Laserfiche WebLink
Docusign Envelope ID: AB158799-C7BC-4838-B581-OC84CDE5OB97 <br />City of Pembroke Pines <br />Proposer recognize that not all the requirements of the contract contemplated herein can be <br />determined with precision at the time of the contract. It is understood that matters such as locations <br />and the exact number of machines will be determined or adjusted from time to time as the needs <br />of the City of Pembroke Pines dictate. It is the intent and purpose of conducting the service in a <br />way that provides the most efficient operation to the City of Pembroke Pines. <br />1.3.1 EQUIPMENT PRODUCTS AND SERVICES <br />The vending machines are to be "state of the art." Equipment shall be no more than five <br />(5) years old at any given time during the contract term. All costs for delivery, set-up, <br />stocking, replenishment, servicing, replacement and removal, when necessary, are to be <br />borne by the successful Vendor. The machines shall have the ability to make change. All <br />machines shall remain the property of the successful Vendor. All equipment shall adhere <br />to proper safety codes. The Vendor shall bear the cost for electrical upgrades where <br />necessary. <br />The successful Vendor shall provide nationally recognized name brand equipment, i.e. <br />Dixie/Narco, Crane, National, Rowe, AP Products or City approved equivalent. Bidders <br />shall furnish the manufacturer and model of the equipment bid, including specifications or <br />capacity, and variety of product to be dispensed. Technical data, including pictures, are to <br />be included as part of your bid. <br />All machines shall have an internal tamper proof metering system to show the actual <br />quantity dispensed and contain dollar bill validators. The starting counter number will be <br />recorded upon installation of the machines and verified by the Contract Manager and the <br />Finance Department with the initial inventory of vending machines. At any time, the City <br />makes a request, the Contractor must verify the counter with City personnel present. <br />"Beverages" shall mean all carbonated and noncarbonated non-alcoholic beverages, <br />including but not limited to carbonated soft drinks, packaged energy and fluid replacement <br />drinks, water and tea drinks. <br />Beverages to be furnished shall be in no less than five (5) flavors. Both regular and diet <br />type carbonated soft drinks, including all natural, non -carbonated fruit juices and water <br />shall be included in the selection. Drinks are to be furnished in twelve (12) ounce, pop - <br />top, recyclable aluminum cans or twenty (20) ounce plastic recyclable bottles. Soft drinks <br />will be name brands for example as manufactured by Pepsi -Cola, Coca-Cola, Royal Crown <br />Cola, Canada Dry, Welch's, Ocean Spray, Minute Maid, and Tropicana. Vendor(s) shall <br />provide with the bid a list of the brands, types and flavors that will be furnished. <br />"Snacks" to be furnished shall include chips, baked chips, cookies, candy, pastries, <br />crackers, nuts, granola bars, healthy choices etc. Snacks will be name brands manufactured <br />by Frito Lay, Lance, Nestle, Mars, and Hershey. Vendor(s) shall provide with the bid a <br />list of the brands, types and flavors that will be furnished. <br />RFP # RE-24-04 SECTION 1 - INSTRUCTIONS Page 7 <br />