Cypress-Fairbanks Independent School District

Similar documents
Alief Independent School District

(PRICES MUST BE EXTENDED) ITEM QTY ARTICLES AND DESCRIPTION UNIT PRICE AMOUNT Cisco Wireless Networks per attached specifications.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

Re: Financial Advisory Services, Request for Qualifications # RFQ. Solicitation Notice

INSTRUCTIONS TO BIDDERS

N O T I C E T O B I D D E R S

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

INVITATION TO BID (ITB)

PURCHASING DEPARTMENT

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

PURCHASING DEPARTMENT

Texas A&M University - Procurement Services

Holt Public School District 5780 W. Holt Rd Holt MI

Invitation To Bid. for

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

PURCHASING DEPARTMENT

Scofield Ridge Homeowners Association

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid WD Motor Grader 2018 Boom Mower (Shredder)

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

COUNTY OF OSWEGO PURCHASING DEPARTMENT

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

N O T I C E T O B I D D E R S

COMPANY NAME: RFP #

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES

INVITATION TO BID Retaining Wall

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

Solicitation Liberator II Headsets with Tactical PTT and Accessories. Bid designation: Public. Maricopa County

INVITATION TO BID Acoustical Ceiling Tile

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

Warner Robins Housing Authority

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

Sayreville Housing for Seniors Corporation Gillette Manor

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

ALL TERRAIN SLOPE MOWER

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES

MELBA SCHOOL DISTRICT

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

Request for Proposal Data Network Cabling

Blanket Purchase Agreement: Revision No: 14 Page 1 of 4 Pinellas County Purchasing Department Board of County Commissioners Pinellas County 400

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS

RFP# ATHLETIC TRAINER SUPPLIES RFP Opening Date: April 13, p.m.

PURCHASING DEPARTMENT

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

N O T I C E T O B I D D E R S

Champaign Park District: Request for Bids for Playground Surfacing Mulch

REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

REQUEST FOR QUOTATIONS. For. ADA Concrete Ramps at Woodhill For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED ENTITIES

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

REQUEST FOR PROPOSALS CITY OF CONROE PD DISTRIBUTED ANTENNA SYSTEM (DAS) SERVICE FOR CELLULAR ENHANCEMENT

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

LAREDO INDEPENDENT SCHOOL DISTRICT

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

CITY OF GAINESVILLE INVITATION TO BID

PURCHASING DEPARTMENT

NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX (830)

INVITATION TO BID Install Spray Foam Polyurethane Roof

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017

PROPOSAL LIQUID CALCIUM CHLORIDE

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

Request for Quotation

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

Warner Robins Housing Authority

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID--

COUNTY OF COLE JEFFERSON CITY, MISSOURI

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TX REQUEST FOR BID DISTRICT APPAREL BID #

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

REQUEST FOR QUOTATIONS For Homestead Apartments Pool Repair For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED ENTITIES

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

Appomattox River Water Authority

CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID. Revised bid per addendum # 1

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

Request for Proposal CNC Mill For the Rockville High School

Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA NOTICE OF SOLICITATION INVITATION TO BID

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017

Transcription:

Cypress-Fairbanks Independent School District Bid Information Contact Information Ship to Information Bid Owner Olivia Ledesma - Bid Coordinator Address 12510 Windfern Rd. Address Various Campuses Email olivia.ledesma@cfisd.net Phone (281) 897-4578 Houston, TX 77064 Houston, TX 77064 Fax (281) 897-4185 Contact Nancy Dunn - Buyer Contact Kim Bowlin Department Purchasing Department Technology Services Bid Number 14-06-4038R Addendum 2 Building Windfern Administrative Annex Building ISC-N Title Smart Boards, Stands, Mounts and Floor/Room 2nd Fl. Rm. 218 Floor/Room Installation Telephone 281 (897) 4386 Telephone 281 (897) 6489 Bid Type Formal Bid Fax 281 (897) 4185 Fax 281 (897) 1384 Issue Date 07/02/2014 Email nancy.dunn@cfisd.net Email kimberly.bowlin@cfisd.net Close Date 7/21/2014 2:00:00 PM Supplier Information Company Name Contact Name Address Supplier Notes Telephone Fax Email Signature Date / / Bid Notes Bids may be submitted on any and/or all items. The District reserves the right to reject any and/or all bids, to accept any bid deemed most advantageous to the Cypress-Fairbanks Independent School District and to waive any informalities in bidding. NOTE: Responses to all bids and proposals made available to suppliers/vendors in the ebid system (electronically) must be submitted via the ebid system (electronically). If addendums are issued on any bid, it is the responsibility of the vendor to review the ebid system for addendums. Please contact Olivia Ledesma at 281-897-4578 with any issues relating to the ebid system. Bid Activities Bid Messages Bid Attachments The following attachments are associated with this opportunity and will need to be retrieved separately Bid Attributes Please review the following and respond where necessary # Name Note Response 1 Company Contact List name, phone number and email address of person (Required) submitting this bid in space provided. 14-06-4038R Addendum 2 - Page 1 of 9

2 General Conditions General Conditions (No Response Required) 1.0 It is the intention of the Cypress-Fairbanks Independent School District ( CFISD and/or the District ) to establish an annual contract for: Smart Boards, Stands, Mounts and Installation 2.0 Applicability These conditions are applicable and form a part of all contract documents and a part of the terms of all purchase orders for items included in the specifications and bid forms issued herewith. 3.0 Specifications The use of specifications by the District is to be considered informative, giving the bidder information as to the exact quality and value requirements. The bidder shall note in writing any deviations from specifications and shall submit those changed specifications as alternates. Manufacturer s data sheets are required to support all alternate specifications. 4.0 Evaluation In evaluating qualified bids the following considerations will be taken into account for award recommendations: 4.1 the purchase price; 4.2 the reputation of the vendor and of the vendor's goods or services; 4.3 the quality of the vendor's goods or services; 4.4. extent to which the goods or services meet the needs of the District; 4.5 the vendor's past relationship with the District; 4.6 the long-term cost to the District to acquire the vendor's goods or services; 4.7 for a contract for goods and services, other than goods and services related to telecommunications and information services, building construction and maintenance, or instructional materials, whether the vendor or the vendor's ultimate parent company or majority owner: (A) has its principal place of business in this state; or (B) employs at least 500 persons in this state; 4.8 any other relevant factor specifically listed in the request for bid or proposal. 4.9 Bids shall be held open for sixty (60) days from the time of opening. 4.10 The District may award a contract for any or all sections of this bid. 4.11 The following considerations will also be taken into account for award of this contract: probability of continuous availability, availability of product line to maintain a District standard, delivery and installation capabilities and warranty service history. 5.0 Contracts for purchase will be put into effect by means of a purchase order executed by the Technology Department after bids have been awarded and as equipment is required. 6.0 Appropriated Funds The purchase, which arises from this solicitation, is contingent upon the availability of appropriated funds. CFISD shall have the right to cancel this contract at the end of the then current fiscal period if funds are not allotted for the next fiscal year to continue this contract. If funds are withdrawn or do not become available, CFISD can cancel the service contract by giving the vendor written notice of its intention to cancel not less than thirty (30) days prior to the end of the term year without penalty. Upon cancellation of the contract, CFISD 14-06-4038R Addendum 2 - Page 2 of 9

shall not be responsible for any payment of any services that are received or that occur after the end of the current fiscal year contract period. 7.0 Warranty Conditions Equipment shall be new, latest model and design and shall carry the manufacturer s maximum standard warranty. Appropriate documentation of the manufacturer's warranty terms must be submitted with the bid if not bidding the Design Guide. 8.0 Terms of Payment Cypress-Fairbanks Independent School District will pay all invoices for accepted merchandise or service no later than forty-five (45) days from date of acceptance of delivery or completed installation as set forth in the specifications of this bid. 9.0 Delivery Conditions All deliveries will be on demand and shall be freight prepaid F.O.B. destination. Bids shall include all freight and delivery charges. All deliveries must be inside deliveries with signature receipt of product required. Delivery Points: Delivery to any/all of 86 locations within CFISD. 10.0 Installation - Where specified, installations requirements must be met. The contractor shall not deliver the equipment for the District to hold prior to installation. 11.0 Quantities Required - Quantities required are substantially correct, but the District's estimate of anticipated needs is subject to change depending upon budgetary adjustments. The District reserves the right to purchase more or less than the estimated quantities on a unit basis at the unit bid price unless otherwise specified by the bidder. Quantities listed are estimates that will be purchased throughout the contract period. 14-06-4038R Addendum 2 - Page 3 of 9

3 Special Conditions Special Conditions (No Response Required) 1.0 Term of Contract This shall be a multi-year contract for (2) two years beginning August 12, 2014 and ending August 31, 2016. 2.0 Vendor Support Requirements-Parts, Service, and Training - Provide a factory authorized source for parts, manual and video or manual technical training guides. This is for after warranty support for the District's Computer Repair Department. 3.0 Administrative Cost due to Non-Performance If at any time the vendor fails to fulfill or abide by the terms, conditions, or specifications of the contract, CFISD reserves the right to: 3.1 Cancel the contract within thirty (30) days written notification of intent, or 3.2 Re-award to the next responsive bidder. 4.0 Delivery Requirements 4.1 All quantities and deliveries shall be on demand only. Orders may be placed only by CFISD Technology Department. No deviations shall be allowed except by written authorization by Kristine Johnston, Director of Purchasing. 4.2 Deliveries shall be made between 7:30 a.m. and 2:30 p.m. on school days to various locations as specified on purchase order. 5.0 Special Requirements - Samples 5.1 All samples are due by 11:00 a.m., Wednesday, July 16, 2014, and shall be delivered to the attention of Kristine Johnston, Director of Purchasing at the Windfern Administrative Annex, 12510 Windfern Road, Houston, TX 77064, and placed in a location designated for examination of such samples. Office Hours: Monday - Thursday 7:30 a.m. - 4:30 p.m. 5.2 Samples are required for all items that are alternates to the Design Guide. All samples must be delivered and set up prior to the date and time of the bid opening. 5.3 All samples provided must be delivered, unpacked, setup and signed in by the bidder or the bidder's service representative. 5.4 The District will accept no responsibility for unpacking deliveries. ***NO SAMPLES WILL BE ACCEPTED VIA U.S. MAIL, UPS, OR ANY GROUND CARRIER OR DELIVERY SERVICES.*** 5.5 Samples will be accepted no earlier than (1) one week prior to the bid opening. 5.6 Identification of Samples - Each sample shall be: 5.6.1 Clearly tagged to show the bidder's name, address and time number for which the sample is proposed. 5.6.2 Accompanied by all manuals, documentation, CDs, cables necessary to test the equipment, and original manufacturer packaging. 5.6.3 Accompanied by manufacturer's data sheets listing specifications if available. 5.7 Conditions Governing Samples 5.7.1 The District will not accept bids for items that 14-06-4038R Addendum 2 - Page 4 of 9

are out of date or not in current production at the time of the bid. 5.7.2 All samples must be fully operable and match the minimum specifications for the item bid. 5.8 Return of Samples - All samples will be the property and responsibility of the bidder and shall be made available to CFISD until August 15, 2014. The bidder shall be responsible for packing and reshipment of any and all samples received by the District. All samples not awarded to the successful bidder shall be removed from the District within (1) one week after the evaluation period is over or become the property of the District. 6.0 Pricing Variables - Under each section of specifications indicate unit cost variations due to differing quantities of equipment listed under all item numbers. 7.0 Contract Period - The District intends to establish a contract with the vendor for the purchase of Smart Boards from August 12, 2014 until August 31, 2016. During this contract, each party will have the option to renew when availability of product awarded during this contract no longer exists as long as the renewal price and service provided under the terms of the contract for a follow-on product is agreeable to both Cypress-Fairbanks Independent School District and the awarded vendor. The District may choose to upgrade equipment or to replace component parts provided by the successful bidder. The District will use one of two possible methods to insure pricing throughout the contract period. 7.1 The District will use a cost plus method to determine pricing throughout the contract period. The vendor will be required to provide verification of the dealer cost and the dealer profit formula used to begin the current year s contract. This start-up formula will be used for future purchases during the contract period. The vendor must agree to provide this verification upon request. 7.2 The vendor and the manufacturer must jointly agree to provide a process by which the District will be guaranteed the same value throughout the contract. An example of such a process is for the manufacturer and vendor to provide pricing which represents a discount from a national, regional or state publicly available schedule. The discount will be used by the District throughout the contract to calculate the price it will pay the vendor. Alternative approaches to this will be considered by the District. 14-06-4038R Addendum 2 - Page 5 of 9

4 Insurance Requirements **A CURRENT INSURANCE CERTIFICATE INCLUDING (No Response Required) THE FOLLOWING COVERAGES MUST BE PROVIDED THROUGHOUT THE TERM OF THIS CONTRACT. CFISD MUST BE LISTED AS ADDITIONAL INSURED, FAX CERTIFICATE TO: 281-897-4185 or SCAN AND ATTACH TO THIS BID USING THE RESPONSE ATTACHMENTS TAB.** 1.0 Insurance Requirements The contractor will provide and maintain the following insurance certification in the amounts shown and under the conditions noted. Verification of insurance will be required prior to recommendation of award. 1.1 General Information The District shall require the following insurance requirements be met on public works contracts: No work will be commenced until all requirements of this section have been approved by the District in writing. The District shall be furnished with Certificates of Insurance evidencing all policies and endorsements required by this section. The insurance will contain a provision that at least thirty (30) days prior written notice shall be given to the District in the event of cancellation, material change or non-renewal. Insurance will be underwritten by a company rated not less than B+VII in the Best s latest published guide. There will be a hold harmless agreement in which the contractor assumes liability on the contract and holds the school district harmless. The contractor will purchase and maintain in force the following kinds of insurance and bonds for operations under construction contracts and as specified in each section. No deletions/exclusions from standard coverage form are allowed without the written consent of Cypress-Fairbanks Independent School District. 1.2 Casualty Insurance Workmen s Compensation as statutory provisions require. Commercial General Liability (Occurrence basis only) Bodily Injury and Property Damage (Each Occurrence) $300,000. General Aggregate $600,000. Products/Completed Operations Aggregate $600,000. Personal and Advertising Injury Occurrence $300,000. Fire Damage, Legal Liability Any one fire $50,000. Medical Expenses (Any one person) $5,000. The District will be named as an additional insured by endorsement on the contractor s policy as to the subject job. 1.3 Automobile Liability Insurance Business (Commercial) Automobile Liability Insurance Coverage for all owned, non-owned and hired vehicles: Bodily Injury (Each person)$100,000 Each accident $300,000 Property Damage Each occurrence $100,000 1.4 Umbrella Liability Insurance (Excess) - $1,000,000.00 The owner will be named as an additional insured on the contractor s policy as to the subject job. This policy will provide coverage over the Workmen s Compensation, Commercial General Liability and Business Automobile Liability policies. 14-06-4038R Addendum 2 - Page 6 of 9

5 Insurance Acknowledgment I have read and acknowledged the insurance (Required) requirements attached to this annual contract. I will scan and attach the required certificate to this bid, or will fax it to 281-897-4185 if awarded. 6 References Please provide three (3) references from accounts (Required) serviced in a comparable nature and size as requested: Company/District Name, contact name, phone number and e-mail address in the box provided. 7 Felony Conviction Notification Choose one answer from the drop-down menu. If answer (Required) is "Yes - I have a Felony Conviction", please use Felony Conviction Explanation box (below) to explain. Valid Responses: My company is publicly traded-this does not apply., No, I do not have a felony conviction., Yes, I have a felony conviction. 8 Felony Conviction Explanation Please use this section to explain felony conviction if answering "Yes, I have a felony conviction" above. 9 Conflict of Interest Questionnaire Complete the Conflict of Interest Questionnaire required by (Required) Acknowledgment the State of Texas (online at www.cfisd.net). The questionnaire must be retained by CFISD and must be dated after June 1, 2014. Copy and paste the following link to go directly to the CFISD Conflict of Interest page: https://app.cfisd.net/ciq/index.aspx 10 Certificate of Residency Indicate residency by choosing one answer from the (Required) drop-down menu. If choosing "non-resident bidder", indicate in the box below if your residing State requires bidders, whose principal place of business is Texas to under-bid vendors by a percentage and by what percentage amount. Valid Responses: My company is a resident bidder., My company is a non-resident bidder. 11 Certificate of Residency/Non-Resident Bidder If answering the question above "My company is a Explanation non-resident bidder" please use this box to list what State your company is from and the percentage amount (if required) your State requires your company to under-bid. 12 Ownership of Property within CFISD Statement Indicate if you or your company own real personal property (Required) within Cypress-Fairbanks Independent School District boundaries. If answer to this question is I own, or my company owns property within CFISD, list HCAD number/s in the box below. Valid Responses: Neither my company nor I own property within CFISD, I own, or my company owns property within CFISD 13 CFISD Ownership of Property HCAD Account If you or your company own property within CFISD, please Numbers use this space to list HCAD Account Number/s. 14 Bid Acknowledgment Having carefully examined all of the documents related to (Required) this bid, the undersigned Bidder or Bidder's Agent hereby proposes and agrees to furnish goods and/or supplies in strict compliance with the specifications at the prices quoted. The Bidder affirms that, to the best of his/her knowledge, the bid has been arrived at independently and is submitted without collusion with anyone to obtain information or gain any favoritism that would in any way limit competition or give them unfair advantage over other bidders in the award of this bid. Further, the Bidder or Bidder's Agent certifies that he/she has the authority to agree to this statement and submit this bid. 14-06-4038R Addendum 2 - Page 7 of 9

Line Items # Qty UOM Description Response 1 1 Design Guide: SmartBoard $ Manufacturer: SmartBoard Manufacturer #: SBM680 Item Notes: Pricing for 1-30 Units Supplier Notes: Item Attributes: Please review the following and respond where necessary # Name Note Response 1 Pricing for 31-75 Units $ 2 Pricing for 76+ Units $ 3 Optical sensors in the pen tray detect (Required) when a pen or eraser is lifted from the tray. LEDs show the active tray. 4 Touch resolution is 4000 x 4000 or better. (Required) 5 Includes 2 different color marker pens. (Required) 6 Includes an eraser. (Required) 7 Surface is tear proof, compatible with dry (Required) erase markers and easily cleaned with whiteboard cleaner. 8 77 inches diagonal or larger active screen (Required) area. 9 16 feet USB 2.0 Cable. (Required) 10 2 years manufacturer's warranty. (Required) 11 Cost Plus Formula List dealer cost and percentage of dealer profit. (Required) 12 National Price Schedule Information List the percentage discount of the bid price from (Required) manufacturer's price schedule. In addition, list the published price schedule to be used. 13 What is the price to add on a mobile floor $ stand with 4 inch lockable casters and flip-up anti-tip feet (FS-SB)? 14 What is the price to add installation to $ assemble the board? Assembly would include attachment of the board to the stand, removal of all packing material, delivery to a specified classroom within one of the District's 85 plus campus locations. 14-06-4038R Addendum 2 - Page 8 of 9

15 What is the price for a Smart Wall Mount $ (HAWM-UX/UF)? 16 What is the installation price to mount the $ Smart Board on the wall? Most walls are constructed of cinder block. 17 What is the cost for a K.O.H. Rail Kit with $ 48 inch brackets and 15 feet of rail (RBSB48-15)? 18 What would be the cost to install the Rail $ Kit and mount the Smart Board over an existing classroom whiteboard? 14-06-4038R Addendum 2 - Page 9 of 9