marion county school boardbids.centerdigitalgov.com/cn_20080418_0023_103565.pdf2008/04/18  · model...

48
Solicitation 3174ER Audio Visual Equipment Marion County School Board Marion County School Board Bid 3174ER Apr 18, 2008 3:04:31 PM EDT p. 1

Upload: others

Post on 13-May-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

Solicitation 3174ER

Audio Visual Equipment

Marion County School Board

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 1

Page 2: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

Bid 3174ERAudio Visual Equipment

Bid Number 3174ER

Bid Title Audio Visual Equipment

Bid Start Date Apr 18, 2008 3:00:53 PM EDT

Bid End Date May 28, 2008 2:00:00 PM EDT

Question & Answer End Date

May 23, 2008 4:30:00 PM EDT

Bid Contact Judy Dale

Buyer

Purchasing

352-671-7502

[email protected]

Contract Duration 1 year

Contract Renewal Not Applicable

Prices Good for See Term of Contract

Bid Comments THIS IS A NO FEE BID. Please read the terms and conditions of the entire bid.

SCOPE: The purpose and intent of this bid is to establish firm fixed prices on each manufacturer or an approved equivalent for new Audio Visual Devices as specified herein.

1. If an item that is bid becomes discontinued by the manufacturer or unavailable during the term of the bid a replacement item may be substituted at the same or lesser price with the approval of Larry Davis, 352-671-7763, Television Media Production and Purchasing Department of the Marion County School System.

2. Persons submitting a proposal must show proof that your company is an authorized reseller for the product in which you are bidding.

3. Quantities listed are estimates only.

DELIVERY: Items in this invitation to bid are for delivery to various locations in Marion County.

Successful bidders for the purchase of supplies are responsible for supplying all labor, materials, and equipment required for the delivery of items as directed, at the delivery locations. A minimum of 24 hours advance notification of delivery is required from all freight carriers.

All freight charges are to be prepaid by successful bidders and included in the bid price. Complete documentation of all charges must accompany each invoice for payment.

It is further agreed by all bidders signing this bid proposal that title to all items ordered, remain with the vendor until received and accepted by the School District.

FAILURE TO DELIVER: Failure to deliver as specified and at bid price will authorize the School District to purchase these items on the open market. On all such purchases, the vendor failing to meet the bid requirements will be charged the additional cost. Further, the Superintendent may recommend to the School Board that the vendor failing to deliver as specified be removed as a future bidder on all bids for a period of two years.

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 2

Page 3: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

AWARD: In order to meet the needs of the school system and in the best interest of the School District, awards shall be made to bidders who submit firm price(s). Award shall be to the lowest responsive bid meeting specification.

It is anticipated that this bid will be awarded at the June 24, 2008 meeting.

TERM OF CONTRACT: The term of this contract shall be from July 1, 2008 through June 30, 2009.

Item Response Form

Item 3174ER-1-01 - Epson Powerlite 2200 Lumens Projector. Price to include 3 yr warranty, Model 83+

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionVideo Projector / Bulbs

Item 3174ER-1-02 - Epson ELPLP42 Replacement Lamp for 83C, 83+. Model V13H010L42

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionVideo Projector / Bulbs

Item 3174ER-1-03 - Epson ELPLP34 Replacement Lamp for 82C, Model V13H010L34

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 3

Page 4: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

DescriptionEpson ELPLP34 Replacement Lamp for 82C

Item 3174ER-1-04 - Panasonic 3200 Lumens Projector.Price to include 3 yr warranty PT-LB60U

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionPanasonic 3200 Lumens Projector Model PT-LB60U

Item 3174ER-1-05 - Replacement lamp for PT-LB60U. Model ETLAB30

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionReplacement lamp for PT-LB60U.

Item 3174ER-1-06 - Panasonic 3500 Lumens Projector.Price to include 3 yr warranty PT-D3500U

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionPanasonic 3500 Lumens Projector. Model PT-D3500U

Item 3174ER-1-07 - Replacement Lamp for PT-D3500U. Model ET-LAD35

Quantity 1 each

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 4

Page 5: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionReplacement Lamp for PT-D3500U

Item 3174ER-1-08 - Replacement Lamp for Hitachi CPX440. Model CPX445lamp

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionReplacement Lamp for Hitachi CPX440

Item 3174ER-1-09 - Lumens Digital Visual Presenter. Price to include 5 year warranty. Model DC155

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionLumens Digital Visual Presenter.

Item 3174ER-1-10 - Qomo Digital Processing Visual Presenter.Price to include 5 yr warranty, QD700

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 5

Page 6: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

Qty 1

DescriptionQomo Digital Processing Visual Presenter QD700

Item 3174ER-1-11 - DaLite manual 100" wall screen with a 3:4 ratio. Model 40194

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionDaLite manual 100" wall screen with a 3:4 ratio

Item 3174ER-1-12 - 6" Mounting brackets for wall mount. Model 40932

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

Description6" Mounting brackets for wall mount

Item 3174ER-1-13 - DaLite Insta theater 60"x80" floor screen. Model 87063

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionDaLite Insta theater 60"x80" floor screen

Item 3174ER-1-14 - Toshiba DVD Recorder with tuner. Model D-R550

Quantity 1 each

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 6

Page 7: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionToshiba DVD Recorder with tuner

Item 3174ER-1-15 - Philips HD DVD Recorder 160GB HDD 1080p HDoutput,Include Warranty,PHL DVDR3575H

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionPhilips Hard Disk DVD Recorder 160 GB HDD, 1080p HD output. Price to include extended warranty (3-4 year)

Item 3174ER-1-16 - 15" Insignia Flat panel Digital Television. Model NS-LCD15

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

Description15" Insignia Flat panel Digital Television

Item 3174ER-1-17 - Samsung SC-DC575 DVD camcorder 1200x digital Zoom, 2.7" LCD Screen

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 7

Page 8: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

No Location Specified

Qty 1

DescriptionSamsung SC-DC575 DVD camcorder 1200x digital Zoom, 2.7" LCD Screen Includes: Glass Filter, Spare battery, Camera Bag, Cleaning Kit Price to include 4 year extended warranty Model: SC-DC575

Item 3174ER-1-18 - Canon Mini DV 3CCD Camcorder. Price to include 4 yr ext. warranty

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionCanon Mini DV 3CCD Camcorder Price to include 4 year extended warranty. Model: GL2

Item 3174ER-1-19 - Panasonic 3CCD 1'6" Mini DV camcorder. Model AG-DVC20

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionPanasonic 3CCD 1'6" Mini DV camcorder 4:3, 10x Optical Zoom, 500x Digital Zoom Price to include 4 year extended warranty

Item 3174ER-1-20 - Bogen / Manfrotto 190XB Tripod Legs (Chrome) w/128RC Micro Fluid. Model 190XPROB

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 8

Page 9: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

Qty 1

DescriptionBogen / Manfrotto 190XB Tripod Legs (Chrome) w/128RC Micro Fluid, Supports 8.80 lb

Item 3174ER-1-21 - Velbon Videomate 607 Tripod with PH-368 2 way Fluid Head. Model VMATE607F

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionVelbon Videomate 607 Tripod with PH-368 2 way Fluid Head (Quick Release) & Case-Supports 15 lbs

Item 3174ER-1-22 - Bogen / Manfrotto 3127 Portable Video Dolly. Model 3127

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionBogen / Manfrotto 3127 Portable Video Dolly

Item 3174ER-1-23 - Eiki Tape Recorder / Player. Model 5030A

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionEiki Tape Recorder / Player

Item 3174ER-1-24 - Eiki CD / Tape / Player / Recorder. Model 7070A

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 9

Page 10: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionEiki CD / Tape / Player / Recorder

Item 3174ER-1-25 - Califone 6-Position Spirit Stereo Listening Center. Model 1776PLC-6

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionCalifone 6-Position Spirit Stereo Listening Center

Item 3174ER-1-26 - Califone Sprit CD/Radio/Cassette (Player Only). Model 1776

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionCalifone Sprit CD/Radio/Cassette (Player Only)

Item 3174ER-1-27 - Califone Switchable Stereo / Mono Headphone. Model 3068AV

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 10

Page 11: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

DescriptionCalifone Switchable Stereo / Mono Headphone

Item 3174ER-1-28 - Koss headphone with ¼" adaptor & bonus ear buds. Model UR10C

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionKoss headphone with ¼" adaptor & bonus ear buds

Item 3174ER-1-29 - 6 Station Headphone Jack Box.

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

Description6 Station Headphone Jack Box. Mfg.(any)

Item 3174ER-1-30 - Audio-Technica Cardiod Condenser MIC w/cable. Model MB4KC

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionAudio-Technica Cardiod Condenser MIC w/cable

Item 3174ER-1-31 - Audio-Technica Cardiod Lavaliere mic. Model PRO70

Quantity 1 each

Unit Price

Manufacturer

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 11

Page 12: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionAudio-Technica Cardiod Lavaliere mic

Item 3174ER-1-32 - Behringer Dynamic Cardioid Vocal Mic.3-pack.ULTRAVOICE XM 1800S

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionBehringer Dynamic Cardioid Vocal Microphones (3-pack). Model: ULTRAVOICE XM 1800S

Item 3174ER-1-33 - Nady Encore Duet Wireless MIC System. Model ENCORE DUETHT/LT

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionNady Encore Duet Wireless MIC System

Item 3174ER-1-34 - Nady Wireless Hand Held microphone System for camcorders. Model 351VR-HT

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 12

Page 13: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

DescriptionNady Wireless Hand Held microphone System for camcorders

Item 3174ER-1-35 - Nady Wireless Lavaliere Microphone System for camcorders. Model 351VR-LT

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionNady Wireless Lavaliere Microphone System for camcorders

Item 3174ER-1-36 - Shure MS -10c Floor Stand. Model MS-10C

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionShure MS -10c Floor Stand

Item 3174ER-1-37 - On-Stage Round Base Desktop Mic.Stand w/Telescoping shaft height 9"-13".DS7200B

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionOn-Stage Round Base Desktop Microphone Stand w/Telescoping shaft height 9"-13" Model DS7200B

Item 3174ER-1-38 - Focus Enhancements MX4 Digital Video Mixer. Price to include ext warr.Model MX-4

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 13

Page 14: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionFocus Enhancements MX4 Digital Video Mixer. Price to include extended warranty (3-4 year).

Item 3174ER-1-39 - GBC HeatSeal Ultima 65 Laminator. Model Ultima65 (1710740)

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionGBC HeatSeal Ultima 65 Laminator

Item 3174ER-1-40 - Interwrite School Board 77.5" w/floor stand. Model 1077

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionInterwrite School Board 77.5" w/floor stand

Item 3174ER-1-41 - Qomo Wireless Tablet Includes Basic Software. Model QIT30

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 14

Page 15: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

Qty 1

DescriptionQomo Wireless Tablet Includes Basic Software

Item 3174ER-1-42 - Qomo Wireless Tablet Includes Easiteach Software. Model QITT30

Quantity 1 each

Unit Price

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionQomo Wireless Tablet Includes Easiteach Software

Item 3174ER-1-43 - Balance of Line: Fill out separate page and indicate % discount

Quantity 1 each

Percentage

Manufacturer

Part Number

Delivery Location Marion County School Board No Location Specified

Qty 1

DescriptionBalance of Line

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 15

Page 16: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

INVITATION TO BID

This Invitation to Bid, General Conditions, Instructions to Bidders, Special Conditions, Specifications, Addenda, and/or any other pertinent documents form a part of this proposal and by reference are made a part thereof. PURPOSE: It is the purpose and intent of this invitation to secure bids for item(s) and/or services as listed herein for Marion County School Board, Florida, hereinafter referred to as the District. SEALED BIDS: Sealed bids will be received in the Purchasing Department until the date and time as indicated above. Bids will be opened publicly in the Purchasing Department and all bidders and general public are invited to attend, unless otherwise noted. All bids shall be submitted in sealed envelopes, mailed or delivered to the Marion County School Board, Purchasing Department, 506 SE 3r d Ave, Ocala, FL 34471. Mark your envelope with the following information: YOUR COMPANY NAME & ADDRESS, BID NUMBER, TITLE, and TIME and DATE OF BID OPENING. It is the sole responsibility of the bidder to ensure their bid reaches the Purchasing Department on or before the closing date and hour as shown above. BOARD'S ACCEPTANCE: Unless otherwise specified herein, the bidder will allow a minimum of forty-five (45) days from the last date for receiving of bids for acceptance of its bid by the Board.AWARDS: In the best interest of the District, the Purchasing Department reserves the right to reject any and all bids and to waive any irregularity or minor technicalities in bids received; to accept any item or group of items unless qualified by bidder; to acquire additional quantities at prices quoted on this invitation unless additional quantities are not acceptable, in

Marion County School BoardPurchasing Department506 S.E. 3rd AvenueOcala, FL 34471(Template Rev 39)

INVITATION TO BID

Bidder Acknowledgement

Bid No: 3174ER Date: April 15, 2008Bid Title: Audio Visual Equipment, Annual Contract, 7/1/2008 –6/30/2009 Opening Date: Wednesday, @ May 28, 2008 2:00 PMBoard Approval Date: Tuesday June 24, 2008Vendor Name: Terms:

Vendor Mailing Address:

Delivery calendar days after receipt of order.

City – State – Zip Code: F.E.I.D. No. (S.S.#)

Area Code/Telephone # Fax Number:y Email Address:

ANTI-COLLUSION: The signed bidder certifies that he or she has not divulged discussed or compared his or her bid with other bidders and has not colluded with any other bidder or parties to a bid whatever. (NOTE: No premiums, rebates, or gratuities permitted either with, prior to, or after any delivery of material. Any such violation will result in the cancellation and/or return of materials (as applicable) and the removal from the bid list(s). I certify that I am the owner or an authorized officer or agent for the above company and that the information supplied herein, including all pages attached, is correct and that neither the applicant nor any person or concern in any connection with the applicant as a principal officer, so far as is known, is now debarred or otherwise declared ineligible by Marion County School Board from bidding for furnished materials, supplies or services to the District or agency thereof. The undersigned represents and warrants by signing this document that employee background investigations will be adhered to in accordance with Florida Statutes 1012.32.

Authorized Signature (Manual) Authorized Signature (Type or Printed) and Title

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 16

Page 17: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

which case the bid sheets must be noted "BID IS FOR SPECIFIED QUANTITY ONLY". All awards made as a result of this bid shall conform to applicable Florida Statutes. The Marion County Public School District does not discriminate on the basis of race, color, religion, sex, age, national origin, marital status or qualified disability in its employment practices and in its access and admission to educational programs, services and activities.

_____________________________________________________________________________________General Conditions, Instructions and Information for Bidders

Sealed Bids: One copy of this executed invitation to Bid page and Proposal Form page(s) must be returned with the bid in order for the bid to be considered for award. All bids are subject to all the conditions specified herein: all General Conditions on the attached bid documents; and any addenda issued thereto. Any failure on the part of the bidder to comply with the specifications, terms and conditions of this invitation to Bid shall be reason for termination of contract.

1. EXECUTION OF BID: Bid must contain a manual signature of an authorized representative in the space provided above. Failure to properly sign proposal shall invalidate same, and it shall not be considered for award. All bids must be completed in ink or typewritten. Corrections must be initialed by the person signing the bid. Any corrections not initialed will not be tabulated. The original bid conditions and specifications cannot be changed or altered in any way. Altered bids may not be considered. Clarification of bids submitted shall be in letter form, signed by the bidders and attached to the bid.

2. NO BID: If not submitting a bid, respond by returning the enclosed “Statement of No Bid” form

and explain the reason. Note: A bidder, to qualify as a respondent, must submit a “no bid” and same must be received no later than the stated bid opening date and hour.

3. PRICES QUOTED: Deduct trade discounts and quote firm net prices. Give both unit price and

extend total. Prices must be stated in units of quantity specified in bid specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices FOB destination, freight prepaid (unless otherwise stated in special conditions). Discounts for prompt payment: Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). If a bidder offers a discount, it is understood that a minimum of 30 days will be required for a payment, and the discount time will be computed from the date of satisfactory delivery at place of acceptance and receipt of correct invoice at the office specified.

A. TAXES: The Marion County School Board is exempt from any taxes imposed by the State

and/or Federal Government. State Sales Tax Exemption Certificate No. 85-8012622222C-6 appears on each purchase order. This exemption does not apply to purchases of tangible personal property made by contractors who use the tangible personal property in the performance of contracts for the improvements of School District-owned real property as defined in Chapter 192 of the Florida Statutes.

B. MISTAKES: Bidders are expected to examine the specifications, delivery schedules, bid

prices and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at bidder’s risk.

C. Bidder warrants by virtue of bidding that price(s) shall remain firm for a period of (1) year

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 17

Page 18: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

from the date of Board Approval or time stated in special conditions.

D. USE OF OTHER CONTRACTS: The District reserves the right to utilize any other District contract, any State of Florida Contract, any contract awarded by any other city or county governmental agencies, any other school board, any other community college/state university system cooperative bid agreement 6A-1.012(5), or to directly negotiate/purchase per School Board policy and/or State Board Rule 6A-1.012 (6) in lieu of any offer received or award made as a result of this bid, if it is in the best interest to do so. The District also reserves the right to separately bid any single order or to purchase any item on this bid if it is in its best interest to do so.

E. CONDITIONS AND PACKAGING: It is understood and agreed that any item offered or

shipped as a result of this bid shall be new (current production model at the time of the bid). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging.

F. UNDERWRITERS’ LABORATORIES: Unless otherwise stipulated in the bid, all

manufactured items and fabricated assemblies shall be UL listed or the re-examination testing where such has been established by UL for the items offered and furnished.

4. DELIVERY: Unless actual date of delivery is specified, show number of days required to make

delivery after receipt of purchase order in the space provided. Delivery time may become a basis for making an award (See Special Conditions). Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays.

5. BRAND NAMES: Use of a brand name, trade name, make, model, manufacturer, or vendor

catalog number in specifications is for the purpose of establishing a grade or quality of material only. It is not the District’s intent to rule out other competition, therefore, the phrase OR ACCEPTABLE EQUAL is added. However, if a product other than that specified is bid, it is the vendor’s responsibility to submit with the bid brochures, samples and/or detailed specifications on items bid. The District shall be the sole judge concerning the merits of the bids submitted.

Bidder shall indicate on the bid form the manufacturers name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed. Other than specified items offered requires complete descriptive technical literature marked to indicate detail(s) conformance with specifications.

6. QUALITY: The items bid must be new and equal to or exceed specifications. The manufacturer’s standard guarantee shall apply. During the guarantee period the successful bidder must repair and/or replace the unit without cost to the District with the understanding that all replacements shall carry the same guarantee as the original equipment. The successful bidder shall make any such repairs and/or replacements immediately upon receiving notice from the District.

7. SAMPLES, DEMONSTRATIONS AND TESTING:

A. Samples of items, when required, must be furnished free of expense and if not destroyed,

will upon request, be returned at the bidder’s expense. Request for the return of the samples must be indicated on his or her bid. Each individual sample must be labeled with bidder’s name, bid number and item number. Failure of bidder to either deliver required samples or to clearly identify samples as indicated may be reason for rejection of the bid.

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 18

Page 19: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

Unless otherwise indicated, samples should be delivered to the Purchasing Department, Marion County School Board.

B. When required, the District may request full demonstrations of any units bid prior to the

award of any contract.

C. Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services, or an independent testing laboratory. Bidders shall assume full responsibility for payment for any and all charges for testing and analysis of any materials offered or delivered that do not conform to the minimum required specifications. Bidder’s disposition of all items delivered in this category must be at no expense to the District.

8. INSPECTION AND ACCEPTANCE: The successful bidder shall be responsible for delivery of

items in good condition at point destination. Bidder shall file with the carrier all claims for breakage, imperfections, and other losses, which will be deducted from invoices. The District will note, for the benefit of successful bidder, when packages are not received in good condition. In the event the material and/or services supplied to the District is found to be defective or does not conform to specifications, the District reserves the right to cancel the order upon written notice to the seller and return the product to seller at the seller’s expense.

9. DEFAULT PROVISION: In case of default by the bidder or contractor, the District may procure

the articles or services from other sources and hold the bidder or contractor responsible for any excess costs incurred thereby.

10. COPYRIGHTS OR PATENT RIGHTS: Bidder warrants that there has been no violation of

copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. Seller agrees to hold the purchaser harmless from any and all liability, loss or expense occasioned by any such violation.

11. MANUFACTURER’S CERTIFICATION: The District reserves the right to request from bidders

separate manufacturer certification of all statements made in the proposal. 12. OCCUPATIONAL HEALTH AND SAFETY: Vendor, as a result of award of this bid, delivering

any toxic substances item as defined in Florida Statute 1013.49 shall furnish to the Purchasing Department, a Material Safety Data Sheet (MSDS). The material safety data sheet shall be provided with initial shipment and shall be revised on a timely basis as appropriate.

The MSDS must include the following information

A. The chemical name and the common name of the toxic substance.

B. The hazards or other risks in the use of the toxic substance, including; 1. The potential for fire, explosion, corrosion and reactivity;2. The known acute and chronic health effects of risks from exposure, including the

medical conditions, which are generally recognized as being aggravated by exposure to the toxic substance; and

3. The primary routes of entry and symptoms of overexposure.

C. The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substance including

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 19

Page 20: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

appropriate emergency treatment in case of overexposure.

D. The emergency procedure for spills, fire, disposal, and first aid.

E. A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information.

F. The year and month, if available, that the information was compiled and the name, address

and emergency telephone number of the manufacturer responsible for preparing the information.

Any questions regarding this requirement should be directed to: Department of Labor and Employment Security, Bureau of Industrial Safety and Health, Toxic Waste Information Center, 2551 Executive Center Circle West, Tallahassee, FL 32301-5014, Telephone 1-800-367-4378.

13. OSHA: The bidder warrants that the product/services supplied to the Marion County School Board shall conform in all respects to the standards set forth in the Occupational Safety and Health Act 1970, as amended, and the failure to comply with this condition will be considered as a breach of contract.

14. ANTI-DISCRIMINATION: The bidder certifies that they are in compliance with the non-

discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375 relative to equal employment opportunity for all persons without regard to race, color, religion, sex, or national origin.

15. ADVERTISING: In submitting a proposal, bidder agrees not to use the results as a part of any

commercial advertising without prior approval of the School District.

16. CONFLICT OF INTEREST: The award hereunder is subject to the provisions of Chapter 112, Florida Statutes. All bidders must disclose with their bid the name of any officer, director or agent who is also an employee of the School Board of Marion County. Further, all bidders must disclose the name of any Board employee who owns, directly or indirectly, an interest of 5% or more in the bidder’s firm or any of its branches.

17. DISPUTES: In case of any doubt or difference of opinion as to the items to be furnished

hereunder, the decision of the District shall be final and binding on both parties. 18. LEGAL REQUIREMENTS: Federal, state, county, and local laws, ordinances, rules and

regulations that in any manner affect the items covered herein apply. Specifically, proposer(s) is to adhere to School Board Policies, pursuant to the following, with respect to any criminal arrests and convictions, and is on notice thereto that any employees involved in any Chapter 435, Florida Statutes offenses are precluded from continuing to work on the project and must be replaced. Failure to comply may result in the immediate termination of the vendor’s contract at the sole discretion of the School District. Lack of knowledge by the bidder will no way be a cause for relief from responsibility.

19. SIGNED BID CONSIDERED AN OFFER: This signed bid shall be considered an offer on the

part of the bidder, which offer shall be deemed accepted upon approval by the Board. In case of a default on the part of the bidder after such acceptance, the District may take such action, as it deems appropriate including legal action for damages or specific performance.

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 20

Page 21: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

20. LIABILITY, INSURANCE, LICENSES AND PERMITS: Where bidders are required to enter or go onto School District property to deliver materials or perform work or services as a result of bid award, the bidder will assume the full duty obligation and expense of obtaining all necessary licenses, permits and insurance. Bidder shall be liable for any damage or loss to the District incurred by bidder, bidder’s employees, licenses of the bidder or agent or any person the bidder has designated in completion of his or her contract as a result of their bid; further bidder shall be liable for all activities of bidder occasioned by performance of this bid. Not withstanding the foregoing, the liability herein shall be limited to one million dollars ($1,000,000) and the bidder recognizes that, and covenants that it has received consideration for indemnification provided herein.

21. SPECIFICATIONS: Any omissions of detailed specifications stated herein that would render the

materials/service from use as specified will not relieve the bidder from responsibility. 22. BID BONDS AND PERFORMANCE BONDS: A 5% Bid Bond, when required, shall be

submitted with the Bid. Bid Bonds will be returned to unsuccessful bidders. After award of the contract, the District will notify the successful bidder to submit a 100% Performance Bond. Upon receipt of the performance bond, the bid bond will be returned to the successful bidder.

23. PAYMENT: Payment will be made after the items/services awarded to a vendor have been

received/completed, inspected and found to comply with award specifications, free of damage or defect and properly invoiced.

24. SPECIAL CONDITIONS: Any and all Special Conditions that may vary from these General

Conditions shall have precedence 25. ADDENDA TO RFP AND/OR BID: If any addenda are issued, they will be placed on the website

for viewing and downloading. It is the responsibility of each bidder to visit the website to determine if any addenda have been submitted respective of the bidding documents. Reference to the Bid number will be made with the number of the addendum adjacent. Each bidder or proposer is responsible for determining whether addenda have been issued and must acknowledge receipt when submitting bids or proposals.

26. FORCE MAJEURE: Notwithstanding anything herein to the contrary, The Contractor shall not

be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder for any reason beyond its reasonable control including without limitation, acts of God, acts of war, civil disturbance, lockouts, fire unavoidable casualties or action or promulgation of any statute, rule, regulation or order by any federal, state or local governmental or judicial agency or official (including the revocation or refusal to grant licenses or permits, where such revocation or refusal is not directly caused by the Contractor), or any other event constituting Force Majeure under this Agreement.

27. EMERGENCY / STORM RELATED CATASTROPHE

Due to Acts of God, Acts of Terrorism or War, any contractors working with the School District shall acknowledge and agree to the following terms and conditions. This will allow the District to obtain Federal funding, if available.

FAMILIARITY WITH LAWSThe bidder is required to be familiar with all Federal, State, and local laws, ordinances, rules and regulations that may in any manner affect the work. Ignorance on the part of the contractor will in no way relieve him from any responsibility or liability arising from the award. The awarded contractor

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 21

Page 22: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

assures and certifies that they will comply with:

• U.S. EPA Asbestos Containing Materials in Schools, final Rule and Notice 40CRF763, Reference 736.99(a)(7).

• Contract Work Hours and Safety Standards Act of 1962, 40 U.S.C. 327 et seq.• Federal Fair Labor Standards Act, 29 U.S.C. Section 201 et seq.• Title VI of the Civil Rights Act of 1964• Age Discrimination Act of 1975• Executive Order 11246 as amended by Executive Orders 11375 and 12086 related to

discrimination.• Americans with Disabilities Act• Anti-Kickback Act of 1986, 41 U.S.C. Section 51• The Hatch Act, 18 U.S.C. 594, 598, 600-605• Uniform Federal Accessibility Standards, 41 C.F.R. Section 101-19.6• Title IX of the Education Amendments of 1972, 20 U.S.C.: 1681-1683 and 1685-1686

prohibiting discrimination on the basis of sex.• Comprehensive Alcohol and Alcoholism Prevention Treatment and Rehabilitation Act of

1970, 42 U.S.C. 4521-45-94• Public Health Service Act of 1912, 42 U.S.C. 290 dd-3 and 290 ee-3• Lead-Based Paint Poison Prevention Act• Energy Policy and Conservation Act, P.L. 94-163: 42 U.S.C.• Clean Air Act of 1955, 42 U.S.C. 7401-7642• Clean Water Act of 1977• Immigration and Nationality Act, 8 U.S.C. Section 1324a(e) Section 274A(e)• Records Retention, 34 C.F.R.

28. PRESS RELEASES AND PUBLICITY:

The bidder shall make no announcements or news releases pertaining to the bidder’s participation in this bid or the award of this contract; its representatives or agents without authorization from the Purchasing Department.

29. PURCHASES BY OTHER PUBLIC AGENCIES: With the consent and agreement of the successful bidder(s), purchases may be made under this bid by other governmental agencies within the State of Florida. Such purchases shall be governed by the same terms and conditions as stated herein.

Special Conditions The Board reserves the right to reject any or all bids or any portion thereof. The Board reserves the right to waive any informality that is in the best interest of the Board. The Board reserves the right to secure expert advice when determining the best and lowest bid meeting the Board’s specifications.

The intent of this bid is not to eliminate any vendor, but to establish minimum acceptable requirements.

Questions concerning this bid shall be addressed to:

Mr. Jeffrey T. Lemstrom, Purchasing Specialist, Purchasing Department, Phone # 352-671-7503Mr. Larry Davis, Television Media Production, Phone #352-671-7763

Marion County School Board supports the Americans with Disabilities Act of 1990, and we will take

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 22

Page 23: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

all reasonable steps to accommodate individuals using our services, programs and activities. Request for reasonable accommodations must be made at least two (2) working days in advance of the event.

A. SCOPE: The purpose and intent of this bid is to establish firm fixed prices for new Audio Visual

Devices as specified herein.

i. If an item that is bid becomes discontinued by the manufacturer or unavailable during the term of the bid a replacement item may be substituted at the same or lesser price with the approval of Larry Davis, 352-671-7763, Television Media Production and Purchasing Department of the Marion County School System.

ii. Persons submitting a proposal must show proof that your company is an authorized reseller for the product in which you are bidding.

B. DELIVERY:

Items in this invitation to bid are for delivery to various locations in Marion County.

Successful bidders for the purchase of supplies are responsible for supplying all labor, materials, and equipment required for the delivery of items as directed, at the delivery locations. A minimum of 24 hours advance notification of delivery is required from all freight carriers.

All freight charges are to be prepaid by successful bidders and included in the bid price. Complete documentation of all charges must accompany each invoice for payment.

It is further agreed by all bidders signing this bid proposal that title to all items ordered, remain with the vendor until received and accepted by the School District.

C. PACKING SLIPS: It will be the responsibility of the awardee(s) to attach all packing slips to

the OUTSIDE of each shipment. Packing slip must reference MCSB purchase order number/control number. Failure to provide packing slip attached to the outside of shipments will result in refusal of shipment at vendor’s expense.

D. FAILURE TO DELIVER: Failure to deliver as specified and at bid price will authorize the

School District to purchase these items on the open market. On all such purchases, the vendor failing to meet the bid requirements will be charged the additional cost. Further, the Superintendent may recommend to the School Board that the vendor failing to deliver as specified be removed as a future bidder on all bids for a period of two years.

E. RECEIPT OF MERCHANDISE: The purchaser reserves the right to reject any and all

materials or products delivered which, in its opinion, do not comply with the bid specifications, within 5 calendar days of receipt. All materials or products rejected by the purchaser shall be promptly removed and replaced by the vendor at no charge.

F. AWARD:

In order to meet the needs of the District and in the best interest of the District, awards shall be made to bidders who submit firm price(s). Award shall be to the lowest responsive bid meeting specification.

It is anticipated that this bid will be awarded at the June 24, 2008 Board meeting.

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 23

Page 24: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

G. RIGHT TO INSPECT PLANT: Marion County School Board may, at reasonable times, inspect the part of the plant or place of business of the bidder(s), awardee(s), contractor(s) or any subcontractor(s) which is related to the performance of any contract awarded or to be awarded by Marion County School Board.

H. TERM OF CONTRACT: The term of this contract shall be from July 1, 2008 to June 30, 2009.

I. BIDDERS RESPONSIBILITY: Before submitting their bid, each bidder is required to carefully

examine the invitation to bid specification and to completely familiarize themselves with all of the terms and conditions that are contained within this bid. Ignorance on the part of the bidder will in no way relieve them of any of the obligations and responsibilities which are a part of this bid.

J. MANUFACTURER’S AUTHORIZATION: The bidder must supply a letter from the

manufacturer for any items, which you are bidding at the time you submit your proposal. The manufacturer’s letter shall indicate authorization to market, sell, distribute, warrant, or supply any product or service offered by the manufacturer through the vendor named in the bidding documents.

K. SEALED BID REQUIREMENTS: The "INVITATION TO BID" bidder's acknowledgment

sheet must be completed, signed, and returned. In addition, the Proposal Pages(s) on which the bidder actually submits a bid needs to be executed and submitted with this bid. Bids received that fail to comply with these requirements shall not be considered for award.

L. CONTRACT: The submission of your bid constitutes an offer by the bidder. Upon acceptance

by the District, the Purchasing Department will post the tabulation on our website (See Bid Tabulations, Recommendations & Protest under Special Conditions). Purchase order(s) for any supplies, equipment and/or services will be placed, per the term of this bid. The bid and the corresponding purchase order(s) will constitute the complete agreement between the successful bidder and the District. Unless otherwise stipulated in the bid documents, no other contract documents shall be issued or accepted.

M. ESTIMATED DOLLAR VALUE: No guarantee of the dollar amount of this bid is implied or

given.

N. FIXED PERCENTAGE DISCOUNT: Equipment: Bidder shall indicate in the spaces provided on the proposal page their firm percentage discount to be deducted from the catalog.

O. CATALOG:

All bidders of equipment (manufacturers/distributors) must supply TWO copies of their current catalog and price list with each bid proposal, or within three days upon request. In place of catalogs you may supply your website address or web portal to view items quoted.

P. INSTRUCTION MANUALS: Bidder shall be required to furnish an instructional manual for

each unit ordered. Bulletins, revisions and corrections shall be supplied as the manufacturer issues them. Each manual shall contain: definition of equipment capabilities, technical description of equipment operation, description of malfunction identification and trouble-shooting procedures; installation and use

Q. SUBCONTRACTORS: No part of this contract shall be subcontracted without the

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 24

Page 25: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

expressed permission of the Purchasing Department. Any request to subcontract must be in writing and accompanied by a copy of the subcontracting company's Marion County License and details of their contract.

R. HOURS OF OPERATION: The supplier, vendor, shipper is advised that normal delivery

shall occur during normal business hours. S. WARRANTY: Supplier shall guarantee entire order to be free of defects in workmanship and

materials for no less than one year from the date that installation and/or delivery is accepted. Supplier and/or installer shall repair and/or replace, at no cost to the School District, any defects or malfunctions noted during the warranty period and shall in addition transfer any manufacturers guarantee for supplier/installer furnished equipment extending beyond this contract period to the owner. Supplier shall provide the manufacturers warranty in writing.

T. PRODUCT RECALL: Vendor assumes full responsibility of prompt notification to the

purchasing agent of any product recall in accordance with the applicable state and federal regulations. Vendor shall, at the option of the ordering agency, either reimburse the purchase price or provide an equivalent replacement product at no additional cost. Vendor shall be responsible for removal and/or replacement of the affected product within a reasonable time as determined by the ordering agency.

U. INSURANCE REQUIREMENTS: Proof of the following insurance will be

furnished by the awarded bidders to the Marion County School Board by Certificate of Insurance. The Certificate of Insurance (Accord Form) must be submitted eleven (11) days prior to the Board approval date referenced in this solicitation.

Original copies of Certificates of Insurance meeting the specific required provision specified within this contract/agreement shall be forwarded to: Marion County School Board, Attn: Purchasing Department, 506 SE 3rd Avenue, Ocala, FL 34476 and approved prior to the start of any work or the possession of any school property. Renewal certificates must be forwarded to the same department prior to the policy renewal date.

Thirty days written notice must be provided to the Marion County School Board via certified mail in the event of cancellation. The notice must be sent to the Purchasing Department.

The awarded bidders shall provide complete copies of any insurance policy for required coverage within seven days of the date of request by the Purchasing Department. For all contracts with a bid amount of $500,000 or more the actual INSURANCE POLICY must be included with the Certificate of Insurance.

1. WORKERS' COMPENSATION: Bidder(s) must comply with FSS 440, Workers'

Compensation and Employees' Liability Insurance with minimum statutory limits. 2. COMMERCIAL GENERAL LIABILITY: Awarded bidders shall procure and

maintain, for the life of this contract/agreement, Commercial General Liability Insurance. This policy shall provide coverage for death, bodily injury, personal injury, products and completed operations liability and property damage that could arise directly or indirectly from the performance of this agreement. It must be an occurrence form policy. THE MARION COUNTY SCHOOL BOARD SHALL BE NAMED AS ADDITIONAL INSURED ON THE CERTIFICATE AND AN

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 25

Page 26: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

ENDORSEMENT FOR ADDITIONAL INSURED PROVIDED FOR COMMERCIAL GENERAL LIABILITY INSURANCE.

The minimum limits of coverage shall be $1,000,000 per occurrence, Combined, Single Limit for Bodily Injury Liability and Property Damage Liability.

3. COMMON CARRIER INSURANCE WAIVER REQUEST

Fill out the attachment “Common Carrier Insurance Waiver Request and submit with this bid if you are shipping by common carrier. OR

BUSINESS AUTOMOBILE LIABILITY: Awarded bidders shall procure and maintain, for the life of the contract/agreement, Business Automobile Liability Insurance. THE MARION COUNTY SCHOOL BOARD SHALL BE NAMED AS ADDITIONAL INSURED ON THE CERTIFICATE AND AN ENDORSEMENT FOR ADDITIONAL INSURED PROVIDED FOR BUSINESS AUTOMOBILE LIABILITY INSURANCE.

The minimum limits of coverage shall be $1,000,000 per occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This coverage shall be an "Any Auto" form policy. The insurance must be an occurrence form policy.

In the event the contractor does not own any vehicles, we will accept hired and non-owned coverage in the amounts listed above. In addition, we will require an affidavit signed by the contractor indicating the following:

(Company Name) does not own any vehicles. In

the event we acquire any vehicles throughout the term of this contract/agreement, (Company Name) agrees to purchase "Any Auto"

coverage as of the date of acquisition. V. INDEMNIFICATION/ HOLD HARMLESS AGREEMENT a. The Bidder indemnifies the

SCHOOL BOARD from any and all liability, loss or damage the SCHOOL BOARD may suffer as a result of any claim, demand, cost, or judgment against it, related directly or indirectly to the performance of the Bidder’s obligations under the terms of this Contract. Said indemnity includes, but is not limited to, interest, court costs and attorney’s fees incurred by the SCHOOL BOARD as a result of any action brought against it, as well as all attorney’s fees, court costs and any other costs incurred by the SCHOOL BOARD in establishing the right to indemnification and collecting any judgment against the Bidder. The Bidder further agrees the SCHOOL BOARD’s right to indemnification will not be denied or restricted due to any act or omission on the part of the SCHOOL BOARD. The SCHOOL BOARD agrees to notify the Bidder in writing within ten (10) days of receipt of any notice of any action against the SCHOOL BOARD pertaining to this matter. Such notice will be by certified mail, return receipt requested, or by overnight courier. A notification will be deemed given on the date such notice is postmarked regardless of whether the Bidder actually received said notification. The Bidder further agrees in the event the court denies or reduces compensation to, or reimbursement of the SCHOOL BOARD, Bidder will provide the SCHOOL BOARD with the full amount of compensation or reimbursement requested in its statement of services.

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 26

Page 27: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

W. PRODUCT LIABILITY: Products insured for not less than $1,000,000 per occurrence

combined single limit for bodily injury and property damage.

X. PRICE ADJUSTMENT: The discounts, terms and conditions of this bid are to remain firmthroughout the contract period and any renewal periods.

Y. MINIMUM ORDER: If bidder(s) wishes to set a minimum order amount, they must so indicate

on the Proposal Form and will be considered only if determined to be in the best interest of the School District.

AA. INVOICES: Each invoice shall be furnished in triplicate: one copy (packing slip) shall

accompany job performed; two copies shall be sent to Marion County School District Finance Department. DO NOT combine purchase orders on same invoice.

BB. ORDERS:

The District is not obligated to place any order with any supplier participating in this bid. However, all departments will be urged to refer to the awarded vendor(s) in order to obtain items in the most economical manner.

CC. LIAISON: Successful bidder shall liaison with designated School contact to schedule delivery DD. AREA REPRESENTATIVE: Bidder shall indicate in the space provided on the Proposal Form

the name, phone number, email address, beeper and fax of the vendor representative who is available to resolve any disputes or problems.

EE. EEO Statement: The School Board of Marion County, Florida, does not discriminate in

admission or access to or treatment or employment in its programs and activities on the basis of race, color, religion, age, sex, national origin, marital status, handicap or any other reason prohibited by law.

FF. Occupational License: When required by state or local ordinance provide a copy of the

Occupational License of home state/county/city. Or you may provide a current Department of Professional Regulation certificate. Please provide a copy with your bid proposal.

GG. BACKGROUND SCREENING REQUIREMENTS: The Marion County School Board,

Florida, is committed to the education and safety of its students and employees. To that end, any contractor awarded a contract will represent and warrant that the personnel assigned to the project, do not possess criminal records that would violate the School Board’s standards for employment as set forth by the Florida Department of Education.

Fingerprinting: Bidder agrees that as a condition of entering into this contract, pursuant to §1012.32 and §1012.465 Florida Statutes, any person entering school grounds or having direct contact with students on behalf of Bidder must meet Level 2 screening requirements as described in §1012.32, Florida Statutes. Screening will be at Bidder’s expense or employee’s expense and must be completed and credentials issued by the SCHOOL BOARD prior to the screened individual having access to students or to the school grounds.

HH. FUNDING OUT, TERMINATION, CANCELLATION:Florida School Laws prohibit School Boards from creating obligations on anticipation of budgeted revenues from one fiscal year to another without year to year extension provisions in

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 27

Page 28: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

the agreements.

It is necessary that fiscal funding out provisions be included in all bids in which the terms are for periods of no longer than one year.

Therefore, the following funding out provisions is an integral part of this bid and must be agreed to by all bidders:

The School Board may, during the contract period, terminate or discontinue the items covered in this bid only at the end of the School Board's then current fiscal year upon 90 days prior written notice to the successful bidder.

Such prior written notice will state:a. That the lack of appropriated funds is the reason for termination, andb. Agreement not to replace the equipment, being terminated with equipment, with functions

similar to those performed by the equipment, covered in this bid from another vendor in the succeeding funding period.

"This written notification will thereafter release the School Board of all further

obligations in any way related to such equipment covered herein."

This completed statement must be included as part of any lease agreement submitted by the successful bidder. No lease will be considered that does not include this provision for "funding out".

II. USE OF OTHER CONTRACTS

The district reserves the right to utilize other District contracts, State of Florida Contracts, contracts awarded by other city or county governmental agencies, other school boards, other community college/state university system cooperative bid agreement 6A-1.012 (5), or to directly negotiate/purchase per School Board policy and/or State Board Rule 6A-1.012 (6) in lieu of any offer received or award made as a result of this bid, if it is in its best interest to do so. The District also reserves the right to separately bid any single order or to purchase any item on this bid if it is in its best interest to do so.

JJ. INSPECTION AND READING OF BID

Bids will be publicly opened and read aloud unless stated otherwise in the bidding document. KK. CORRECTIONS

All corrections of unit prices must be initialed by the same person signing the bid. This includes the use of correction fluid (white out) or any other method of correction. See General Condition 1, Execution of Bid, for acceptable means of correction.

LL.. POSSESSION OF FIREARMS / DRUG FREE WORKPLACEPossession of firearms will not be tolerated on School District property; nor will violations of Federal and State laws and any applicable School Board policy regarding Drug Free Workplace be tolerated. Violations will be subject to the immediate termination provision heretofore stated in General Condition 18, Legal Requirements. “Firearm” means any weapon (including a starter gun or antique firearm) which will, is designed to, or may readily be converted to expel a projectile by the action of an explosive; the frame or receiver of any such weapon, any destructive device; or any machine gun.

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 28

Page 29: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

No person who has a firearm in their vehicle may park their vehicle on School District property. Furthermore, no person may possess or bring a firearm on School District property. If any employee of an independent contractor or sub-contractor is found to have brought a firearm on School District property, said employee will be terminated from the School Board project by the independent contractor or sub-contractor. If the sub-contractor fails to terminate said employee, the sub-contractor's agreement with the independent contractor for the School Board project shall be terminated. If the independent contractor fails to terminate said employee or fails to terminate the agreement with the sub-contractor who fails to terminate said employee, the independent contractor's agreement with the School Board shall be terminated.

MM.. ASSIGNMENT

The successful bidder shall not sub-contract, assign, transfer, convey, sublet, or otherwise dispose of this contract, or of any or all of its rights, title, or interest therein, or its power to execute such contract to any person, firm, or corporation without prior written consent of the District.

NN. ORDERING PROCEDURE: Specific Items: After approval of contract award by the School Board, separate purchase orders will be issued based on specific items at firm, fixed prices listed in the bid.

No item may be shipped or service performed that is not listed on the purchase order. Unless otherwise specified, entire shipment must be completed within 60 days.

OO. PAYMENT TERMS: The District's payment terms are net 30 days. Payment will not be

processed until the following occurs:

1. The complete and satisfactory receipt of all items ordered on a purchase order.2. The receipt of a properly billed invoice in the Finance Department. 3. The issuance of a change order for unit price increase, quantities ordered, and/or items

substituted.

Invoices to the School District MUST include the following to permit verification of prices and expedite payment to vendors. Therefore, every invoice MUST list the items below where applicable:

1. Purchase order number.2. Name and address of vendor, a unique invoice number and date of shipment.3. Description of item ordered, model number and manufacturer.4. Line item unit price, quantity, and description as reflected on our purchase order. 5. Line item total or extended price, minus bid discount as listed on purchase order.6. Name and address of the location where merchandise was delivered.7. All original invoices must be mailed to Finance Department/Accounts Payable

as listed on the right top corner of the purchase order.

Failure to correctly invoice in accordance with these guidelines may result in delay of payment. No payment will be made on partial shipments.

PP. PURCHASING CARDS: The School District of Marion County may choose to use a

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 29

Page 30: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

“Purchasing Card” for ordering of goods and materials or payment of invoices under this proposal. The Proposer, by submitting a proposal, agrees to accept this manner of payment and may not add additional handling charges or service fees to purchases made with the District’s Purchasing Card(s). Refusal to accept this condition may cause the proposal to be declared non-responsive, or result in revocation of the contract, if already awarded.

QQ. WITHDRAWAL:A bidder may not withdraw a bid after the final call for bids at a designated time of opening. When a bidder wishes to withdraw a bid, a written request shall be submitted to the Director of Purchasing and their request will be reviewed for consideration. In no case shall a bidder be granted a release from their bid or proposal more than one (1) time in a two (2) year period without penalty.

RR. PUBLIC ENTITY CRIMES

Per Florida Statute 287.133 - A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for the CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. The bidder certifies by submission of this bid, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any State or Federal department/agency.

SS. DEFAULT In the event that the awarded vendor should breach this contract, the Board reserves the right to seek all remedies in law and/or in equity.

TT. CANCELLATIONIn the event any of the provisions of this bid are violated by the awarded vendor, the Superintendent or designee will give written notice to the vendor stating the deficiencies and unless the deficiencies are corrected within ten days, recommendation will be made to the Board for immediate cancellation. Upon cancellation hereunder the Board may pursue any and all legal remedies as provided herein and by law. The Board reserves the right to terminate any contract resulting from this invitation at anytime and for any reason, upon giving 30 days prior written notice to the other party. If said contract should be terminated for convenience as provided herein, the Board will be relieved of all obligations under said contract. The Board will only be required to pay to the vendor that amount of the contract actually performed to the date of termination.

UU. SUBCONTRACTING If a vendor intends to subcontract any portion of this bid for any reason, the name and address of the subcontracting firm must be submitted along with their bid approval. No subcontracting will take place prior to a bid-awarded vendor furnishing this information and receiving written approval from the Board.

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 30

Page 31: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

The Purchasing Department reserves the right to reject a subcontractor who previously failed in the proper performance of an award or failed to deliver on-time contracts of a similar nature, or who is not in the position to perform this award. The School District Representative reserves the right to inspect all facilities of any subcontractor in order to make determination as to the foregoing. The subcontractor will be equally responsible for meeting all requirements specified in this Invitation to Bid.

VV. LOBBYING

BIDDERS ARE HEREBY ADVISED THAT THEY ARE NOT TO LOBBY WITH ANY DISTRICT PERSONNEL OR BOARD MEMBERS RELATED TO OR INVOLVED WITH THIS BID UNTIL THE ADMINISTRATION'S RECOMMENDATION FOR AWARD HAS BEEN POSTED IN THE PURCHASING DEPARTMENT. WRITTEN INQUIRIES ONLY MUST BE DIRECTED THROUGH THE PURCHASING DEPARTMENT. LOBBYING IS DEFINED AS ANY ACTION TAKEN BY AN INDIVIDUAL, FIRM, ASSOCIATION, JOINT VENTURE, PARTNERSHIP, SYNDICATE, CORPORATION, AND ALL OTHER GROUPS WHO SEEK TO INFLUENCE THE GOVERNMENTAL DECISION OF A BOARD MEMBER OR DISTRICT PERSONNEL AFTER ADVERTISEMENT AND PRIOR TO THE BOARD'S VOTE ON THE AWARD OF THIS CONTRACT. ANY BIDDER WHO IS ADVERSELY AFFECTED BY THE RECOMMENDED AWARD MAY FILE A PROTEST WITHIN THE TIME PRESCRIBED IN SECTION 120.57(3), FLORIDA STATUTES.FAILURE TO POST BOND WITH THE SCHOOL BOARD OR TO ADHERE STRICTLY TO THE REQUIREMENTS OF STATUTES AND STATE BOARD RULES PERTAINING TO PROTESTS WILL RESULT IN SUMMARY DISMISSAL BY THE PURCHASING DEPARTMENT. ANY BIDDER OR ANY INDIVIDUALS THAT LOBBY ON BEHALF OF BIDDER DURING THE TIME SPECIFIED WILL RESULT IN REJECTION / DISQUALIFICATION OF SAID BID.

WW. DELIVERY OF BIDS: When hand delivering your bid, bidders must follow the School District's security access procedures. The procedures are as follows: A. Proceed to the Purchasing Department, 506 SE 3rd Ave., Ocala, Florida. 34471.B. Park in visitors’ parking area.C. Enter building through the front door. D. Present bid to the Purchasing receptionist for official date/time stamping. BIDDERS SHOULD ALLOW AT LEAST 30 MINUTES TO FOLLOW THE ABOVE PROCEDURES AND SUBMIT THEIR BID TO THE PURCHASING DEPARTMENT, NO LATER THAN THE DATE AND TIME DESIGNATED IN THE BID.

XX. POSTING OF BID AND SPECIFICATIONS Invitation to bid with specification will be posted for review by interested parties, at 506 SE 3rd

Avenue, Ocala, FL 34471, on the date the Invitation to Bid Notification is emailed to vendors registered with MCSB and will remain posted for a period of 10 days. Failure to file a

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 31

Page 32: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

specification protest within the time prescribed in Florida Statutes 120.57(3) will constitute a waiver of proceedings under Chapter 120, Florida Statutes.

YY. BID TABULATIONS, RECOMMENDATIONS, AND PROTEST:

Bid Tabulations with award recommendations are posted to the Purchasing website at http://www.marion.k12.fl.us/dept/purr/index.cfm, under Tabulation Results. The same will be posted in the Purchasing Department for review by interested parties, at 506 SE 3rd Avenue, Ocala, FL 34471, within 72 hours of bid opening, and will remain posted for a period of 72 hours. If the bid tabulation with recommended awards is not posted by said date and time, A "Notice of Delay of Posting" will be posted to inform all proposers of the new posting date and time. Notices for recommendations and awards will not be mailed. Any person adversely affected by the solicitation, decision or intended decision must file a notice of protest, in writing, within 72 hours after the posting. The formal written protest shall state with a particularity the facts and law upon which the protest is based. Failure to file protest within the time prescribed in Section 120.57(3), Florida Statutes, will constitute a waiver of proceedings under Chapter 120, Florida Statutes.

ZZ. BID PROTEST:

If a bidder wishes to protest a bid, they must do so in strict accordance with the procedures outlined in FS 120.57(3), and Lobbying, Paragraph 3, of this proposal and School Board Policy 7.70. Any person who files an action protesting a solicitation, decision or intended decision pertaining to this bid pursuant to FS 120.57(3) (b), shall post with the Purchasing Department, at the time of filing the formal written protest, a bond secured by an acceptable surety company in Florida payable to Marion County School Board in an amount equal to 1 percent (1%) of the total estimated contract value, but not less than $500 nor more than $5000. Bond shall be conditioned upon the payment of all costs that may be adjudged against the protester in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. In lieu of a bond, a cashier's check, certified bank check, bank certified company check or money order will be acceptable form of security. If, after completion of the administrative hearing process and any appellate court proceedings, the District prevails, it shall recover all costs and charges included in the final order of judgment, including charges by the Division of Administrative Hearings. Upon payment of such costs and charges by the protester, the protest security shall be returned. If the protest prevails, he or she shall recover from the District all costs and charges, which shall be included in the final order of judgment.

. INFORMATION Any questions concerning conditions and specifications must be submitted in writing and received no later than 72 Hours prior to the deadline for receiving the Bid. Questions received in writing within the required timeframe will be answered in writing. Jeffrey Lemstrom is authorized only to direct the attention of prospective proposers to various portions of the Bid so that they may read and interpret such for themselves. Neither Mr. Lemstrom nor any employee of the District is authorized to interpret any portion of this Bid or give information as to the requirements of the Bid in addition to that contained in the written documents.

Send all inquiries to attention:

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 32

Page 33: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

Jeffrey LemstromPurchasing DepartmentMarion County School Board506 S.E. 3rd AvenueOcala, Florida 34471Ph 352-671-7503 Fx: 352-671-7504

If necessary, an addendum will be posted on the Purchasing Website.

Copies of addendum will be made available for inspection at the District's Purchasing Department where proposal documents will be kept on file.

No addendum will be issued later than three calendar days prior to the date for receipt of proposals except an addendum withdrawing the request for proposals or one which includes postponement of the date for receipt of proposals.

No verbal or written information which is obtained other than by information in this document or by addendum to this RFP will be binding on the District.

. COMMODITY BIDS OR BIDS which require deliverable tangible items:

The Marion County School Board will not be liable for loss or damage to items shipped to the Marion County School Board in error after thirty (30) days from the verifiable date of receipt of the item(s).

CCC. Should the specifications of this bid be determined by the bidder to be restrictive, notice shall be

given within seventy-two (72) hours after the receipt of the invitation to bid or request for proposals.

DDD. Federal Grants Management Requirements. Debarment, Suspension, and Other Responsibility

Matters. (U.S. Department of Agriculture Certification) A. It is required that you either complete and sign the enclosed Certification Regarding Debarment, Suspension Ineligibility and Voluntary Exclusion – Lower Tier Covered Transaction Form or attach an explanation to this proposal as to why you are not signing and returning the above mentioned form. This form has to be returned, with the other required documents, at the time of your bid proposal.

B. The applicant certifies that it and its principals;

are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department and agency

have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 33

Page 34: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

destruction of records, making false statements, or receiving stolen property

are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any of the offenses enumerated in this certification

have not within a three-year period preceding this application had one or more public transactions (federal, state, or local) terminated for cause or default.

C. Where the applicant is unable to certify to any of the statements in this certification, he or she shall attach an explanation to this application.

EEE. Additional Terms and Conditions: No additional terms and conditions included with any Bid

shall be evaluated or considered and any and all such additional terms and conditions shall have no force and effect and are inapplicable to this Invitation to Bid, whether submitted purposefully through intent or design or inadvertently appearing separately in transmittal letters, specifications, literature, price lists, warranties, or shipping documents. It is understood and agreed that only the terms, conditions, and specifications appearing in this Invitation to Bid are applicable and in full force and effect. The Bidder’s authorized signature appearing elsewhere in the Invitation to Bid attests to this.

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 34

Page 35: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

BIDDER’S QUALIFICATION STATEMENT VENDOR’S COMPANY NAME: 1. Bidder has been in business continuously since: 2. Bidder has had experience in work comparable with that required under the proposed contract:

As a prime contractor/supplier for years As a subcontractor/supplier for years

3. Following is a partial list of work the bidder has completed in the last five (5) years) which is similar in

character and in magnitude to that required in the proposed specification:

4. Furnish references for information concerning the work listed above:

5. List the supervisory personnel that will be responsible for this account, if awarded this bid.

6. List Subcontractors – Name, Address and Years of Experience, if you will be utilizing subcontractors on any portion of this project.

YEAR OWNER LOCATION CONTRACT AMOUNT

NAME COMPANY TITLE CITY/STATE PHONE #

NAME TITLE YEARS EXPERIENCE

NAME Address YEARS EXPERIENCE

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 35

Page 36: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

7. Name and title of person filling out form:

NAME TITLE

If you need additional space, please submit a separate sheet with appropriate headings.

SPECIFICATIONS & PROPOSAL FORM

Please respond by completing the pricing section in RFPDEPOT.Provide firm fixed unit price on each manufacturer or an approved equivalent.

Item# Description Model # List Mfg & Part Number

Firm Fixed Price

Video Projector/ Bulbs 1 Epson Powerlite 2200 Lumens

Projector Price to include 3 year warranty.

83+

$

2 Epson ELPLP42 Replacement Lamp for 83C, 83+

V13H010L42

$

3 Epson ELPLP34 Replacement Lamp for 82C

V13H010L34 $

4 Panasonic 3200 Lumens Projector Price to include 3 year warranty.

PT-LB60U

$

5

Replacement lamp for PT-LB60U ETLAB30 $

6 Panasonic 3500 Lumens Projector Price to include 3 year warranty.

PT-D3500U

$

7

Replacement Lamp for PT-D3500U ET-LAD35 $

8 Replacement Lamp for Hitachi CPX440

CPX445lamp $

Presenters-DOC Cameras Model # List Mfg & Part Number

Firm Fixed Price

9 Lumens Digital Visual Presenter. Price to include 5 year warranty.

DC155

$

10 Qomo Digital Processing Visual Presenter Price to include 5 year warranty

QD700

$

Projector Screens Model # List Mfg & Part Number

Firm Fixed Price

11 DaLite manual 100” wall screen with a 3:4 ratio

40194

$

12 6” Mounting brackets for wall mount 40932

$

13 DaLite Insta theater 60”x80” floor screen

87063 $

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 36

Page 37: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

DVD Recorder, Player & VCR Model # List Mfg & Part Number

Firm Fixed Price

14 Toshiba DVD Recorder with tuner D-R550

$

15 Philips Hard Disk DVD Recorder 160 GB HDD, 1080p HD output. Price to include extended warranty (3-4 year)

PHL DVDR3575H $

TV’s/Accessories Model # List Mfg & Part Number

Firm Fixed Price

16 15” Insignia Flat panel Digital Television

NS-LCD15

$

Mini DV Camcorder/Accessories

Model # List Mfg & Part Number

Firm Fixed Price

17 Samsung SC-DC575 DVD camcorder 1200x digital Zoom, 2.7” LCD ScreenIncludes: Glass Filter, Spare battery, Camera Bag, Cleaning KitPrice to include 4 year extended warranty

SC-DC575

$

18 Canon Mini DV 3CCD CamcorderPrice to include 4 year extended warranty.

GL2

$

19 Panasonic 3CCD 1’6” Mini DV camcorder 4:3, 10x Optical Zoom, 500x Digital ZoomPrice to include 4 year extended warranty

AG-DVC20

$

20 Bogen / Manfrotto 190XB Tripod Legs (Chrome) w/128RC Micro Fluid,

Supports 8.80 lb

190XPROB $

21 Velbon Videomate 607 Tripod with PH-368 2 way Fluid Head (Quick Release) & Case-Supports 15lbs

VMATE607F $

22 Bogen / Manfrotto 3127 Portable Video Dolly

3127 $

Listening Center / Headphones

Model # List Mfg & Part Number

Firm Fixed Price

23 Eiki Tape Recorder / Player 5030A $

24 Eiki CD / Tape / Player / Recorder 7070A

$

25 Califone 6-Position Spirit Stereo Listening Center

1776PLC-6

$

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 37

Page 38: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

26 Califone Sprit CD/Radio/Cassette (Player Only)

1776

$

27 Califone Switchable Stereo / Mono Headphone

3068AV

$

28 Koss headphone with ¼” adaptor & bonus ear buds

UR10C $

29 6 Station Headphone Jack BoxMfg. (any)

Mfg(any) $

Microphones/Stand

Model # List Mfg & Part Number

Firm Fixed Price

30 Audio-Technica Cardiod Condenser MIC w/cable

MB4KC

$

31 Audio-Technica Cardiod Lavaliere mic PRO70 $32 Behringer Dynamic Cardioid Vocal

Microphones (3-pack)

ULTRAVOICEXM 1800S

$

33 Nady Encore Duet Wireless MIC System

ENCOREDUETHT/

LT

$

34 Nady Wireless Hand Held microphone System for camcorders

351VR-HT $

35 Nady Wireless Lavaliere Microphone System for camcorders

351VR-LT

$

36 Shure MS -10c Floor Stand

MS-10C $

37 On-Stage Round Base Desktop Microphone Stand with Telescoping shaft height 9”-13”

DS7200B

$

Video Switcher Model # List Mfg & Part Number

Firm Fixed Price

38 Focus Enhancements MX4 Digital Video Mixer. Price to include extended warranty (3-4 year).

MX-4

$

Laminator Model # List Mfg & Part Number

39 GBC HeatSeal Ultima 65 Laminator Ultima 65 (1710740)

$

Smart Board Interwrite/ Acc. Model # List Mfg & Part Number

Firm Fixed Price

40 Interwrite School Board 77.5” w/floor stand

1077 $

41 Qomo Wireless Tablet Includes Basic Software

QIT30 $

42 Qomo Wireless Tablet QITT30 $

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 38

Page 39: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

We the undersigned do hereby certify that these prices include all labor and material and will hold these prices fixed for a period from July 1, 2008 to June, 30, 2009. We further realize the estimated quantities given are for evaluation purposes only and no guarantee of purchase is expressed or implied. Company:

Address: Area Representative: Phone: Fax: Authorized Signature:

Occupational License Number or Contractor Certification

Includes Easiteach Software

43

Balance of LineThis line may be duplicated on a separate page for as many mfg as you wish to summit

% Discount

If any model listed above needs to be substituted out for an equivalent, Television Media Productions must be notified before a substitution is made. Pricing of a substituted item must be the same or less. Contact Tammy Rosa at 352-671-7596 or Larry Davis at 352-671-7763

Acknowledgment of AddendaCheck: (Yes) or (No)

(Date of Receiving Addendum)

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 39

Page 40: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

Company Name

Signature

Address

City State Zip Code

Date

Please fill out the appropriate forms and/or provide copies of applicable documents and return with your proposal. Invitation to Bid Page (Vendor Name, etc.) (required) Specification & Proposal Forms (required) Drug Free Workplace Certification (required) Statement of No Bid (If applicable) Acknowledgement of Addenda (If applicable) Certification Regarding Debarment, (required) Occupational License (If required by Ordinance) Bid or Performance Bond (not required) Manufacturer’s Authorization (required) Bidders Qualification Statement (required)

CERTIFICATION REGARDING DEBARMENT, SUSPENSION

Addendum #1 Yes No

Date Received:

Addendum #2 Yes No

Date Received:

Addendum #3 Yes No

Date Received:

Addendum #4 Yes No

Date Received:

Addendum #5 Yes No

Date Received:

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 40

Page 41: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

INELIGIBILITY AND VOLUNTARY EXCLUSION - LOWER TIER COVEREDTRANSACTIONS

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section 3017.510, Participants responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages 4722-4733) **BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON THE FOLLOWING PAGE**

(1) The prospective lower tier participant certifies, by submission of this proposal, that neither it

nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.

(2) Where the prospective lower tier participant is unable to certify to any of the statements in this

certification, such prospective participant shall attach an explanation to this proposal.

Organization Name PR/Award Number or Project Name

Name(s) and Title(s) of Authorized Representative(s)

Signature(s) Date

INSTRUCTIONS FOR CERTIFICATION

1. By signing and submitting this form, the prospective lower tier participant is providing the certification set out in accordance with these instructions.

2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction

was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 41

Page 42: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

3. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is

submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

4. The terms “covered transaction,” “debarred,” ‘suspended,” “ineligible,” “lower tier covered transaction,” “participant,”

“person,” “primary covered transaction,” “principal,” “proposal,” “voluntarily excluded,” as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations.

5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered transaction be

entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.

6. The prospective lower tier participant further agrees by submitting this form that it will include this clause titled

“Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions,” without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.

7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered

transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non-Procurement List.

8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in

good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

DRUG-FREE WORKPLACE

CERTIFICATION Preference must be given to vendors submitting a certification with their bid/proposal certifying they have a drug-free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids, which are equal with respect to price, quality, and service, are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program, a business shall:

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 42

Page 43: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violation of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contender to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.

COMPANY NAME

VENDOR'S SIGNATURE Must be executed and returned with attached bid at time of bid opening to be considered.

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 43

Page 44: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

STATEMENT OF NO BID

If you are not bidding on this service/commodity, please complete and return this form to: Purchasing Department, Marion County School Board, 506 SE 3rd Avenue, Ocala, FL 34471. (Please print or type, except signature) Failure to respond may result in deletion of vendor's name from the qualified bidder's list for the Marion County School Board. COMPANY NAME: ADDRESS: CITY: STATE: ZIP: CONTACT PERSON: TELEPHONE: We, the undersigned, have declined to bid on your bid No. for

because of the following reasons:Service/Commodity

We do not offer this product or the equivalent.Insufficient time to respond to the invitation to bid.Remove our name from this bid list only.Our product schedule would not permit us to perform.

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 44

Page 45: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

Unable to meet bond requirements.Other. (Specify below)

REMARKS: SIGNATURE: DATE: (m/d/ y)

PURCHASING DEPARTMENT506 S.E. Third Avenue

Ocala, Fl 34471(352) 671-7500

Fax (352) 671-7504

COMMON CARRIER INSURANCE WAIVER REQUEST

Company Name

Street Address

City / State

The above named company certifies that all items purchased by the Marion County School Board, its schools and departments, will be delivered by common carrier and at no time will the employees of said company be on the premises for delivery or installation purposes. Signed Print / Type Name Title Bid Number: 3174ER

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 45

Page 46: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

Bid Name: Audio Visual Equipment

An Equal Opportunity School District Bid #3174ER Audio Visual Equipment, Annual Contract, 7/1/2008 – 6/30/2009

Rev 39

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 46

Page 47: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

Item 43 Balance of Line. This line item will not be selected as part of the tabulation; but will be utilized throughout the term of this bid.List Each Manufacturer:

Indicate % Discount List Each Discount per Mfg that you have indicated.

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 47

Page 48: Marion County School Boardbids.centerdigitalgov.com/CN_20080418_0023_103565.pdf2008/04/18  · Model AG-DVC20 Quantity 1 each Unit Price Manufacturer Part Number Delivery Location

Marion County School Board Bid 3174ER

Apr 18, 2008 3:04:31 PM EDT p. 48