited to,
contractor's quarterly statement of income from the District and what portion of said income went to the
DBE enterprise(s) as evidenced by affirmation of the DBE enterprise(s) which the contractor hereby agrees
to supply each quarter during the term of its contract with the District. If the contractor meets its goal or if
the contractor demonstrates that every reasonable effort has been made to meet its goal, the contractor
shall be presume to be in compliance. Where the Diversity Officer finds that the contractor shall be presume
to be in compliance. Where the Diversity Officer finds that the contractor has failed to comply with the
requirements of this Notice, said Diversity Officer shall inform the Purchasing Director who shall immediately
notify the contractor to take corrective action. If the contractor fails or refuses to comply promptly, then
the Purchasing Director, upon approval of the District, shall issue an order shopping all or part of the work
until satisfactory corrective action has been taken. No part of the time lost due to any such stop orders shall
be made subject of claim for extension of time or for excess costs or damages by the contractor. When the
District proceeds with such formal action it has the burden of proving that the contractor has not met the
requirements of coming forward and showing that it has met the good faith requirements of the Notice,
specifically including paragraph 7 hereof. Where the contractor is found to have failed to exert every good
faith effort to involve DBE in the work provided, the District may declare that the contractor is ineligible to
receive further District funds, whether as a contractor, subcontractor, or as a consultant, for a period of up
to three (3) years.
9. The contractor will keep records and documents for three (3) years following performances of this contract
to indicate compliance with this Notice. These records and documents, or copies thereof, will be made
available at reasonable times and places for inspection by any authorized representative of the District upon
request together with any other compliance information which such representative may require.
10. Bidders and contractors are bound by all requirements, terms and conditions of this Notice.
11. Nothing in this Notice shall be interpreted to diminish the present contract compliance review.
29
1: DBE Form A
Name of Firm: _____________________________________________________________________
Address: __________________________________________________________________________
City, State, Zip Code: ________________________________________________________________
Telephone Number: ______________________________
Type of Business (Product or Service):___________________________________________________
__________________________________________________________________________________
Date of Proposed Contract Award: _____________________________________________________
Amount of Proposed Contract Award: __________________________________________________
Diversity Business Enterprise Subcontractor(s):
__________________________________________________________________________________
Dollar Amount Subcontract Award: __________________________________
Percent of Subcontract Award: ______________________________________
D.B.E. Participation: _____________________ $______________________
F.B.E. Participation: _____________________ $______________________
Name of EEO Officer: ________________________________________________________________
________________________________________________________
(Signature of owner, partner, or authorized officer)
Name:__________________________________________________ Dated:____________________
(printed)
Title:______________________________________________________________________________
DO NOT COMPLETE BELOW THIS LINE
______Compliant ______Compliance Pending ________Non-Compliant
Compliance Date: ___________________
___________________________________________ __ ______________
(signature, DBE Department) (date)
30
2: DBE Form B
NOTICE OF REQUIREMENT TO ENSURE
DIVERSITY BUSINESS ENTERPRISE (DBE) OPPORTUNITY
Note: All eligible bidders for award of the contract should comply with the Requirements, Terms, and
Conditions of this Notice.
The undersigned bidder hereby agrees that the goal it has established for DBE participation in this
project through either subcontracting or entering into a joint Venture with DBEs in conformity with the
Requirements. Terms and Conditions of this Notice is a goal of thirty (30%) percent for a
construction/repair/ maintenance contract, twenty (20%) percent for a supply contract, and fifteen
(15%) for a service contract of the total contract amount of this project. In no event will the absence
of goals as stated above be deemed as compliance with the requirements, terms and conditions of this
notice.
In addition, the undersigned will complete and attach hereto the DBE (Form C) Schedule for DBE
participation, showing all DBE/FBE that will participate as subcontractors or joint ventures in this
contract and a DBE (Form D), DBE Letter of Intent form for each DBE/FBE listed on the Schedule.
Bidder: ________________________________________
Date: _________________________________________
By: ___________________________________________
Title: __________________________________________
Definition of DBE: A Diversity Business Enterprise (DBE)
"Small Diversity business concern" means a small business concern that is a least (51) percent
unconditionally owned by one or more individuals who are both socially and economically diverse, or
a publicly owned business that has at least (51) percent of its stock unconditionally owned by one or
more socially and economically diverse individuals and that has its management and daily business
controlled by one or more such individuals. This term also means a small business concern that is at
least (51) percent unconditionally owned by an economically diverse Indian tribe or Native Hawaiian
Organization, or a publicly owned business that has least (51) percent of its stock unconditionally
owned by one of these entities, that has its management and daily business controlled by members of
an economically diverse Indian tribe or Native Hawaiian Organization.
31
3: DBE Form C
SCHEDULE MBE/FBE PARTICIPATION
Project Name: ____________________________________________________________________
Name of Non-DBE Contractor: _______________________________________________________
Identification Number: _____________________________________________________________
Location: ________________________________________________________________________
Name of Minority Contractor: _______________________________________________________
Address: ________________________________________________________________________
City, State, Zip: ___________________________________________________________________
Type of work to be performed and work hours involved:
________________________________________________________________________________
Projected commencement and completion dates for work:
________________________________________________________________________________
Agreed price in dollars or percentage:
________________________________________________________________________________
The undersigned will enter into a formal agreement with DBE for work listed in this schedule conditioned
upon execution for a contract with the Cleveland Municipal School District
TO BE RETURNED WITH THE BID
__________________________________________________
Signature of Non-DBE Prime Contractor
Date: ________________________
32
4: DBE Form D
DBE LETTER OF INTENT
To: ___________________________________________________________________________
Non-DBE Prime or General Bidder
Project: _______________________________________________________________________
NON-DBE PRIME OR GENERAL BIDDER
The Undersigned intends to perform work in connection with the above-referenced project as
(check one):
an individual a corporation a partnership a joint venture
DBE status of the undersigned is confirmed in the Cleveland Municipal School District's DBE file of bona fide
enterprises with a certification date of: _____________________________________________
The Undersigned is prepared to perform the following described work in connection with the above referenced
project. Specify in detail particular work items or parts thereof to be performed:
at the following price or percent of contract: $________________________________________
You have projected the following commencement date of such work, and the undersigned is projecting
completion of such work as follows:
Items _______________________________________________
Projected Commencement Date ________________________
Projected Completion Date ____________________________
____________________________% (percent) of the dollar value of the subcontract will be sublet
and/or awarded to NON-DBE contractor (s) and/or NON-FBE SUPPLIERS. The undersigned will enter
into a formal agreement for the above work with you conditioned upon your execution of a contract
with the Cleveland Municipal School District.
______________________________ ____________________________________
Date Name of DBE Firm (where applicable)
________________________________________ ________________________________________________
Signature of DBE (where applicable) Signature of MBE Firm
(TO BE RETURNED WITH RFP)
______________________________ ____________________________________
Name of FBE Firm Signature of FBE Firm
33
5: DBE Form E
DBE Unavailability Certification
I, _____________________________________________,______________________________
Name Title
Of _____________________________________________________, certify that on_________
Date
I contacted the following DBE to obtain a Bid for work items to be performed on:
Board Project: __________________________________________________________________
Minority Contractor: _____________________________________________________________
Work Items Sought: _____________________________________________________________
Form of Bid Sought: _____________________________________________________________
Female Contractor: _____________________________________________________________
Work Items Sought: _____________________________________________________________
Form of Bid Sought: _____________________________________________________________
To the best of my knowledge and belief said minority business enterprise was unavailable (exclusive of the
unavailability due to lack of agreement on price) for work on this project or unable to prepare a bid for the
following reason (s):
___________________________________________________________________________________
___________________________________________________________________________________
____________________________________________________________________
________________________________________________ ____________________________
Signature, Non-DBE prime Bidder Date
__________________________was offered an opportunity to bid on the above-referenced work on
____________________________________ by ______________________________
Date Non-DBE Prime Bidder
________________________________________________
Signature, Non-DBE Prime Bidder
The above statement is a true and accurate account of why I did not submit a Bid on this project.
________________________________________
Signature, Non-DBE prime Bidder
34
6: DBE Form F
Non-Minority Prime Affidavit for DBE
STATE OF }
COUNTY OF } SS. AFFIDAVIT
The undersigned swear that the foregoing statements are correct and include all material information
necessary to identify and explain the items and operation of our subcontract and the intended participation
by each party in the undertaking. Further, the undersigned covenant and agree to provide to the Cleveland
Municipal School District current, complete, and accurate information regarding actual subcontract work
and the payments thereof, and any proposed changes in any of the subcontract arrangements and to permit
the audit and examination of the books, records and files of the subcontract or those of each party relevant
to the subcontract, by authorized representatives of the Cleveland Municipal School District. Any material
misrepresentation will be grounds for terminating any contract which may be awarded and for initiating
action under federal and state laws concerning false statements.
Name of Firm: ________________________________________________________________
Signature: ___________________________________________________________________
Name and Title: _______________________________________________________________
Date: _____________________________________
STATE OF }
COUNTY OF } SS.
On this __________day of ______________________________ 20_____, before me appeared
_______________________________________, to me personally known, who being duly sworn, did
execute the foregoing affidavit, and did state that they were properly authorized by
_____________________________to execute the affidavit and did so as their free act and deed.
(Seal)
Notary Public___________________________________
Commission expires______________________________
35
7: DBE Form G
(This form need not be completed if all join venture firms are diversity business enterprises)
1. Name of Joint Venture:__________________________________________________________
2. Address of Joint Venture:________________________________________________________
3. Phone Number of Joint Venture:___________________________________________________
4. Identify the firms which comprise this joint venture. (The DBE partner must complete DBE Form A or
have current DBE Certification)
_________________________________________________________________________________
_________________________________________________________________________________
a. Describe the roll of the DBE firm in the joint venture:____________________________
_______________________________________________________________________
b. Describe briefly the experience and business qualifications of each non-DBE Joint
Venture:________________________________________________________________
_______________________________________________________________________
5. Nature of Joint Venture’s Business:_________________________________________________
_________________________________________________________________________________
6. Provide a copy of the Joint Venture Agreement.
7. What is the percentage of DBE Ownership? DBE_____% FBE______%
8. Ownership of Joint Venture: (This need not be completed if described in the Joint Venture agreement
provided in response to question 6).
a. Profit and loss sharing:_________________________________________________
____________________________________________________________________
b. Capital contributions, including equipment:_________________________________
_____________________________________________________________________
c. Other applicable ownership interest:_______________________________________
_____________________________________________________________________
9. Control of and participation in this contract. Identify by name, race, and “firm” those individuals and
their titles who are responsible for day-to-day management and policy decision making, including, but
not limited to, those prime responsibility form:
36
a. Financial decisions:____________________________________________________
____________________________________________________________________
b. Management decisions, such as:
i. Estimating:______________________________________________________
ii. Marketing and Sales:______________________________________________
iii. Hiring and firing of management personnel:___________________________
_______________________________________________________________
iv. Purchasing of major items or supplies:________________________________
_______________________________________________________________
c. Supervision of field operations:____________________________________________
______________________________________________________________________
Note: If after complete the DBE Form B and before the completion of the joint venture’s work on any contract
awarded, there is any significant change in the information submitted, the joint venture must inform the
Cleveland Municipal School District, either directly or through the non-DBE prime subcontractor if the joint
vendor is a subcontractor.
37
8: DBE Form H
Non-Minority Prime Affidavit (Joint Venture)
STATE OF OHIO CUYAHOGA COUNTY AFFIDAVIT
The undersigned swear that the forgoing statements are correct and include all material
information necessary to identify and explain the items and operation of our subcontract and the
intended participation by each joint venture in the undertaking. Further, the undersigned covenant
and agree to provide to the Cleveland Municipal School District current, complete, and accurate
information regarding actual joint venture work and the payments thereof and any proposed changes
in any of the subcontract arrangements and to permit the audit and examination of the books, records
and files of the joint venture or those of each party relevant to the joint venture, by authorized
representatives of the Cleveland Municipal School District. Any material misrepresentation will be
grounds for terminating any contract which may be awarded and for initiating action under federal and
state laws concerning false statements.
______________________________________ ____________________________________
Name of Firm (Prime) Name of Firm (DBE)
______________________________________ ____________________________________
Signature Signature
______________________________________ ____________________________________
Name and Title Name and Title
______________________________________ ____________________________________
Date Date
STATE OF ] COUNTY OF ]SS.
On this ___________________________ day of _______________________ 20 ___, before me
appeared ___________________________________, to me personally known, who being duly sworn,
did execute the foregoing affidavit, and did state that they were properly authorized by
______________________________ to execute the affidavit and did so as their free act and deed.
(Seal) ________________________________________________
Notary Public
________________________________________________
Commission expires
38
Section XIV: EOA Contractual Declaration Forms
CMSD Affirmative Action Program
Vendor Contract Compliance, Procedures and Guidelines
Note: Please read carefully all of the information contained in these documents.
Pursuant to the Affirmative Action Policy Adopted by the Cleveland Municipal School District, the following
guidelines and procedures will be implemented to ensure that all vendors doing business with the District
are in compliance with Equal Employment Opportunity Standards.
A. SUBMISSION OF VENDOR EMPLOYMENT PRACTICE REPORT
All vendors and contractors who propose to provide goods, services, supplies, and equipment through
formal bids, informal bids, and contract term agreements are required to submit a Vendor Employment
Practice Report with each Bid. Approved status by the Vendor Employment Practice Report includes the
following documents which must be completed in their entirety and returned with the bid.
Please note, compliance approval consists of both DBE and Vendor Contract Compliance approval.
1. General Information Sheet (Form 1): Provides basic information on the vendor.
1a. SMSA/OR RECRUITMENT AREA: Indicates the relevant labor area in which your facility is located.
Designate the Standard Metropolitan Statistical Area, county, or city from which the facility can draw
applicants or recruit for most positions.
In making relevant labor area determinations, examine the statistics on racial, ethnic, and gender
composition of the Standard Metropolitan Statistical Area, county, or city surrounding your organization, as
well as other appropriate adjacent areas.
The relevant labor area should be the SMSA county or city with the highest population of minorities and
women.
1b. DEFINITION: As defined by the U.S. Bureau of the Census, SMSA is: “Except in the New England States,
a county or group of contiguous counties which contains at least one city of 50,000; in addition contiguous
counties if they are socially and economically integrated within the central city; in the New England States
towns and cities instead of counties. Each SMSA must include at least one central city.”
2. Compliance Declaration Form (Form 2) - The Agreement indicating the vendor is in compliance with
Equal Employment Opportunity requirements, will take affirmative action, and will comply with all Fair
Labor Standard practices.
3. Current Employment Data Form (Form 3) Current personnel data indicating employees in each job
category classified by gender and race.
39
4. Existing Affirmative Action Program If any and copies of any agreement between the vendor and the
Equal Employment Opportunity Commission, Office of Federal Contract Compliance Program or court
order pertaining to equal employment opportunity.
B. EVALUATION OF COMPLIANCE DATA
1. The Diversity Officer will evaluate data submitted by vendors who are recommended to receive District
bids and contracts. Vendors found in compliance with the District’s Equal employment opportunity
standards (Affirmative Action and DBE Program) will be placed on the approved vendor’s list.
2. In the event that a vendor is found not in compliance with the District’s equal employment opportunity
standards, the Diversity Officer will inform the Purchasing Director of the Reason(s) and ask that the
Purchasing Director not award the contract or bid to the vendor pending compliance. The Purchasing
Director of Manager of Diversity will inform the vendor of reason(s) for non-compliance. Vendors found
not in compliance will be given ten (10) business days from the time of notification by the Purchasing
Director or Manager of Diversity to submit an acceptable affirmative action program to the Diversity
Officer.
3. If the vendor which has been found not in compliance submits an acceptable affirmative action plan to
the Diversity Officer within ten (10) business days of notification, the vendor may be given conditional
approval.
C. AFFIRMATIVE ACTION PLAN
1. Vendor found not in compliance with the District’s equal employment opportunity standards are
expected to develop and implement affirmative action programs if they expect to be eligible to
successfully propose for District contracts.
2. While it is the vendor’s responsibility to develop an affirmative action program which will result in equal
employment opportunity for persons from all sectors of the community, the Officer in Charge of the
Diversity Program may refer prospective bidders to resources which may be of assistance in developing
affirmative action programs.
3. In the event that a vendor who has been awarded a District contract does not make satisfactory progress
toward goals in the affirmative action program, the District will not negotiate a new contract until the
vendor assures the Diversity Officer that significant progress will be made.
D. CONDITIONS UNDER WHICH BIDS MAY BE REJECTED OR CONTRACTS TERMINATED ON EQUAL
EMPLOYMENT OPPORTUNITY GROUNDS
1. Vendor fails to submit completed and signed EEO documents with bid or other requested information in a
timely manner.
2. The vendor is found not to be in compliance with EEO laws, regulations and District policy, and does not
have an acceptable Affirmative Action Program, or if the vendor has an acceptable Affirmative Action
Program but the Diversity Officer determines the vendor has not made satisfactory progress toward goals
in the plan and shows no promise of achieving the goals.
3. Any inconsistencies of misrepresentation of the facts in any of the requested information designed to
portray the vendor in a more favorable position with respect to Equal Employment Opportunity Compliance
will be grounds for cancellation of the contract by the Purchasing Director upon recommendation by the
Diversity Officer and confirmation by the Cleveland Municipal School District.
40
Form 1: Vendor Contract Compliance Form
Name of Firm: _________________________________________________________________
Address: ______________________________________________________________________
City, State, Zip Code: ____________________________________________________________
Telephone Number: _____________________________________________________________
Standard Metropolitan Statistical Area: _____________________________________________
Recruitment Area: ______________________________________________________________
Type of Business (product or service): _______________________________________________
Name of EEO Officer: ____________________________________________________________
Signature of Owner, Partner, or Authorized Officer: ____________________________________
Name (type or print):_____________________________________________________________
Date: _____________________________________ Title: _________________________________
Do not complete below this line
Status of Vendor:
___ Compliance ___ Conditional Compliance
___ Non-Compliance ___Compliance Pending
Comments: _______________________________________________________________________
_________________________________________________________________________________
Date: ________________________________ Signature: ___________________________________
41
Form 2: Compliance Declaration
The following must be filled out completely:
It is the policy of _________________________________________that equal employment opportunity be
afforded to all qualified persons without regard to race, religion, color, sex, national origin, age, or handicap.
In support of this policy, ____________________________________will not discriminate against any
employee or applicant for employment because of race, religion, color, sex, national origin, age, or handicap.
____________________________________will take affirmative action to insure that applicants are
employed and that employees are treated during employment without regard to race, color, sex, national
origin, age, or handicap. Such action will include, but not be limited to:
Recruitment, advertising, or solicitation for employment, hiring, placement, upgrading, transfer or
demotion, selection for training including apprenticeship rates of pay or other forms of compensation,
layoffs or termination.
The undersigned company states that they are of current applicable requirement pertaining to Fair Labor
Standards and Non-Discriminatory Practices of Federal, State, and Local Governments.
The undersigned further acknowledges that if the contract is awarded to the undersigned, that the
undersigned will comply with all Fair Labor Standard Practice.
_____________________________________________
(Name of Company)
________________________________________________ Date: _____________________
(Signature of Company Official)
STATE OF ( )
COUNTY OF ( )SS.
BEFORE ME, a Notary Public in and for said County and State personally appeared the above-named
Company ________________________________________by _________________________
Its ___________________________________, who acknowledged that they knowingly signed the aforesaid
instrument, and that the same is their free act and deed duly authorized and the free act and deed of said
company.
IN TESTIMONY WHEREOF, I have hereto set my hand and affixed seal at
__________________________, _____________________________________________, this
day of _________, 20______.
42
DESCRIPTION OF JOB CATEGORIES
OFFICIALS, MANAGERS, AND SUPERVISORS
Occupations requiring administrative personnel who set District policies, exercise overall responsibility of
the places, and direct individual departments or special phases of a firm’s operations includes: officials,
executives, middle management, plant managers, department managers, and superintendents, salaried
supervisors who are members of management, purchasing agents, buyers, and kindred workers.
PROFESSIONALS
Occupations requiring either college graduation or experience of such kind and amount as to provide
background. Includes: accountants and auditors, airplane pilots and editors, engineers, layers, librarians,
mathematicians, natural scientists, personnel and labor relations workers, physical scientists, physicians,
social scientists, teacher’s and kindred workers.
TECHNICIANS
Occupations requiring a combination of basic scientific knowledge and manual skill which can be obtained
through (about) two years of post high school education, such as that which is offered in many technical
institutes and junior colleges, or through equivalent on-the-job training. Includes: drafters, engineering
aides, junior engineers, mathematical aids, nurses, photographers, radio operators, scientific assistants,
surveyor of technical illustrators, technicians (medical, dental, electronic, physical sciences), and kindred
workers.
SALES WORKERS
Occupations engaging wholly or primarily in direct selling. Includes: advertising agents and salespersons,
insurance agents and brokers, real estate agents and brokers, stock bond salespersons, demonstrators, sales
persons, sales clerks, and kindred workers.
OFFICE AND CLERICAL
Includes all clerical-type work regardless of level of difficulty, where the activities are predominantly non-
manual, includes: bookkeepers, cashiers, collectors (bills and account), messengers and office clerks, office
machine operators, shipping and receiving clerks, stenographers, typists and secretaries, telegraph and
telephone operators and kindred workers.
CRAFTWORKERS (SKILLED)
Manual workers of relatively high skill level having a thorough and comprehensive knowledge of the process
involved in their work, exercise considerable independent judgment, and usually receive an extension period
of training. Includes: the building trades hourly paid foremen who are not members of management,
mechanics and repairers, skilled machine operators, compositors and typesetters, electricians, engravers,
job setters (metal), motion picture projectionists, pattern and model makers, stationary engineers, tailors
and kindred workers.
OPERATIVE (SEMI-SKILLED)
Workers who operate machine or processing equipment or perform other factory-type duties of
intermediate skill level which can be mastered in a few weeks and require limited training.
LABORERS (UNSKILLED)
Workers in manual occupations which generally require no special training. Perform elementary duties that
may be learned in a few days and require the application of little or no independent judgment. Includes:
garage laborers, car washers and greasers, gardeners (except farmers), ground-keepers, long-shore workers,
craftsperson and stevedores, lumber’s and wood chippers, laborers performing lifting, digging, mixing,
loading, and pulling operations, and kindred workers.
43
SERVICE WORKERS
Workers in both protective and non-protective service occupations. Includes: attendants (hospital and other
instruction, professional and personal service), barbers, and cleaners, cooks, guards, door keepers, stewards,
janitors, police officers and detectives, porters, food services, and kindred workers.
APPRENTICES
Persons employed in a program including work training and related instruction to learn a trade or craft which
is traditionally considered an apprentice, regardless of whether the program is registered with a Federal or
State agency.
Form 3: Employment Data Form
Please note this data may be obtained by visual survey or post-employment record. Neither visual surveys nor post-employment records are prohibited by any federal, state or local
law. All specified data is required to be filled in by District policy.
All EMPLPOYEES
MALES
FEMALES
Job Categories
TOALS
MALES &
FEMALES
MALES
FEMALES
WHITE
(NOT OF
HISPANIC
ORIGIN)
BLACK
(NOT OF
HISPANIC
ORIGIN)
ASIAN
AMERICAN
OR PACIFIC
ISLANDER
AMERICAN
INDIAN OR
ALSKAN
NATIVE
HISPANIC
WHITE
(NOT OF
HISPANIC
ORIGIN)
BLACK
(NOT OF
HISPANIC
ORIGIN)
ASIAN
AMERICAN
OR PACIFIC
ISLANDE
AMERICAN
INDIAN OR
ALSKAN
NATIVE
HISPANIC
OFFICIALS, MGRS &
SUPERVISORS
PROFESSIONALS
TECHNICIANS
SALES WORKERS
OFFICE/CLERICAL
CRAFTWORKERS (SKILLED)
OPERATIONS (SEMI-SKILLED)
LABORERS (UNSKILLED)
SERVICE WORKERS
APPRENTICES
TOTAL
Additional information (optional):
Describe any other actions taken which show that all employees are recruited, hired, or trained or promoted without regard to their
race, religion, color, sex, handicap, age or national origin. Use second sheet if additional space is needed:
The undersigned certifies that they are legally authorized by the bidder to make the statements and representations contained in this
report, and that they have red all of the foregoing statements and representations which are true and correct to the best of their
knowledge and belief.
FIRM OR CORPORATE NAME:
DATE:
SIGNATURE:
TITLE:
SECTION VII: EMPLOYMENT DATA FORM
Section XV: Supplier Contract Sample
CMSD SUPPLIER CONTRACT
(DO NOT COMPLETE)
This agreement is made on this
day of
201_, by and between
Supplier Name
Address, City, State, Zip
(“Supplier”) and THE CLEVELAND MUNICIPAL SCHOOL DISTRICT, 1111 Superior Ave.
E. Suite 1800, Cleveland, Ohio 44114 (the “District”), and is for the purpose described below.
1. CONTRACT PURPOSE. The purpose of this contract is:
(State
Purpose)
by providing the following: (list all equipment, supplies, goods, services and deliverables
to be provided):
The District’s request for proposal, and the Supplier’s bid or proposal, are incorporated herein
as if fully re-written.
2. TERM. This Agreement shall commence on the date executed by the second of the Parties to
sign this instrument and shall terminate on acceptance of all equipment, supplies, goods,
services and
deliverables described above and no later
than
(Date);
provided, however, that the District may terminate this Agreement without obligation and
without cause by giving fourteen (14) days written notice to the Supplier under the Termination
for Convenience clause below.
46
3. COMPENSATION. Subject to the terms and conditions of this Agreement, the District agrees
to
pay the Supplier an amount not to exceed:
Dollars ($
).
spell out dollar amount
numeric dollar
amount
4. PAYMENT FOR THIS CONTRACT SHALL BE:
Dollars ($
).
spell out dollar amount
numeric dollar
amount
payable as follows (state payment terms):
Payment rendered may be within ninety (90) days after the District receives an invoice from
the Supplier together with a detailed summary of the equipment, supplies, goods, services and
deliverables provided.
Supplier will submit periodic invoices describing any services, equipment, supplies, goods,
and deliverables provided, the amount of each service or item, and any documentation and
program reports requested by the District to prove that the service was actually provided.
Failure to provide proof of the service actually being provided, upon the District’s request,
shall excuse the District of paying for the invoiced services.
Supplier is not entitled to payment of contract proceeds if equipment, supplies, goods, services
and deliverables under this Agreement are no longer needed, required, requested, received, or
should this Agreement be terminated by the District with or without cause.
The District’s obligations as to payment remain conditioned upon Supplier providing
equipment, goods, supplies, services and deliverables in accordance with this Agreement in a
reasonably prudent manner. Should the Supplier fail to provide equipment, goods, services and
deliverables in accordance with this Agreement either in full or in part, the District maintains
the right to refuse future payments, as well as the right to recoup payments already tendered
for any services that have been performed or any defective item provided. The District is not
liable in any manner for expenses incurred by the Supplier through its utilization of third-party
Suppliers or Contractors.
47
5. FUNDING SOURCE.
FD_
FN
SC
PG
Fund
Cost Center
Function
Spend
Category
Program
Additional
Worktags
Additional
Worktags
6. INDEMNIFICATION AND HOLD HARMLESS. The Supplier shall indemnify, defend,
and hold harmless the District, all of its members, officers, employees, and agents, from and
against any and all liability (whether real or asserted), claims, demands expenses, costs
(including legal fees), and causes of action of any nature whatsoever for injury or death of
persons, or damage or destruction of property which may result from or arise out of the
negligence or intentional misconduct of the Supplier or its employees, officers, or agents, in
the course of the Supplier’s performance of this Agreement or the Supplier’s failure to perform.
This indemnification and hold harmless obligation survives the term of this Agreement.
7. INDEPENDENT CONTRACTOR STATUS. Supplier and the District acknowledge and
agree that Supplier is an independent Contractor and has no authority to bind the District or
otherwise act as a representative of the District. The District will provide no benefits such as
health insurance, unemployment insurance, or worker’s compensation insurance to
Independent Contractor. Independent Supplier will be responsible for payment of all federal,
state and local income taxes, unemployment and worker’s compensation coverage’s.
8. AMENDMENT/MODIFICATION. No amendment or modification of this Agreement, and
no waiver hereunder, shall be valid or binding unless set forth in writing and signed by each
party.
9. CONFIDENTIALITY/OWNERSHIP. The Supplier agrees that all financial, statistical or
proprietary information provided by the District or any information that the Supplier may
acquire, directly or indirectly, if any, which relates to the District will be kept confidential and
not used by or released to any third party or parties without the prior written consent of the
District. The Supplier further agrees that any written material, (e.g., report, study, etc.),
developed for the District shall be property of the District, and the District shall be entitled to
obtain copyrights or any similar such protection for any deliverables furnished by the Supplier
under the terms of this Agreement, and that any such materials be considered a “work-for-
hire.”
10. NO DAMAGES FOR DELAY. The District shall not be held responsible for any loss,
damage, costs, or expenses sustained by the Supplier as the result of any project delays,
disruptions, suspensions, work stoppages, or interruptions of any kind, whether reasonable or
unreasonable or whether occasioned by changes ordered in the work or otherwise caused by
an act or omission of the District, its agents, employees, or representatives, or by any cause
whatsoever beyond the control of the Supplier.
48
11. FINDINGS FOR RECOVERY/ DEBARMENT OR SUSPENSION. [ATTACH
CERTIFICATION FROM AUDITOR OF STATE’S WEBSITE AND FEDERAL SYSTEM FOR AWARD
MANAGEMENT (SAM) WEBSITE]
https://ohioauditor.gov/findings/Certified/default.aspx
http://www.sam.gov/portal/public/SAM/
Supplier represents that it has no unresolved findings for recovery against it by the Ohio
Auditor of State or any notice of debarment or suspension from any Federal Agency. The
District may terminate this contract at any time if the Supplier or any of its directors or officers
is found at any time to have any unresolved findings for recovery by the Auditor of State or
any notice of debarment or suspension from any Federal Agency.
12. CRIMINAL BACKGROUND CHECK. Supplier agrees to successfully complete a criminal
background check on any of its employees who provide services under this Agreement in the
school district and who are required by Ohio Revised Code Section 3319.39, 3319.31 or
3319.392, as amended. A copy of all such background checks shall be provided by the Supplier
to the District at the Supplier’s expense.
13. DISCRIMINATION. Supplier certifies that it does not discriminate and covenants that it shall
not discriminate on the basis of race, religion, marital status, color, national origin, sex, age,
disability or any other classification protected under federal, state, or local law.
14. PERSONNEL. Upon the District's request, and in its sole discretion, Supplier shall replace
personnel, if any, assigned by Supplier.
15. LABOR DISPUTE. If the Supplier has knowledge that any actual or potential labor dispute
is delaying or threatens to delay the timely performance of this contract, the party shall
immediately give notice, including all relevant information, to the District.
16. PROMPT PAYMENT DISCOUNT. If the Supplier offers a prompt payment discount on
any other contract, public or private, then the District shall be extended the same discount on
this contract and shall be so notified of the existence of the discount and the terms thereof.
17. DAMAGE TO BUILDINGS, EQUIPMENT, AND VEGETATION. The Supplier shall use
reasonable care to avoid damaging existing buildings, equipment, and vegetation on the
District premises. If the Supplier’s failure to use reasonable care causes damage to any District
property, the Supplier shall replace or repair the damage at no expense to the District as the
District directs. If the Supplier fails or refuses to make such repair or replacement, the Supplier
shall be liable for the cost, which may be deducted from the contract price.
18. TIME. Time is of the essence in the performance of this contract.
19. NOTICE OF BANKRUPTCY. If the event Supplier enters into proceedings relating to
bankruptcy, whether voluntary or involuntary, the Supplier agrees to furnish, by certified mail
or electronic commerce method authorized by the contract, written notification of the
bankruptcy to the District Office responsible for administering the contract. This notification
shall be furnished within five days of the initiation of the proceedings relating to bankruptcy
filing. This notification shall include the date on which the bankruptcy petition was filed, the
identity of the court in which the bankruptcy petition was filed, and a listing of District contract
numbers and contracting offices for all District contracts against which final payment has not
been made. This obligation remains in effect until final payment under this contract.
49
20. PAYMENT OF MONEYS DUE DECEASED SUPPLIER. If the Supplier dies or is
dissolved prior to completion of this Agreement, any moneys that may be due to Supplier from
the District for services rendered prior to the date of death or dissolution shall be paid to
Supplier’s executors, administrators, heirs, personal representative, successors, or assigns or
as may be directed by an order of a Probate Court.
21. AVAILABILITY OF FUNDS. The Parties acknowledge and agree that the District is a
governmental entity and due to statutory provisions cannot commit to the payment of funds
beyond its fiscal year (July 1, through June 30). If funds are not allocated for the Services that
are the subject of this Agreement following the commencement of any succeeding fiscal year
during which this Agreement may continue, the District may terminate this Agreement without
liability for any termination charges, fees, or penalties, at the end of its last fiscal period for
which funds were appropriated. The District shall be obligated to pay all charges incurred
through the end of the last fiscal period for which funds were appropriated. The District shall
give the Service Supplier written notice that funds have not been appropriated (a) within a
reasonable time after the District receives notice of such non-appropriation; and, (b) at least
fourteen (14) days prior to the effective date of such termination.
22. RECORDS. The Supplier shall maintain all records pertaining to this Agreement on file for
not less than ten (10) years and until any audit issues are resolved and to make such records
available to the District, or any other duly authorized representative, upon request except if
this is a federally funded contract.
If this is federally funded, the Supplier shall comply with all federally required records
retention rules, regulations and laws and shall allow access as required by local, state or federal
law, rules, regulations or ordinances.
23. DEFAULT. Any of the following events constitute default by the Supplier:
a. Non-performance of any term, covenant, or condition of this Agreement by the
Supplier within the time provided; or
b. Any act of insolvency by the Supplier or the filing of any petition under any bankruptcy,
reorganization, insolvency, receivership, or moratorium law, or any law for the relief
of, or relating to debtors; or
c. The filing of any involuntary petition under any bankruptcy statute against the Supplier
or the appointment of any receiver or trustee or to take possession of the property of
the Supplier; or
d. Failure of the Supplier to pay a third party(ies) resulting in any claim(s) against the
District or the filing of Liens on Public Funds; or
e. Failure to maintain the required insurance or equipment as well as failure to provide
qualified/licensed personnel or quality and safe vehicles.
24. EFFECT OF DEFAULT. In the event of any default by the Supplier, the District may do any
one or all of the following:
a. Terminate the contract and withhold funds due, if any to satisfy any third-party claims;
b. Sue for and recover all damages arising out of the Supplier’s default;
c. Cure the default and obtain reimbursement and cover from the Supplier.
50
d. Exercise any other rights available to it in law or equity.
25. WAIVER OF DEFAULT. If the District consents to or waives the breach of any provision
of covenant in this Agreement, such waiver shall not constitute a waiver of such provisions or
covenant as to the future, and the District shall not be estopped from later enforcing any
provision or covenant it may have previously waived or elected not to enforce; nor shall such
waiver have any effect on the enforcement of any other provision of this contract.
26. TERMINATION FOR CONVENIENCE OF DISTRICT. The District may terminate this
Agreement at its option without obligation upon fourteen (14) days written notice to the
Supplier. The District may terminate this Agreement for any reason or no reason at all.
27. EFFECT OF TERMINATION FOR CONVENIENCE. If the District terminates this
Agreement for its convenience, then the District shall only remit payment to the Supplier for
work performed up to the date of termination. In no event shall the Supplier be entitled to lost
or anticipatory profits.
28. MISCELLANEOUS.
a. Supplier represents and warrants that she possesses the qualification and personnel, if
required, to provide the services agreed to herein.
b. Neither party may assign, modify, or sub-contract this Agreement, or any right or
interest herein, without the prior written consent of the other party.
c. This Agreement shall be binding upon and inure to the benefit of the Parties, their
successors, and permitted assigns.
d. To the extent that the terms of this Agreement materially conflict with or render
ambiguous any provision of the Supplier’s (Bid/Proposal), the terms of this Agreement
shall govern.
e. The paragraph headings are for convenience only and shall not effect the interpretation
of this Agreement.
f. This validity, construction of this Agreement shall be determined in accordance with
the laws of the State of Ohio.
g. The Supplier and all subcontractors shall comply with all local, state and federal laws,
rules, regulations and ordinances.
h. No travel expense reimbursement is authorized unless specifically stated in this
contract. If so stated, the meals, travel, and lodging are reimbursable only in strict
compliance with the Ohio Auditor of State Technical Bulletins, Guidance and Rules
and Regulations and, if this contract is federally funded in whole or in part, in strict
compliance with all rules, regulations and guidance of the U.S. Office of Management
and Budget and any other federal office or agency having jurisdiction over federally
funded contracts.
i. This Agreement contains the entire agreement between the parties with respect to the
services to be provided hereunder, and there are no representations, understandings or
agreements, oral or written, which are not included herein.
51
29. CONFLICT OF INTEREST. The Supplier represents that he/she is not an employee or board
member of the Cleveland Municipal School District. The Supplier further represents that no
employee or board member of the Cleveland Municipal School District has any ownership
interest in or fiduciary duties to the Supplier or any of its parent affiliations and is not on the
board of directors of the Supplier or hold any officer position with the Supplier. The District’s
signatory to this agreement represents that neither he/she or any family member have any
ownership interest in or fiduciary duties to the Supplier or any of its parent affiliations and are
not on the board of directors of the Supplier or hold any officer position with the Supplier.
CONTRACT MUST BE APPROVED BY CMSD LEGAL DEPARTMENT PRIOR TO
SIGNATURE
Approved as to form:
___________________________________
Law Department
Cleveland Municipal School District
DATE: _____________________________
52
******************************************************************************
NOTICE TO SUPPLIERS
GOODS AND/OR SERVICES ARE NOT TO BE PROVIDED UNTIL AFTER THE
CONTRACT HAS BEEN SIGNED BY A DULY AUTHORIZED REPRESENTATIVE OF
THE DISTRICT AND A CERTIFIED PURCHASE ORDER AND/OR CONTRACT
NUMBER HAS BEEN ISSUED TO THE SUPPLIER.
THE CLEVELAND MUNICIPAL SCHOOL DISTRICT IS NOT OBLIGATED TO PAY
FOR GOODS AND/OR SERVICES PROVIDED PRIOR TO THE DATE THIS
CONTRACT HAS BEEN SIGNED BY AN AUTHORIZED DISTRICT
REPRESENTATIVE.
******************************************************************************
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by them
or their authorized representatives as of the day and year first above written.
(SUPPLIER NAME) CLEVELAND MUNICIPAL SCHOOL
DISTRICT
BY:
BY:
TITLE:
Supplier
TITLE:
DATE:
DATE:
53
Part 2: Specifications and Bid Form
#21255
Repair Services for Kitchen Equipment
FOR THE
CLEVELAND METROPOLITAN SCHOOL DISTRICT
54
Section A: Specifications
55
CHECKOFF SHEET
REPAIR SERVICES FOR KITCHEN EQUIPMENT
YES NO
1. ACKNOWLEDGEMENT FORM  
Completed, Signed and Attached
2. BIDDERS QUALIFICATION FORM  
Completed, Signed and Attached
3. CONFLICT OF INTEREST 
Completed, Signed and Attached
4. DISCLOSURE STATEMENT
Completed, Signed and Attached  
5. NON-COLLUSION AFFIDAVIT FORM
Completed, Notarized, and Attached 
6. AFFIDAVIT
Completed, Notarized, and Attached 
7. E.O.A. FORMS
Completed, Notarized, and Attached 
8. DBE FORMS
Completed, Notarized, and Attached 
9. STATE OF OHIO DEPARTMENT OF INSURANCE 
CERTIFICATE OF COMPLIANCE
(when using a Bonding Company) Attached 
10. COMPLETED PROPOSAL FORM 
Completed, Signed and Attached
11. CERTIFICATION AND/OR LICENSES FOR EXPERIENCE
 
OR
12. PROOF OF INDUSTRIAL/COMMERCIAL EXPERIENCE 
(atleast 5 years)
OR
13. VERIFIABLE PROOF OF QUALIFICATIONS AND 
REFERENCES
14. CERTIFICATION REGARDING DEBARMENT OR SUSPENSION
Completed, Signed and Attached  
56
REQUEST FOR PROPOSAL #21255
REPAIR SERVICES FOR KITCHEN EQUIPMENT
SPECIAL INSTRUCTIONS
SUBMISSIONS:
Vendors must use the Proposal Form(s) included in this proposal package for their
submission(s).
QUESTIONS & ANSWERS:
Vendors are NOT to contact District employees regarding this RFP. The only acceptable form of
contact will be as follows:
1. All questions and/or concerns must be submitted in writing
2. Written questions are to be Submitted via E-mail to:
Answers and responses will be sent to the vendor in writing, and later compiled in an
Addendum, if required, or will be posted on the District’s Website:
clevelandmetroschools.org/purchasing for all interested vendors. The District will not be liable for
any misinformation given to vendors who do not adhere to this procedure. The deadline for
submission of written questions and/or concerns is 12:00 PM, current local time, on September
14, 2018. The District will not respond to any communications received after this cut-off day
and time. No exceptions will be allowed due to malfunctioning equipment belonging to either
the vendor or the District.
CONTRACT TERM:
Awarded vendors will be notified in writing and sent a Term Agreement for signature. Vendors
must respond to these letters and Agreements for their contract to be effective. Please be sure
to indicate the proper name and title of person who is to receive these forms, and that this
person can legally bind the company to a contract, (See “Instructions to Proposers”; page 6;
Item 12; sub-section g. An original copy of the Agreement, countersigned by the District, will be
returned to the Vendor for their records. The initial contract period will be for one (1) year
commencing November 1, 2018 and terminating October 31, 2019. The District will have the
option to offer each awarded contractor two (2) one-year renewal options at the termination of
each contract period November 1, 2019 to October 31, 2020 and November 1, 2020 to October
31, 2021, which will be under the same terms and conditions as the original contract and for
the price; discount; or rate as stated in this proposal package.
57
REQUEST FOR PROPOSAL #21255
REPAIR SERVICES FOR KITCHEN EQUIPMENT
The Cleveland Municipal School District’s Food and Child Nutrition Services is currently seeking
proposals from qualified companies for providing emergency commercial/industrial repair
services AND PREVENTATIVE MAINTAINENCE for all kitchen equipment, inclusive but not
limited to; freezers, refrigerators, ovens (gas and electric), milk coolers, steam tables, kettles,
fryers, slicers, and warming cabinets, on an "as needed" basis.
I. Estimated Volume of Work:
The estimated volume for emergency repair services work is approximately $
300,000.00 annually, which will be distributed among contractors meeting District and
Food and Child Nutrition Services qualifications to make repairs to specific kitchen
equipment.
AS WELL AS PREVENTATIVE MAINTAINENCE THAT WILL BE ARRANGED WITH
CONTRACTORS AFTER AWARDS ARE MADE.
A list of current brands of kitchen equipment at various sites is listed on page S-3.
II. Agreement Period:
Twelve months beginning November 1, 2018 and expiring October 31, 2019.
Two (2) one-year options, at the District's discretion, under the same terms and
conditions as the original contract year:
November 1, 2019 through October 31, 2020
November 1, 2020 through October 31, 2021
III. Description of Services:
Emergency commercial/industrial repairs for kitchen equipment, inclusive but not
limited to: electrical, mechanical and refrigeration systems on an "as needed" basis.
IV. Qualifications:
All service personnel must be properly licensed and certified per established industry
standards. Proof of certification and/or license must be submitted with proposal.
Proof of industrial and/or commercial experience for at least five (5) years and
references must be submitted with proposal. In lieu of five (5) years experience
58
providing this service, verifiable proof of qualifications and references must be
submitted.
Must be able to respond within four (4) hours of request for service, or sooner if
possible.
Proof of commercial general liability insurance with coverage limits of not less than one
million dollars ($1,000,000.00) and automobile liability insurance with a liability limit of
not less than one million dollars ($1,000,000.00), must be submitted with the proposal
and maintained throughout the life of the contract. The service contractor shall provide
the District with evidence of the same in accordance with the specification on file at the
District. Proof of Workers' Compensation certificates must also be submitted with the
proposal.
V. Additional Specifications:
Proposal must also include:
A complete description and scope of services the company is able to provide.
List of brands of equipment company is authorized to service
A fixed hourly rate schedule for skilled labor for regular time, overtime (after
hours and weekends) and premium time (holidays).
A fixed hourly rate schedule for general labor for regular time, overtime
(after hours and weekends) and premium time (holidays).
Terms and conditions of general warranties covering work performed.
Materials cost plus percentage of mark-up.
ALL AWARDED COMPANIES MUST BE IN COMPLIANCE WITH THE DISTRICTS
DIVERSITY BUSINESS ENTERPRISE AND AFFIRMATIVE ACTION POLICIES.
59
REQUEST FOR PROPOSAL #21255
REPAIR SERVICES FOR KITCHEN EQUIPMENT
Repair Service Workorder
The contractor shall supply signed documentation from the Person-in-Charge (kitchen
manager at each site), verifying when the work was complete. This documentation shall
accompany the invoice. If the signed verification is not received with invoice, payment
will be withheld until such proper documentation has been received.
The Cleveland Municipal School District reserves to right to reject any and all proposals.
The District also reserves the right to negotiate hourly rates and materials percentage
mark-ups with qualified contractors.
Current Brand Names of Equipment
The following is a list of kitchen equipment currently at CMSD schools.
Beverage Merchandiser- Federal, Hussmann, Regal Pinnacle
Cold Table-Duke, Randell, Servo Lift Eastern
Cold Holding Cabinet-Cres Cor, Carter Hoffmann, FWE
Combi Ovens-Alto Shaam, Convotherm
Convection Ovens-Southbend, Blodgett, Montague
Convection Steamer-Groen, Cleveland Range, Winston
Garbage Disposal-Hobart, In Sink Erator, Salvajor
Heat Lamp-Eagle Group, Cres Cor, Hatco
Hot Holding Cabinet-Cres Cor, Carter Hoffmann, FWE
Kettle-Groen, Cleveland Range, Market Forge
Milk Cooler-Beverage Air, Norlake, Continental
Mixer-Hobart, Berkel, Vari
Roll-in Freezer-Traulsen, Victory, Delfield
Roll-in Hot Holding Cabinet-Carter Hoffmann, Royalton
Roll-in Oven-Carter Hoffmann, Royalton, Blodgett, Crown-X
Roll-in Rack-Cres Cor, Metro, Kelmax
Roll-in Refrigerator-Traulsen, Victory, Delfield
Slicers-Hobart, Berkel, Globe
Steam Table-Duke, Randell, Servo Lift Eastern
Walk-in Freezer-Kolpak, W. A. Brown, Harford
Walk-in Refrigerator-Kolpak, W. A. Brown, Harford
Washer/Dryer-General Electric, Frigidaire, Whirlpool
60
Section B: Bid Form
RFP #21255 PROPOSAL FORM
REPAIR SERVICES FOR KITCHEN EQUIPMENT
The undersigned proposes to provide emergency commercial/industrial repair services for kitchen
equipment at various sites of the Cleveland Municipal School District on an “as needed” basis, and
in accordance with the specifications and to the entire satisfaction and acceptance of the Food and
Child Nutrition Services of the Cleveland Municipal School District, for the period from November 1,
2018 and terminating October 31, 2019 with two (2) one-year renewal options at the termination of
each contract period November 1, 2019 to October 31, 2020 and November 1, 2020 to October 31,
2021, under the same terms and conditions as the current contract period and for the following
price(s) Vendor agrees to hold firm fixed pricing for ninety (90) days from due date of proposals,
September 21, 2018.
November 1, 2018 through October 31, 2019
JOB CATEGORY:
SKILLED LABOR
RATE
JOB CATEGORY: GENERAL
LABOR
RATE
HOURLY RATE
$
HOURLY RATE
$
OVERTIME RATE
$
OVERTIME RATE
$
PREMIUM RATE
$
PREMIUM RATE
$
SERVICE CALL CHARGE
$
XXXXXXXXXXXXXX
XXXXX
COST OF MATERIAL MARK-UP
%
XXXXXXXXXXXXXX
XXXXX
RENEWAL OPTION YEARS
ESTIMATED PERCENTAGE OF
RATE INCREASE
November 1, 2019 through October 31,
2020
%
XXXXXXXXXXXXXX
XXXXXX
November 1, 2020 through October 31,
2021
%
XXXXXXXXXXXXXX
XXXXXX
61
Vendors must complete the signatory requirement below
COMPANY NAME: _________
REPRESENTATIVE: _________
PRINT (TITLE)
SIGNATURE: _________
ADDRESS: ____________________________________
CITY:__________________________________________ STATE:_______________________
TELEPHONE: ( ) _____________ FAX NO: ( )
E-MAIL ADDRESS: ______________ DATE: ____________