PUBLIC NOTICE. INVITATION FOR BIDS Intercom System

Similar documents
In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS

REQUEST FOR PROPOSAL (RFP) For Voluntary Supplemental Insurance and Administration of Section 125 Plan. Issue Date: September 29, 2017 RFP# /18

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY

GENERAL TERMS AND CONDITIONS

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Invitation For Bid. Uniforms IFB U

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Delinquent Tax Collection Services

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020

VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB)

Botetourt County Public Schools

REQUEST FOR QUOTATION Relocation of Office Trailer RFQ NUMBER:

Tobacco Use Prevention Grantees FY

TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA PH: FAX:

INVITATION FOR BIDS LONGWOOD UNIVERSITY MATERIEL MANAGEMENT 201 HIGH STREET FARMVILLE, VIRGINIA 23909

RFP GENERAL TERMS AND CONDITIONS

Invitation For Bid. Gasoline, Diesel Fuel, Fuel Oil, & Propane IFB F

Invitation for Sealed Bids

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015

CONTRACTOR SHALL BE A MEMBER OF EVA TO BE AWARDED THIS CONTRACT. REGISTRATION INFORMATION IS FOUND ON PAGE 14 OF THIS SOLICITATION.

Mold Remediation and Clean Up of Central High School

CHESAPEAKE PUBLIC SCHOOLS Purchasing Department School Administration Building 312 Cedar Road

COMMONWEALTH OF VIRGINIA CONTRACT

Invitation for Sealed Bids

REQUEST FOR PROPOSAL # FOR. Architectural and Historical Nonprofessional Services for Architectural Survey of Amherst County

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Request for Proposal Public Warning Siren System April 8, 2014

for Electrical Engineering Services for Smyth County School Board An Original and Three (3) complete copies of Sealed Proposals Due

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

CONTRACT E MA2058 BETWEEN THE COMMONWEALTH OF VIRGINIA AND SONNY MERRYMAN, INC.

Invitation for Bids IFB # VIT

INVITATION TO BID Acoustical Ceiling Tile

REQUEST FOR PROPOSALS

STATE BOARD FOR COMMUNITY COLLEGES

Request for Proposal. RFP # Fire and EMS Strategic Planning Consultant

OLD DOMINION UNIVERSITY INVITATION FOR BIDS SEALED - IFB # CCC

TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA PH: FAX:

RFP GENERAL TERMS AND CONDITIONS

COMMONWEALTH OF VIRGINIA CONTRACT

INVITATION FOR SEALED BID # THIS IS NOT AN ORDER

Eastern Shore of VA Commission REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS SET ASIDE FOR DMBE CERTIFIED SMALL BUSINESSES

INVITATION TO BID (ITB)

Commonwealth of Virginia. Request for Quote. Title: Load Balancer. Due Date: October 26, Contact Information:

REQUEST FOR PROPOSAL. Nurturing Parent Program

Culpeper County Public Schools

Germanna Community College Snow Removal Services IFB # P a g e 1 INVITATION FOR BID. Issue Date: October 26, 2011 IFB#

Request for Proposal (RFP) # For. Fireworks Display

REQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES

AUGUSTA COUNTY SERVICE AUTHORITY

INVITATION FOR BIDS (IFB) Title: Jeffers Auditorium HVAC System Replacement & Interior Alterations Project Code:

Request for Proposals for Agent of Record/Insurance Broker Services

INVITATION FOR BIDS IFB

GOOCHLAND COUNTY SCHOOL BOARD REQUEST FOR PROPOSALS. for IP INTERCOM SYSTEM. ISSUE DATE: November 2, DUE DATE: November 29, 2017

CARLYLE HOUSE BANK BUILDING LOW ROOFING REPLACEMENT 121 N. Fairfax Street Alexandria, Virginia PROJECT MANUAL

INVITATION TO BID Install Spray Foam Polyurethane Roof

REQUEST FOR PROPOSAL No AD-0017 FOR LEGAL SERVICES SEALED PROPOSALS ACCEPTANCE DATE AND TIME APRIL 13, 2015, AT 5:00 P.M.

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) May 26, 2017

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

Issuing Entity Name Here Address, City, State, and Zip Code Request for Proposal for the Back of the Envelope

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

Contract No NO0. Page 1 of 12 CONTRACT: 11157NO0. Lake Jackson Study - Dam. Between:

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

Request for Proposals. Forensic Accounting Audit Services

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS.

INVITATION FOR BIDS SEPTIC SERVICES. IFB No: CJ May 5, 2017

SAW CONSORTIUM Request for Proposal for FSA, Premium Conversion, COBRA, and HSA Administration - Effective 1/1/16

CITY OF GAINESVILLE INVITATION TO BID

INVITATION FOR BIDS IFB

VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB)

REQUEST FOR PROPOSAL Sub Metering Project PROJECT #V August 2012

CHESAPEAKE PUBLIC SCHOOLS Purchasing Department School Administration Building 312 Cedar Road Chesapeake, Virginia 23322

NORTHWESTERN COMMUNITY SERVICES

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots

MIDDLE PENINSULA REGIONAL SECURITY CENTER REQUEST FOR PROPOSAL SECURITY SYSTEM INSTALLATION AND SUBSEQUENT SERVICE/MAINTENANCE

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

Corporation; Minority Business: Partnership; Individually owned;

EASTERN VIRGINIA MEDICAL SCHOOL MATERIALS MANAGEMENT

COMMONWEALTH OF VIRGINIA STATE CORPORATION COMMISSION. Request For Proposals #SCC IRD

INSTRUCTIONS TO BIDDERS

CHESAPEAKE PUBLIC SCHOOLS Purchasing Department School Administration Building 312 Cedar Road Chesapeake, Virginia 23322

Notice to Bidders. Q6970 Exterior LED Lighting Projects. This quote is for lighting fixtures/material only. Do not include installation in quotes.

INVITATION FOR BID. 245 Hairston Street Danville, Virginia 24540

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSALS

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

Invitation For Bid IFB # Elevator Maintenance Services

SEALED REQUEST FOR PROPOSALS (RFP) RFP# E MC Issue date: April 30, 2012

SECTION D: Fiscal Management. DA Management of Funds 4/14. DB Annual Budget 7/15. DG Custody and Disbursement of School Funds 4/15

Atlantis Industries Corporation Terms and Conditions

CONTRACTOR SHALL BE A MEMBER OF EVA TO BE AWARDED THIS CONTRACT. REGISTRATION INFORMATION IS FOUND ON PAGE 14 OF THIS SOLICITATION.

Request for Sealed Proposals

COUNTY OF PRINCE WILLIAM

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

Glenwood/Bell Street Well Pump and Piping Construction

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

Transcription:

PUBLIC NOTICE INVITATION FOR BIDS Intercom System The Bristol Virginia Public School System is requesting bids for a new intercom system at Virginia High School. The sealed bid form must be in the Bristol Virginia School Board Office, 220 Lee Street, Bristol, VA 24201, no later than 2:00 p.m. Eastern Standard Time on Friday, July 28, 2017. No FAXED bid forms will be accepted. A complete copy of the Scope of Work for this solicitation may be obtained at www.bvps.org or by contacting Meghan Mangrum at 276-821- 5624. An optional pre-bid walk-through will be held at the Virginia High School at 10:00 a.m. on Thursday, July 6, 2017. The Bristol Virginia School Board reserves the right to accept any bid and to reject any and all bids. Please run in Legal Notices on Sunday, July 2, 2017. /no logo/

Bristol Virginia Public Schools INVITATION FOR BID IFB # 1-2017/18 Intercom System June 29, 2017 The purpose of this Invitation for Bid (IFB) is for the removal of the existing intercom/paging system and installation of a new intercom/paging system at Virginia High School. The bid shall include furnishing equipment, all labor, tools and materials. PROPOSED CALENDAR OF EVENTS Issuance Date 06/29/2017 Optional Pre-Bid Walk-thru 07/06/2017 Inquiries Deadline 07/14/2017 Addendum Release 07/18/2017 Due Date 07/28/2017 Board Review TBD Award Notification TBD SUBMITTAL REQUIREMENTS Bids must be submitted on the provided Bid Form. The Bid Form must be received in a sealed envelope at the Bristol Virginia School Board Office, 220 Lee Street, Bristol, VA 24201, no later than 2:00 p.m. Eastern Standard Time on Friday, July 28, 2017. The official time clock is located in the Finance Conference Room (Room 238) Bristol Virginia School Board Office, 220 Lee Street, Bristol, VA 24201. Only bids received on the specific bid form will be considered responsive. Bids received after the specified time, will be considered non-responsive. No FAXED bid forms will be accepted. Your response must be submitted in a sealed envelope/package clearly marked IFB #1-2017/18 Intercom System. SCOPE OF WORK Virginia High School (VHS) is located at 1200 Long Crescent Drive, Bristol, Virginia 24201. VHS is currently equipped with an analog intercom system, which has experienced multiple failures in recent years and has reached the end of its service life. The contractor shall provide all labor, supervision, equipment, tools, materials and incidentals necessary to remove main cabinet of old analog system and furnish and install a new Valcom intercom system. All equipment, materials and installation work shall comply with this specification, Valcom installation 1

requirements, the Virginia OSHA Standards, and the Virginia Uniform Statewide Building Codes. Contractor must be a Valcom approved installer. The District has determined that it will only accept a Valcom brand system. The old system will be replaced with a Valcom intercom system, with individual communication to each classroom space. Zone controllers may be recommended for large assembly areas from which new analog speakers can be connected such as hallways, cafeterias, auditoriums, restrooms etc. Each teaching space should have a call button, which will connect the space to the main office. At a minimum the District wishes to have the following capabilities: Multiple event schedules for bells or other messaging The ability to use sound files for bells or prerecorded messages Multiple options for paging zones including but not limited to all zones, inside/outside, assembly areas, etc. Call buttons in every educational space Integration with school radios Capability to make announcements from seven (7) locations as specified in the drawings (highlighted in green). Locations are as follows: Three (3) Principal Offices, Vocational 32 Conference Room, Athletic Director Office, Main Office, and Guidance Office. The District will not consider solutions that require ongoing licensing fees and will not consider any other brand. The District will provide fiber backbone links between IDFs. All installation will be in accordance with applicable building and electrical code. All required permits are the responsibility of the contractor. To achieve final acceptance, the contractor will have provided full installation of all components, tested and verified connectivity to every speaker, completed initial programming based on input from the District, verified each zone is segregated properly, provided training for programming, daily use, troubleshooting and periodic maintenance requirements and turned over as built drawings of the project as well as all owner s manuals and warranty documents. Building floor plans and the plans for the existing system are attached to these specifications. The District does not have any additional information or drawings and provides these attachments as informational only. It is the responsibility of the contractor to determine exact measurements. Pricing shall include, at a minimum, the following along with any ancillary components that may be required such as firestop, additional cabling, etc However, these specifications in no way exempt the vendor from meeting all Valcom installation requirements and best practices. Failure to include these items may be grounds for rejection of the proposal. 2

Equipment Quantity Enhanced Application Server Pro IP6000 (100 Endpoints) 1 Dual Network Station (FXS) Port Rack Mount 3 SIP Compliant Quad Network Audio Port (Rack Mount) 6 Quad Network Station (FXS) Port (Rack Mount) 1 Talkback Wall Speaker 80 Emergency Call switch 80 2x2 Lay-in Ceiling Speaker 132 Administrative Telephone 14 7 Vandal Resistant Flexhorn one-way (includes V-9809) 8 5-watt Marine Horn (white) 8 2 Amp switching Wall Mount Power Supply 5 4 Amp switching Wall Mount Power Supply 1 Multi-conductor Commercial Applications 4 18 AWG PP FRPVC Gray 25 Secure Radio Integration for IP Core Misc Materials Technical Support Services Training Labor Installation/Programming The end result of this project is to provide 2-way communications to 80 classrooms and provide 1 way sound to entire school building and select outside locations (Cafeteria, Parking Lots, Bus Line, Track). All rooms and hallways in the school should be able to hear public address system announcements. District will provide all IP addressing, VLANs, Power and fiber-optic cabling connectivity between IDFs. All other cabling (speaker, intercom, etc) will be the responsibility of the installer. OPTIONAL PRE-BID WALK-THROUGH Vendors are encouraged to attend the vendor walk-through with the school principal, Ronnie Collins, on Thursday, July 6 at 10:00 a.m. The purpose of the walk-through is to allow vendors access to the school to review current infrastructure and systems and take any measurements required. Questions should be e-mailed to Meghan Mangrum at mmangrum@bvps.org. No changes resulting in questions are official unless issued in writing in the form of an addendum. 3

SPECIAL NOTATION This project is contingent upon receiving approval for the 2017-2018 School Security Equipment Grants Program. As such, award will not be made until District has been approved for funding under the program. Announcement of funding is projected to be September 1, 2017. Bid pricing must be valid for a period of 90 days in order to provide ample time for funding notification and required board approvals. It is the intent of the District to make the award of this project upon receipt of approved funding. QUESTIONS REGARDING PROPOSAL Any question, for which the answer would affect price or delivery of services, must be submitted in writing by 10:00 a.m. on Friday, July 14, 2017. Questions should be e-mailed to Meghan Mangrum at mmangrum@bvps.org. No changes resulting in questions are official unless issued in writing in the form of an addendum. GENERAL TERMS AND CONDITIONS VENDORS MANUAL This solicitation is subject to the provisions of the Commonwealth of Virginia Vendors Manual and any changes or revisions thereto, which are hereby incorporated into this contract in their entirety. The procedure for filing contractual claims is in section 7.19 of the Vendors Manual. A copy of the manual is normally available for review at the purchasing office and is accessible on the internet at www.eva.virginia.gov under Vendors Manual on the vendors tab. APPLICABLE LAWS AND COURTS This solicitation and any resulting contract shall be governed in all respects by the laws of the Commonwealth of Virginia and any litigation with respect thereto shall be brought in the courts of the Commonwealth. The agency and the contractor are encouraged to resolve any issues in controversy arising from the award of the contract or any contractual dispute using Alternative Dispute Resolution (ADR) procedures (Code of Virginia, 2.2-4366). ADR procedures are described in Chapter 9 of the Vendors Manual. The contractor shall comply with all applicable federal, state and local laws, rules and regulations. ANTI-DISCRIMINATION By submitting their bid, the bidder certifies to the Board that they will conform to the provisions of the Federal Civil Rights Act of 1964, as amended, as well as the Virginia Fair Employment Contracting Act of 1975, as amended where applicable, the Virginians With Disabilities Act, the Americans With Disabilities Act and 2.2-4311 of the Virginia Public Procurement Act. If the award is made to a faith-based organization, the organization shall not discriminate against any recipient of goods, services, or disbursements made pursuant to the contract on the basis of the recipient's religion, religious belief, refusal to participate in a religious practice, or on the basis of race, age, color, gender or national origin and shall be subject to the same rules as other organizations that contract with public bodies to account for the use of the funds provided; 4

however, if the faith-based organization segregates public funds into separate accounts, only the accounts and programs funded with public funds shall be subject to audit by the public body. (Code of Virginia, 2.2-4343.1E). In every contract over $10,000 the provisions in 1. and 2. below apply: 1. During the performance of this contract, the contractor agrees as follows: A. The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. B. The contractor, in all solicitations or advertisements for employees placed by or on behalf of the contractor, will state that such contractor is an equal opportunity employer. C. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting these requirements. 2. The contractor will include the provisions of 1. above in every subcontract or purchase order over $10,000, so that the provisions will be binding upon each subcontractor or vendor. ETHICS IN PUBLIC CONTRACTING By submitting their bid, bidders certify that their bids are made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other offeror, supplier, manufacturer or subcontractor in connection with their proposal, and that they have not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value was exchanged. IMMIGRATION REFORM AND CONTROL ACT OF 1986 By entering into a written contract, the contractor certifies that the contractor does not and shall not during the performance of this contract for goods and services in the Commonwealth, knowingly employ an unauthorized alien as defined in the federal Immigration Reform and Control Act of 1986. DEBARMENT STATUS By participating in this procurement, the vendor certifies that they are not currently debarred by the Commonwealth of Virginia from submitting a response for the type of goods and/or services 5

covered by this solicitation,. Vendor further certifies that they are not debarred from filling any order or accepting any resulting order, or that they are an agent of any person or entity that is currently debarred by the Commonwealth of Virginia. ANTITRUST By entering into a contract, the contractor conveys, sells, assigns and transfers to the Board all rights, title and interest in and to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the Commonwealth of Virginia, relating to the particular goods or services purchased or acquired by the Board under said contract. MANDATORY USE OF FORMS Failure to submit a bid on the official state form provided for that purpose shall be a cause for rejection of the bid. Modification of or additions to any portion of the Invitation for Bids may be cause for rejection of the bid; however, the Commonwealth reserves the right to decide, on a case by case basis, in its sole discretion, whether to reject such a bid as nonresponsive. As a precondition to its acceptance, the Commonwealth may, in its sole discretion, request that the bidder withdraw or modify nonresponsive portions of a bid which do not affect quality, quantity, price, or delivery. No modification of or addition to the provisions of the contract shall be effective unless reduced to writing and signed by the parties. CLARIFICATION OF TERMS If any prospective bidder has questions about the specifications or other solicitation documents, the prospective bidder should contact the buyer whose name appears on the face of the solicitation no later than ten working days before the due date. Any revisions to the solicitation will be made only by addendum issued by the buyer. PAYMENT 1. To Prime Contractor A. Invoices for items ordered, delivered and accepted shall be submitted by the contractor directly to the payment address shown on the purchase order/contract. All invoices shall show the state contract number and/or purchase order number; social security number (for individual contractors) or the federal employer identification number (for proprietorships, partnerships and corporations). B. Any payment terms requiring payment in less than 45 days will be regarded as requiring payment 45 days after invoice or delivery, whichever occurs last. This shall not affect offers of discounts for payment in less than 45 days, however. C. All goods or services provided under this contract or purchase order, that are to be paid for with public funds, shall be billed by the contractor at the contract price, regardless of which public agency is being billed. D. The following shall be deemed to be the date of payment: the date of postmark in all cases where payment is made by mail, or the date of offset when offset 6

proceedings have been instituted as authorized under the Virginia Debt Collection Act. E. Unreasonable Charges. Under certain emergency procurements and for most time and material purchases, final job costs cannot be accurately determined at the time orders are placed. In such cases, contractors should be put on notice that final payment in full is contingent on a determination of reasonableness with respect to all invoiced charges. Charges which appear to be unreasonable will be researched and challenged and that portion of the invoice held in abeyance until a settlement can be reached. Upon determining that invoiced charges are not reasonable, the Board shall promptly notify the contractor, in writing, as to those charges which it considers unreasonable and the basis for the determination. A contractor may not institute legal action unless a settlement cannot be reached within forty-five (45) days of notification. The provisions of this section do not relieve an agency of its prompt payment obligations with respect to those charges which are not in dispute. 2. To Subcontractors A. A contractor awarded a contract under this solicitation is hereby obligated: 1) To pay the subcontractor(s) within seven (7) days of the contractor s receipt of payment from the Board for the proportionate share of the payment received for work performed by the subcontractor(s) under the contract; or 2) To notify the agency and the subcontractor(s), in writing, of the contractor s intention to withhold payment and the reason. B. The contractor is obligated to pay the subcontractor(s) interest at the rate of one percent per month (unless otherwise provided under the terms of the contract) on all amounts owed by the contractor that remain unpaid seven (7) days following receipt of payment from the Board, except for amounts withheld as stated in (2) above. The date of mailing of any payment by U.S. Mail is deemed to be payment to the addressee. These provisions apply to each sub-tier contractor performing under the primary contract. A contractor s obligation to pay an interest charge to a subcontractor may not be construed to be an obligation of the Board. 3. Each prime contractor who wins an award in which provision of a SWAM procurement plan is a condition to the award, shall deliver to the contracting agency or institution, on or before request for final payment, evidence and certification of compliance (subject only to insubstantial shortfalls and to shortfalls arising from subcontractor default) with the SWAM procurement plan. Final payment under the contract in question may be withheld until such certification is delivered and, if necessary, confirmed by the agency or institution, or other appropriate penalties may be assessed in lieu of withholding such payment. 7

4. The Board encourages contractors and subcontractors to accept electronic and credit card payments. PRECEDENCE OF TERMS The following General Terms and Conditions, VENDORS MANUAL, APPLICABLE LAWS AND COURTS, ANTI-DISCRIMINATION, ETHICS IN PUBLIC CONTRACTING, IMMIGRATION REFORM AND CONTROL ACT OF 1986, DEBARMENT STATUS, ANTITRUST, MANDATORY USE OF FORMS, CLARIFICATION OF TERMS, PAYMENT shall apply in all instances. In the event there is a conflict between any of the other General Terms and Conditions and any Special Terms and Conditions in the solicitation, the Special Terms and Conditions shall apply. QUALIFICATIONS OF BIDDERS The Board may make such reasonable investigations as deemed proper and necessary to determine the ability of the bidder to perform the services/furnish the goods and the bidder shall furnish to the Board all such information and data for this purpose as may be requested. The Board reserves the right to inspect offeror s physical facilities prior to award to satisfy questions regarding the offeror s capabilities. The Board further reserves the right to reject any proposal if the evidence submitted by, or investigations of, such offeror fails to satisfy the Board that such offeror is properly qualified to carry out the obligations of the contract and to provide the services and/or furnish the goods contemplated therein. TESTING AND INSPECTIONS The Board reserves the right to conduct any test/inspection it may deem advisable to assure goods and services conform to the specifications. ASSIGNMENT OF CONTRACT A contract shall not be assignable by the contractor in whole or in part without the written consent of the Board. CHANGES TO THE CONTRACT 1. The parties may agree in writing to modify the terms, conditions, or scope of the contract. Any additional goods or services to be provided shall be of a sort that is ancillary to the contract goods or services, or within the same broad product or service categories as were included in the contract award. Any increase or decrease in the price of the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement to modify the scope of the contract. 2. The Purchasing Agency may order changes within the general scope of the contract at any time by written notice to the contractor. Changes within the scope of the contract include, but are not limited to, things such as services to be performed, the method of packing or shipment, and the place of delivery or installation. The contractor shall comply with the notice upon receipt, unless the contractor intends to claim an adjustment to compensation, schedule, or other contractual impact that would be caused by complying with such notice, in which case the contractor shall, in writing, promptly notify the Purchasing Agency of the adjustment to be sought, and before proceeding to comply with the notice, shall await 8

the Purchasing Agency s written decision affirming, modifying, or revoking the prior written notice. If the Purchasing Agency decides to issue a notice that requires an adjustment to compensation, the contractor shall be compensated for any additional costs incurred as the result of such order and shall give the Purchasing Agency a credit for any savings. Said compensation shall be determined by one of the following methods: A. By mutual agreement between the parties in writing; or B. By agreeing upon a unit price or using a unit price set forth in the contract, if the work to be done can be expressed in units, and the contractor accounts for the number of units of work performed, subject to the Purchasing Agency s right to audit the contractor s records and/or to determine the correct number of units independently; or C. By ordering the contractor to proceed with the work and keep a record of all costs incurred and savings realized. A markup for overhead and profit may be allowed if provided by the contract. The same markup shall be used for determining a decrease in price as the result of savings realized. The contractor shall present the Purchasing Agency with all vouchers and records of expenses incurred and savings realized. The Purchasing Agency shall have the right to audit the records of the contractor as it deems necessary to determine costs or savings. Any claim for an adjustment in price under this provision must be asserted by written notice to the Purchasing Agency within thirty (30) days from the date of receipt of the written order from the Purchasing Agency. If the parties fail to agree on an amount of adjustment, the question of an increase or decrease in the contract price or time for performance shall be resolved in accordance with the procedures for resolving disputes provided by the Disputes Clause of this contract or, if there is none, in accordance with the disputes provision of the Commonwealth of Virginia Vendors Manual. Neither the existence of a claim nor a dispute resolution process, litigation or any other provision of this contract shall excuse the contractor from promptly complying with the changes ordered by the Purchasing Agency or with the performance of the contract generally. DEFAULT In case of failure to deliver goods or services in accordance with the contract terms and conditions, the Board, after due oral or written notice, may procure them from other sources and hold the contractor responsible of any resulting additional purchase and administrative costs. This remedy shall be in addition to any other remedies which the Board may have. TAXES Sales to the Board are normally exempt from State sales tax. State sales and use tax certificates of exemption, Form ST-12, will be issued upon request. Deliveries against this contract shall usually be free of Federal excise and transportation taxes. TRANSPORTATION AND PACKAGING By submitting their bids, all bidders certify and warrant that the price offered for FOB destination includes only the actual freight rate costs at the lowest and best rate and is based upon the actual weight of the goods to be shipped. Except as otherwise specified herein, standard commercial 9

packaging, packing and shipping containers shall be used. All shipping containers shall be legibly marked or labeled on the outside with purchase order number, commodity description, and quantity. WARRANTY The bidder agrees that the goods or services furnished under any award resulting from this solicitation shall be covered by the most favorable commercial warranties the bidder gives any customer for such goods or services and that the rights and remedies provided therein are in addition to and do not limit those available to the School Board by any other clause of the solicitation. A copy of this warranty should be furnished with the bid. The bidder shall provide with each piece of equipment an operations and maintenance manual with wiring diagrams, parts list and a copy of all warranties. INSURANCE Bristol Virginia Public Schools must be listed as a Certificate Holder when contracted work might result in injury or property damage. By signing and submitting a bid under this solicitation, the bidder certifies that if awarded the contract, it will have the following insurance coverages at the time the contract is awarded and certifies it will immediately add Bristol Virginia Public Schools as a Certificate Holder as listed. For construction contracts, if any subcontractors are involved, the subcontractor will have workers compensation insurance in accordance with 2.2-4332 and 65.2-800 et seq. of the Code of Virginia. The bidder further certifies that the contractor and any subcontractors will maintain these insurance coverages during the entire term of the contract and that all insurance coverages will be provided by insurance companies authorized to sell insurance in Virginia and by the Virginia State Corporation Commission. 1. Workers Compensation Statutory requirements and benefits; must provide a Certificate of Insurance showing proof of coverage. Coverage is compulsory for employees of three or more employees, to include the employer. Contractors who fail to notify the Board of increases in the number of employees that change their workers compensation requirements under the Code of Virginia during the course of the contract shall be in noncompliance with the contract. 2. Employers Liability - $100,000. 3. Commercial General Liability - $1,000,000 per occurrence and $2,000,000 in aggregate. Commercial General Liability is to include bodily injury and property damage, personal injury and advertising injury, products and completed operations coverage. The Bristol Virginia Public Schools must be named as an additional insured and so endorsed on contractor s policy. The contractor shall be totally responsible for damage to the premises including crane and truck operations on sidewalks, pavement and or grass. 4. Automobile Liability - $1,000,000 combined single limit. (Required only if a motor vehicle not owned by Bristol Virginia Public Schools is to be used in the contract. Contractor must assure that the required coverage is maintained by the Contractor or third party owner of such motor vehicle.) 10

ANNOUNCEMENT OF AWARD Upon the award or the announcement of the decision to award a contract as a result of this solicitation, the purchasing agency will publicly post such notice for a minimum of 10 days. DRUG-FREE WORKPLACE During the performance of this contract, the Contractor agrees to: 1. Provide a drug-free workplace for the contractor s employees 2. Post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor s workplace and specifying the actions that will be taken against employees for violations of such prohibition 3. State in all solicitations or advertisements for employees placed by or on behalf of the Contractor that the Contractor maintains a drug-free workplace and 4. Include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. NONDISCRIMINATION OF CONTRACTORS A bidder, offeror, or contractor shall not be discriminated against in the solicitation or award of this contract because of race, religion, color, sex, national origin, age, disability, faith-based organizational status, any other basis prohibited by state law relating to discrimination in employment or because the bidder or offeror employs ex-offenders unless the state agency, department or institution has made a written determination that employing ex-offenders on the specific contract is not in its best interest. If the award of this contract is made to a faith-based organization and an individual, who applies for or receives goods, services, or disbursements provided pursuant to this contract objects to the religious character of the faith-based organization from which the individual receives or would receive the goods, services, or disbursements, the public body shall offer the individual, within a reasonable period of time after the date of his objection, access to equivalent goods, services, or disbursements from an alternative provider. CONTRACTOR S EMPLOYEES The contractor certifies that neither he nor his employees, having direct contact with students, has ever been convicted of a felony or any offense involving the sexual molestation or physical or sexual abuse or rape of a child and that neither has been convicted of a crime of moral turpitude. Upon submitting a proposal, the contractor must provide certification of this statement. The contractor shall not send any employee or agent who is a registered sex offender to any school building or school property. Monthly, the contractor shall check the registry to determine if the employee is registered. AVAILABILITY OF FUNDS It is understood and agreed between the parties herein that the agency shall be bound hereunder only to the extent of the funds available or which may hereafter become available for the purpose of this agreement. 11

BID PRICE CURRENCY Unless stated otherwise in the solicitation, bidders shall state offer prices in US dollars. AUTHORIZATION TO CONDUCT BUSINESS IN THE COMMONWEALTH A contractor organized as a stock or nonstock corporation, limited liability company, business trust, or limited partnership or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a domestic or foreign business entity if so required by Title 13.1 or Title 50 of the Code of Virginia or as otherwise required by law. Any business entity described above that enters into a contract with a public body pursuant to the Virginia Public Procurement Act shall not allow its existence to lapse or its certificate of authority or registration to transact business in the Commonwealth, if so required under Title 13.1 or Title 50, to be revoked or cancelled at any time during the term of the contract. A public body may void any contract with a business entity if the business entity fails to remain in compliance with the provisions of this section. STATE CORPORATION COMMISSION IDENTIFICATION NUMBER Pursuant to Code of Virginia, 2.2-4311.2 subsection B, a offeror organized or authorized to transact business in the Commonwealth pursuant to Title 13.1 or Title 50 is required to include in its bid or proposal the identification number issued to it by the State Corporation Commission (SCC). Any offeror that is not required to be authorized to transact business in the Commonwealth as a foreign business entity under Title 13.1 or Title 50 or as otherwise required by law is required to include in its bid or proposal a statement describing why the offeror is not required to be so authorized. Indicate the above information on the SCC Form provided. Contractor agrees that the process by which compliance with Titles 13.1 and 50 is checked during the solicitation stage (including without limitation the SCC Form provided) is streamlined and not definitive, and the Commonwealth s use and acceptance of such form, or its acceptance of Contractor s statement describing why the offeror was not legally required to be authorized to transact business in the Commonwealth, shall not be conclusive of the issue and shall not be relied upon by the Contractor as demonstrating compliance. JOINT AND COOPERATIVE PURCHASING Code of Virginia 2.2-4304 authorizes public bodies to enter into joint and cooperative procurement arrangements with other public bodies to purchase goods or non-professional services. Bidders are advised that the resultant contract may be extended, with the authorization of the Offeror, to other public bodies, or public agencies or institutions of the United States to permit their use of the contract at the same prices and/or discounts and terms of the resulting contract. If any other public body decides to use the final contract, the Contractor(s) must deal directly with that public body concerning the placement of orders, issuance of purchase orders, contractual disputes, invoicing and payment. The Board acts only as the Contracting Agent for these pubic bodies. It is the Contractors responsibility to notify the public body(s) of the availability of the contract(s). Other public bodies desiring to use this contract will need to make their own legal determinations as to whether the use of this contract with their laws, regulations and other policies. Each public body has the option of executing a separate contract with the Contractor(s). Public bodies may add terms and conditions required by statute, ordinances, and regulations to the extent that they do not conflict with the contracts terms and conditions. If, when preparing such a contract, the general terms and conditions of a public body are unacceptable to the Contractor, the 12

Contractor may withdraw its extension of the award to that public body. The Bristol Virginia Public Schools shall not be held liable for any costs or damages incurred by another public body as a result of any award extended to that public body by the contractor. SPECIAL TERMS AND CONDITIONS CANCELLATION OF CONTRACT The Board reserves the right to cancel the contract without penalty when it is determined to be in the best interest of the school system (termination for the convenience of the Board). Any contract cancellation notice shall not relieve the contractor of the obligation to deliver and/or perform on all outstanding orders issued prior to the effective date of cancellation. BID ACCEPTANCE PERIOD Any bid in response to this solicitation shall be valid for 90 days. At the end of the 90 days the bid may be withdrawn at the written request of the bidder. If the bid is not withdrawn at that time it remains in effect until an award is made or the solicitation is canceled. AWARD The Board will make the award on a lump sum basis to the lowest responsive and responsible bidder. The purchasing office reserves the right to conduct any test it may deem advisable and to make all evaluations. The Board also reserves the right to reject any or all bids, in whole or in part, to waive informalities and to delete items prior to making the award, whenever it is deemed in the sole opinion of the procuring public body to be in its best interest. MAINTENANCE MANUALS The contractor shall provide with each piece of equipment an operations and maintenance manual with wiring diagrams, parts list, and a copy of all warranties. 13

BID FORM (Page 1 of 2) The undersigned, as bidder, hereby declares that this proposal is made without connection with any other person, company, or parties making a bid or proposal; and that it is, in all respects, fair and in good faith without collusion or fraud. The bidder agrees to abide by all guidelines as stated in the Invitation for Bid Specifications. The bidder further declares that he has examined the sites of the work and informed himself fully in regard to all conditions pertaining to the places were the work is to be done. The work consists of all labor, supervision, supplies, materials, tools and equipment needed remove main cabinet of old analog system old analog system and furnish and install a new Valcom intercom system. The bidder proposes and agrees, if this bid is accepted, to contract with the Bristol Virginia School Board for the services/products as outlined in the Bid Specifications in full for the following amount: Equipment Quantity Unit Price Total Price Enhanced Application Server Pro IP6000 (100 Endpoints) 1 $ $ Dual Network Station (FXS) Port Rack Mount 3 $ $ SIP Compliant Quad Network Audio Port (Rack Mount) 6 $ $ Quad Network Station (FXS) Port (Rack Mount) 1 $ $ Talkback Wall Speaker 80 $ $ Emergency Call switch 80 $ $ 2x2 Lay-in Ceiling Speaker 132 $ $ Administrative Telephone 14 7 $ $ Vandal Resistant Flexhorn one-way (includes V-9809) 8 $ $ 5-watt Marine Horn (white) 8 $ $ 2 Amp switching Wall Mount Power Supply 5 $ $ 4 Amp switching Wall Mount Power Supply 1 $ $ Multi-conductor Commercial Applications 4 18 AWG PP FRPVC Gray 25 $ $ Secure Radio Integration for IP Core $ Miscellaneous Materials $ Technical Support Services $ Training $ GRAND TOTAL $

BID FORM (Page 2 of 2) Addendum Receipt The undersigned acknowledges receipt of addenda number,,. Insurance The undersigned agrees, if awarded this contract, to have the required insurance coverages and provide a Certificate of Insurance listing Bristol Virginia Public Schools as a Certificate Holder. Contractor s Employees The contractor certifies that neither he nor his employees, having direct contact with students, has ever been convicted of a felony or any offense involving the sexual molestation or physical or sexual abuse or rape of a child and that neither has been convicted of a crime of moral turpitude. Acknowledgment I acknowledge all information listed on page one of this bid form. I hereby agree and certify to all items listed above. I agree, if this bid is accepted, to contract with the Bristol Virginia School Board for the services/products as outlined in the Bid Specifications in full for the grand total amount listed on page one of this bid form. Authorized Signature Date

State Corporation Commission Form Virginia State Corporation Commission (SCC) registration information. The bidder: is a corporation or other business entity with the following SCC identification number: -OR- is not a corporation, limited liability company, limited partnership, registered limited liability partnership, or business trust -OR- is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees, agents, offices, facilities, or inventories in Virginia (not counting any employees or agents in Virginia who merely solicit orders that require acceptance outside Virginia before they become contracts, and not counting any incidental presence of the bidder in Virginia that is needed in order to assemble, maintain, and repair goods in accordance with the contracts by which such goods were sold and shipped into Virginia from bidder s out-of-state location) -OR- is an out-of-state business entity that is including with this bid an opinion of legal counsel which accurately and completely discloses the undersigned bidder s current contacts with Virginia and describes why those contacts do not constitute the transaction of business in Virginia within the meaning of 13.1-757 or other similar provisions in Titles 13.1 or 50 of the Code of Virginia. **NOTE** >> Check the following box if you have not completed any of the foregoing options but currently have pending before the SCC an application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number after the due date for bids (the Commonwealth reserves the right to determine in its sole discretion whether to allow such waiver): Signature Date

VENDOR DATA SHEET Note: The following information is required as part of your response to this solicitation. Failure to complete and provide this sheet may result in finding your bid nonresponsive. 1. Qualification: The vendor must have the capability and capacity in all respects to satisfy fully all of the contractual requirements. Vendor must be a Valcom authorized installer. 2. Vendor s Primary Contact: Name: Phone: 3. Years in Business: Indicate the length of time you have been in business providing this type of good or service: Years Months 5. Indicate below a listing of at least four (4) current or recent accounts, either commercial or governmental, that your company is servicing, has serviced, or has provided similar goods. Include the length of service and the name, address, and telephone number of the point of contact. Company: Contact: Phone:( ) Fax:( ) Project: Dates of Service: Value:$ Company: Contact: Phone:( ) Fax:( ) Project: Dates of Service: Value:$ Company: Contact: Phone:( ) Fax:( ) Project: Dates of Service: Value:$ Company: Contact: Phone:( ) Fax:( ) Project: Dates of Service: Value:$ I certify the accuracy of this information. Signed: Title: Date: