~ INVITATION TO BID ~ JOHNSTON COMMUNITY SCHOOL DISTRICT 5608 MERLE HAY ROAD JOHNSTON, IA 50131

Similar documents
Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

The vendor will provide at least one day of training at each location.

Network Cabling Upgrade/Renovation. Request for Proposal

Network Cabling Upgrade Request for Proposal

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

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

REQUEST FOR PROPOSAL RFP #14-03

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

St. George CCSD #258

Appomattox River Water Authority

MPS TERMS AND CONDITIONS FOR BIDS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

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

RFP GENERAL TERMS AND CONDITIONS

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM

INSTRUCTIONS TO BIDDERS

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

BID DOCUMENTS FOR. WTP VFD Replacement Bid

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

REQUEST FOR PROPOSAL. Professional Services for Insurance Management. REQUEST FOR PROPOSAL DATE: April 1, 2014

NEAPA Northeast Alabama Purchasing Association

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

Invitation to Bid BOE. Diesel Exhaust Fluid

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

MOBILE LAPTOP CHARGING CARTS BID: # BOE

Invitation To Bid. for

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

CITY OF TITUSVILLE, FLORIDA

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Request for Proposals

HVAC Remodel Second Floor North Center Building

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

INSTRUCTIONS TO BIDDERS

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS

INVITATION TO BID. PO Box N. Main Street Clovis, NM

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

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

CITY OF GAINESVILLE INVITATION TO BID

Champaign Park District: Request for Bids for Playground Surfacing Mulch

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

CITY OF GAINESVILLE INVITATION TO BID

PLEASANTVILLE HOUSING AUTHORITY

INSTRUCTIONS TO BIDDERS

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

PLYMOUTH TUBE COMPANY ( PLYMOUTH ) ORDER ACKNOWLEDGEMENT / INVOICE TERMS AND CONDITIONS Effective 07/01/2014

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

INSTRUCTIONS TO BIDDERS

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

INVITATION TO BID APRIL 18, 2016

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

AIA Document A701 TM 1997

Description Cost PRE-BID CONFERENCE

INVITATION FOR BID TOWN OF BARNSTABLE SCHOOL DEPARTMENT. UPGRADE TO THE VIDEO SURVEILLANCE SYSTEM 744 West Main Street Hyannis, MA 02601

ADVERTISEMENT FOR BID

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

B. The Bid is made in compliance with the Bidding Documents.

City of New Rochelle New York

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

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

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

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

REQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL

City of New Rochelle New York

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

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

INVITATION FOR BID BID NO. B Premium Pyxis Medstation 4000

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

Please include a business card with updated contact information in the packet.

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

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

08 May 2012 Post Date

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

CITY OF HUTCHINSON BID FORM Page 1 of 2

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET:

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

Transcription:

~ INVITATION TO BID ~ JOHNSTON COMMUNITY SCHOOL DISTRICT 5608 MERLE HAY ROAD JOHNSTON, IA 50131 Furniture and Equipment for the Repurposed Wallace Elementary School and Johnston Early Learning Center Reference Number: FFE Wallace/JELA 03-20-18 The Board of Education of Johnston Community School District (herein after called The Board of Education) will receive sealed bids for the items and/or services listed herein. You are invited to submit a sealed bid, subject to the terms and conditions of this invitation to bid. Please read the instruction and specification carefully. Failure to comply with these instructions may disqualify your bid. Bids must be mailed by certified return receipt or delivered directly to the Johnston Community School District, 5608 Merle Hay Road, Johnston, IA 50131 in an envelope clearly designating the above referenced item: Furniture and Equipment for the Repurposed Wallace Elementary School and Johnston Early Learning Center. Copies of this invitation to bid may be obtained at the Johnston Community School District Administrative Office, at the above address, between 8:00 a.m. and 4:00 p.m., Monday through Friday, prior to the time and date specified for bid opening. PERIOD OF CONTRACT: The period of the contract will be from July 23rd, 2018 through August 17, 2018. DATE OF MAILING: Feb. 20 th, 2018 PRE BID MEETING: CLOSING DATE OF BID: AWARD DATE: Feb. 27 th, 2018 at 3:00 p.m. at the new JELA/Wallace Site. Meet at construction trailer on the west side of the school site. 6207 NW 62 nd Ave, Johnston, Iowa, 50131 March 20 th, 2018 before 3:00 p.m. Bids will be opened at 3:00 p.m. April 2 nd, 2018 or should this be April 3 rd the day after board approval? All bids must be received by the time designated in the invitation and no late bids will be considered. Failure to have the bid in official bid box prior to bid opening will automatically prevent the reading of your bid. The Board of Education cannot assume the responsibility for any delay as a result of failure of the mail service to deliver bids on time or to the right location. LOCATION OF BID OPENING: Bids will be received and confirmed receipt in the Board Room of the Johnston Community School District. Upon award of bid, a complete bid recap will be made available. The address of the Johnston Community School District Board Room is 5608 Merle Hay Road, Johnston, Iowa, 50131. Prohibition against Conflicts of Interest, Gratuities and Kickbacks : 1

Any employee or any official of the Board of Education of Johnston Community School District, Johnston, Iowa, Elective or Appointive, who shall take, receive, or offer to take or receive, either directly or indirectly, any rebate, percentage of contract, money, or other things of value, as an inducement or intended inducement, in the procurement of business, or the giving of business, for, or to, or from, any person, partnership, firm or corporation, offering, bidding for, or in open market seeking to make sales to the Board of Education of Johnston Community School District, Johnston, IA may be guilty of a felony. Every person, firm, or corporation offering to make, or pay, or give, any rebate, percentage of contract, money or any other thing of value, as an inducement or intended inducement, in the procurement of business, or the giving of business, to any employee or to any official of the Board of Education of Johnston Community School District, Johnston, IA, elective or appointive, in his efforts to bid for, or offer for sale, or to seek in the open market, may be guilty of a felony. GENERAL BID INSTRUCTION AND CONDITIONS (PLEASE READ CAREFULLY) A. ACCEPTANCE OF BIDS The Board of Education reserves the right to accept any bid, to reject any or all bids, to waive any irregularities or informalities in bids received where such acceptance, rejection or waiver is considered to be in its best interest. The Board of Education also reserves the right to reject any bid where evidence or information submitted by the bidder does not provide satisfactory proof that the bidder is qualified to carry out the details of the contract. B. BID DOCUMENTS A Form of Bid is provided with this Invitation to Bid. All bids must be submitted on the Form of Bid. Bidders shall prepare their submission in compliance with the instructions in this package. BIDS MUST BE SUBMITTED ON THE FORM OF BID PRINTED IN INK OR TYPED ON THE FORMS THAT ARE FURNISHED WITH THE SPECIFICATIONS. The following MUST be included in the returned bid response: (1) Two completed paper copies of the Form of Bid ; (2) One completed electronic copy of the Form of Bid on a Microsoft Excel editable format submitted via email to Principal Suzie Pearson at spearson@johnston.k12.ia.us or other storage device (3) Bid Bond; and (4) Certificate of Insurance. In the event of an inconsistency between the paper copy and the electronic copy of the bid, the District will refer to the paper copy bid. C. TELEGRAPHIC, FACSIMILE OR ELECTRONIC ONLY BIDS Telegraphic or facsimile bids are prohibited; any and all bids received only electronically shall be considered a non-responsive bid. Bids shall be submitted as outlined in Section B in both paper and electronic form. D. SPECIFICATIONS Specifications are attached and are a part of this bid proposal. All materials or services furnished must be in conformity with the specifications and will be subject to inspection and approval of the Board of Members after delivery. The right is reserved to reject and return at the risk and expense of the supplier, any item that may be defective or fail to comply with these specifications. It is important that each person submitting a bid follow carefully the specifications detailed herewith. The bidder is instructed to complete all blanks and spaces where information concerning any item is required. 2 The Board of Education reserves the right to waive compliance of any materials or services with any particular specification where such waiver is considered to be in its best interest, including but not limited to cases where such waiver is necessary due to technical errors or inconsistencies in the preparation of such specifications.

Product bid must meet or exceed all specifications as of the time and date of bid opening. E. SIMILAR OR APPROVED EQUAL Whenever, in any of the contract documents, an article, materials or equipment is described by use of a proprietary product or by using the name of a manufacturer or vendor, the term or equal, if not inserted, is implied. Where certain types and sizes of an item are specified, it is not the intent to discriminate against any approved equal, but it is intended to inform the bidder of the function and quality in which the Johnston Community School District is interested. The vendor may submit a request for alternate by March 1, 2018 for similar material that will serve the purpose, size and quality specified in the specifications. Bids must use the Substitution Request for FF&E for new/repurposed Wallace Elementary and Johnston Early Learning Center found on page 12 of this document. This form must be sent electronically to Suzie Pearson at email: spearson@johnston.k12.ia.us for consideration and approval. Vendors shall show brand name, trademark, and a catalog number on the form of bid covering the product they would like to bid. Please include manufacturer s literature with a picture, detailed specifications of the alternate product being bid, establishing that this product meets or exceeds the minimum quality that has been specified, along with manufacturer s warranty. Failure to do any of the above will constitute a no bid item. No alternate product/item may be bid unless approved in writing by the School District on or before March 8, 2018. If any items bid are other then the specified product/model number and manufacturer on this form of bid, the vendor must state on the bid response the words alternate equal or better next to the manufacturer s name and model number of the product they are bidding as an alternate. Any proposed deviation from specifications must be clearly indicated by the vendor where brand names or manufacturer s numbers are stated in the detailed specifications. They are intended to establish a standard only and are not restrictive unless the bid specifications state NO SUBSTITUTE. Prior approval will be considered on other items having comparable quality, workmanship, and performance characteristics. Alternate products, offering lower quality, will not be considered when brand names or numbers are stated in the bid invitation as reference. Failure to comply may result in rejection of the vendor s offer. F. DEVIATION AND ALTERNATES Where a deviation from the specifications is bid, unless submitted and approved through prior approval, the bid will be rejected. G. PERFORMANCE BOND A 100% performance bond is required for this bid. A properly licensed commercial surety having an AM Best rating of A- or better must issue the Performance Bond. The successful bidder will be required to provide a performance bond within ten (10) days of the award of contract. The bond shall ensure faithful performance of all obligations of the contract including complete delivery and installation of all furniture and equipment. H. EXCUSE FOR NON-PERFORMANCE The successful vendor(s) shall be excused from performing hereunder during the time and to the extent that they are prevented from obtaining, delivering or performing in the customary way because of fire, partial or total interruption of, loss or shortage of transportation facilities, lockout, commandeering of raw materials, products, plants or facilities by the government when satisfactorily established that the nonperformance is not due to the fault or negligence of the party not performing. I. PENALTIES 3

In the case of default by the vendor, the Board of Education may procure the articles or services from other sources and may deduct from any unpaid balance due the vendor for the amount of the excess cost so paid, and the price shall be considered the prevailing market price at the time such purchase is made. J. TAXES The Federal Excise Tax and the Iowa Sales and Use Tax are not to be imposed, as the Board of Education will furnish the successful bidder with proper tax exemption certificates upon request. K. PRODUCT EVALUATION Items will be disqualified that do not meet specifications or the accepted equal. If a product is purchased and it is later established that said product fails to comply with these specifications and conditions, the item will be rejected and returned at the supplier s expense. No item shall be considered satisfactory that does not conform to the Owner s usual accepted methods, use, application, storage, handling and delivery. The decision concerning the satisfactory use and performance of any item on this bid shall be that of the Board of Members of the Board of Education. L. BRAND NAMES The brand or trade name, manufacturer s name, and/or catalog number must be given in the column provided. If the bidder fails to indicate brand or trade name, where requested, the item bid may be disqualified. An approved equal or equivalent product to the specified name brand shall be utilized when appropriate. M. NON-DISCRIMINATION During the performance of this Contract, the Seller agrees as follows: (1) The Seller shall not discriminate against any employee, applicant or subcontractor because of age, religion, color, creed, disability, marital or parental status, national origin, gender identity, sexual orientation, race, sex, veteran status, or political opinion or affiliation. The Seller shall take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their age, religion, color, creed, disability, marital or parental status, national origin, gender identity, sexual orientation, race, sex, veteran status, or political opinion or affiliation. Such action shall include, although not limited to, the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rate of pay or other forms of compensation; and selection for training, including apprenticeship. The Seller agrees to post in conspicuous places, notices setting forth the provisions of the Equal Opportunity clause. (2) The Seller shall in all solicitation and/or advertisements for employees placed by or on behalf of the Seller, state that all qualified applicants shall receive consideration for employment without regard to age, religion, color, creed, disability, marital, or parental status, national origin, gender identity, sexual orientation, race, sex, veteran status, or political opinion or affiliation. (3) The Seller shall cause any subcontractor engaged to perform any services required by this contract to include this Equal Opportunity clause in all solicitations, advertisements and employment practices it shall perform. N. DELIVERY The Contractor agrees to furnish and deliver the items within the terms of the contract as the Board of Education may prescribe. All costs for delivery, including drayage and freight, and for the packaging of said articles are to be borne by the bidder, and must be included in your bid prices. All items are to be shipped inside delivery to designated room/space at the new/repurposed Wallace Elementary and Johnston Early Learning Center. The address of the new/repurposed Wallace Elementary 4

and Johnston Early Learning Center is 6207 NW 62 nd Ave, Johnston, Iowa, 50131. Deliveries must be made to the new/repurposed Wallace Elementary and Johnston Early Learning Center as designated by Principal Suzie Pearson. All deliveries should be arranged with Principal Suzie Pearson at email: spearson@johnston.k12.ia.us and Buildings and Grounds Director George Smith at gsmith@johnston.k12.ia.us. The successful bidder(s) will be responsible for the unloading, assembling, removal of all packaging and setting-in-place of all equipment awarded. If during the period of the contract it is necessary that the Board of Education place toll or long distance calls in connection therewith (for complaints, adjustments, shortage, failure to deliver, etc.) it is understood that the vendor will bear the charge or expense for all such calls. O. BIDS (1) Tabulations will be made by the Board of Education and each qualified bidder will be mailed a formal tabulation, if requested. (2) Any bids received after scheduled time of opening will be returned unopened to the bidder. (3) Each bid must be in a separated sealed envelope clearly referenced as Bid including the Reference Number. (4) No bid can be corrected or altered or signed after being opened. The Board of Education will not be responsible for errors or omissions on the part of the bidders in making up their bids. Any bids received unsigned will be rejected. (5) All bids must be submitted in accordance with specifications on the bid form supplied with this invitation. The submission of a bid on the bid form certifies that the products/services meet any and all specifications, except as noted on such form. (6) For any questions relative to this bid, contact Suzie Pearson, Principal, Wallace Elementary School, 6510 NW 62 nd Avenue Johnston, IA 50131 no later than 48 hours before the bid due date. Email: spearson@johnston.k12.ia.us. All responses to timely questions received shall be made in writing and shall be given to all known bidders. No bidder shall rely upon any verbal statements or responses to questions. P. PRICES AND/OR PERCENTAGES OF DISCOUNT (1) All prices and/or percentages of discounts quoted by the various bidders must be firm and any additional purchases made by the District during the remainder of the 2018-2019 school year will be offered at the same pricing as the bid to accommodate any additional furniture/equipment that may be needed. (2) All prices and quotations must be ink or typewritten. No pencil figures will be permitted. Mistakes are to be crossed out and corrections inserted adjacent thereto and initialed by person signing bid. Also, corrections made with correction tape or fluids are to be initialed. (3) Quote on each item separately. Prices must be stated in units specified herein. (4) Cash discounts of less than 20 days will be considered net. Cash discounts, when given, will be figured from date of receipt of invoice or receipt of merchandise, whichever is later. (5) Discount terms will be considered in determining the low bidder. (6) Bids that have clerical errors or irregularities are subject to correction only with the concurrence of the Board of Education. Unit prices should be listed, extended, and totaled. Should errors exist in the extended price, the unit price shall prevail. (7) If quoting fractional pricing, it must be rounded to the fourth digit. (8) The Board reserves the right to exercise the option of awarding bids on a line-by-line basis, by group packages, or total package. All vendors who wish to submit group bids must also submit a line item bid on the enclosed form of proposal. Group bids must clearly show (1) line item pricing; (2) deductions, and (3) the resulting net price for the said group of items. Q. COMPLIANCE WITH STATE AND FEDERAL LAW 5

All materials and services shall conform to and shall be in accordance with all applicable state and federal laws, rules and regulations. If applicable, all materials and services must comply with the Hazard Communications Standard 1910.1200 of the Occupational Safety & Health Administration. R. DESCRIPTIVE LITERATURE AND/OR MANUFACTURER S SPECIFICATIONS The Board of Education reserves the right to waive any discrepancies or inconsistencies between the submitted manufacturer s literature and/or specifications and the requirements of the invitation to bid, if (1) the bidder actually submits a sample which conforms to all material requirements of this invitation to bid; or (2) the bidder certifies to the Board that the bidder can actually supply products which conform to all material requirements of this invitation to bid. S. SAMPLES Samples may be requested to assist in making decisions for awarding of contracts. The samples must be furnished by the time and date specified for bid opening. Failure to furnish samples may disqualify any bid. Samples shall be identical to and meet all specifications of items on which the bid is submitted and will be checked as deemed necessary by the Board of Education for compliance with specifications outlined herein. Samples are to be properly marked for identification and they must indicate the supplier s name and the corresponding item number as shown in the invitation to bid. Samples are to be mailed or delivered directly to the Current Wallace Elementary School at 6510 NW 62 nd Ave, Johnston, IA 50131, ATTN: Suzie Pearson. If samples are required, the samples will become the property of the Johnston Community School District. All samples are to be furnished, without cost to the Board of Education with the right reserved to mutilate, consume, or destroy such samples if considered necessary for testing purposes. T. BIDS 1. Bidders may bid any or all of the items set forth in the Form of Bid. 2. The bid shall contain the following documents: a. The Bid proper b. The Bid Bond or Certified Check for 10% of the total amount of the bid. c. The bid must be submitted upon the form of bid furnished by the Board of Education. d. Conditional bids or voluntary alternate bids will not be accepted. Alternates must be approved before bid opening. e. Each bidder making its bid represents that it has (1) examined the contract bid documents thoroughly, (2) attended the pre bid meeting and/or viewed the architectural drawings affiliated with the Johnston Community School District, new/repurposed Wallace Elementary and Johnston Early Learning Center, Johnston, IA building to become familiar with the local conditions that in any manner may affect cost, progress or performance of its bid, (3) become familiar with the federal, state and local laws, ordinances, rules and regulations that may on any manner affect cost, progress or performance its bid, and (4) studied and carefully correlated its observations with the requirements of the bid documents. f. Each bidder by making its bid represents that its bid is based upon the materials and equipment required by the bid documents without exception. All bids received shall become the property of the Johnston Community School District and shall be subject to inspection under the Iowa Public Records Law. U. RESPONSIBLE BIDDERS The Board may make such investigations as deemed necessary to determine the ability of the bidder to supply the items and the bidder shall furnish to the owner, all such information and data for this purpose as the owner may request. The Board reserves the right to reject any bid if the evidence submitted by or investigations of such bidder fail to satisfy the Board that such bidder is properly qualified to carry out the obligations of the contract and to complete the orders contemplated therein. In determining which bid is the 6

lowest responsive, responsible bid, the Board, in its discretion, may take into consideration not only the amount of the bid, but the following criteria as it deems appropriate and may give such weight thereto as it deems appropriate. 1. The bidder s financial ability to complete the contract successfully and on time without resort to its surety; 2. The bidder s prior experience with comparable or more complex contracts; 3. The bidder s prior history for the successful and timely completion of contracts; 4. The bidder s prior experience on other contracts with the Board, including the bidder s demonstrated ability to perform its contract in accordance with the applicable contract documents; 5. The bidder s compliance with federal, state and local laws, rules and regulations; and 6. Depending upon the specific items to be furnished by the vendor, other essential factors. V. SEPARATE PROPOSALS The Board reserves the right to exercise the option of omitting, increasing, or decreasing the quantity of the items bid at the unit price in the submitted proposal, unless the bidder submits a separate proposal showing the price changes effective in event of a quantity change as herein before stated. W. GROUP BIDS The Board reserves the right to exercise the option of awarding bids for groups of items. All vendors who wish to submit group bids must also submit a line item bid on the enclosed form of bid proposal. Group bids must clearly show (1) line item pricing; (2) and deductions; (3) the resulting net price for the said group of items. X. AWARDING OF CONTRACTS The Johnston Community School District reserves the right to (1) hold all bids for a period of thirty (30) days before awarding contracts, (2) to reject any or all, or parts of any or all bids, and (3) to waive any informalities or irregularities. Contract(s) may be awarded on the following basis: on an item-by-item basis; by Bid Package; by total cost for all Bid Packages. Y. GENERAL CONDITIONS 1. The contract documents consist of the bid documents. As was noted in the Invitation To Bidders, the bid documents consist of all notices, instructions to bidders, general conditions, specifications and bid forms. 2. All items shall be furnished in strict compliance with the Contract Documents. 3. PLACE OF DELIVERY All items provided pursuant to the bid may be delivered to: Wallace Elementary and Johnston Early Learning Center, 6207 NW 62 nd Ave., Johnston, IA, Ms. Suzie Pearson, Principal. All equipment is to be delivered at the direction of and under the supervision of the Johnston Community School District, Johnston, Iowa. The successful bidder(s) must notify Principal Suzie Pearson at spearson@johnston.k12.ia.us and Buildings and Grounds Director George Smith at gsmith@johnston.k12.ia.us prior to the delivery to arrange an appointment. Any attempted deliveries without a previously scheduled 7

appointment will be refused and any additional delivery charge will be the responsibility of the vendor. All delivery charges shall be part of the original bid. The successful bidder(s) will be responsible for the unloading, assembling of equipment, setting in place at the new/repurposed Wallace Elementary School and the removal of waste and debris to the complete satisfaction of the Johnston Community School District. 4. PROTECTION FROM DAMAGE The successful bidder for each item of equipment shall be responsible for the necessary protection in shipping, handling, and delivery required to guarantee that all items shall be in first class condition in every respect upon completion of the contract. The successful bidder(s) shall also comply with the following: Installers must use carts with pneumatic tires when moving furniture and equipment inside the building; Successful bidder(s) must protect asphalt pavements and other finished building and site surfaces. Installers/vendors shall be responsible to the Johnston Community School District for any damage to property caused by the failure to adequately protect finishes and flooring in the building and on site surfaces. 5. PAYMENTS The Board shall make payments as follows: Payment shall be due thirty (30) days after satisfactory completion of the installation, upon final acceptance by Johnston Community School District, and upon receipt of invoice; provided however, that the Board shall not be obligated to make payment until all items to be furnished by the bidder have been delivered and installed and the bidder has otherwise performed its obligations under the contract documents. 6. GUARANTEE All equipment is to be guaranteed for manufacturer s said period and in all cases not less than one year or as stated in the written specifications. Z. SPECIAL INSTRUCTIONS TO BIDDERS 1. COLOR SELECTION Where it is critical for aesthetic value in the Board of Education s opinion, all specifications show a color preference. All alternate bids shall match all colors as listed in the form of proposal. 8 2. SPECIFICATIONS Bidders are notified that written specifications are to be interpreted as the minimum acceptable quality of furniture acceptable to the Johnston Community School District. The District s intention is to have a fair and open bid process. Bidders may, but are not required to, bid the specific manufacturer and model shown in the specifications for a specific line item unless the wording No Substitutions appears on a given line item. Any deviation(s) must be clearly identified and accompanied with vendor literature showing a picture of the alternate product, detailed manufacturer specifications including model number, complete description of all deviations from the model specified and color selections. The bidder is responsible for providing all detailed information necessary for the Johnston Community School District to confirm that the alternate item proposed is satisfactory. Without proper documentation included in the bidder s response, the District cannot accurately analyze the alternate bid items. Consequently, catalogs, catalog pages, & cut sheets which do not include detailed technical product specifications shall not be acceptable and not considered. If an alternate is bid, the bidder must indicate so on the Form of Bid. In

addition, at the end of Form of Bid, the bidder must list all items that have an alternate item proposed. Failure to comply with the above listed alternate submittal procedures will constitute a No Bid item. The Superintendent or his designated agent shall determine whether an alternate item proposed is equal to that of the specified item. The burden of proof and costs associated with any tests shall be the sole responsibility of the bidder. 3. UNLOADING AND INSTALLATION OF EQUIPMENT All equipment shall be delivered at to the designated room/space locations at the new/repurposed Wallace Elementary and Johnston Early Learning Center, Johnston, IA. using the area/access as designated by Principal Suzie Pearson. The successful bidder(s) will be responsible for the unloading, assembling and setting-inplace of all equipment awarded. 4. SERVICE RESPONSE The vendor must be available to respond to the School District s request for service, by physically being at the School Site within 24 hours of the request. 5. PROJECT MANAGEMENT In addition to providing a local sales representative, the successful bidder will provide a separate Project Manager who will be responsible for providing the post-bid services. Such services include, but are not limited to color selection verification, order prepping and inputting, vendor liaison services, installation management to oversee the entire installation process including handling any replacement orders that are the result of freight damage and completing a walk through punch list. The Project Management Team will provide a shipping report detailing delivery dates by manufacturer, a room-by-room report indicating where products are to be placed and a punch list showing all open issues that need to be resolved prior to completion of the project. 6. DELIVERY DATE All furniture and equipment ordered shall be delivered to the new/repurposed Wallace Elementary and Johnston Early Learning Center 6207 NW 62 nd Ave., Johnston, Iowa, 50131 no sooner than July 23, 2018 and the installation shall be completed no later than August 17, 2018. For each day that substantial completion of the contract is delayed beyond August 17, 2018, the Vendor shall pay to the District an amount equal to five hundred ($500) per day as liquidated damages. AA. BID SECURITY 1. BID BOND Each bid shall be accompanied by a bid bond in the amount of 10% of the total amount bid issued by a properly licensed commercial surety having a Best rating of A- or better. The bid bond shall be provided, as a guarantee the bidder will supply the items in accordance with the specifications and prices bid. The District will retain the successful bidder s bid bond until a contract is signed. BB. DOCUMENTS 9

The following documents are signed and/or included in the bid package. Failure to comply will be considered a no bid. Yes No 10% Bid Bond Two completed paper copies of the Form of Bid One completed electronic copy of the Form of Bid on a Microsoft Excel editable format submitted via email to Principal Suzie Pearson at spearson@johnston.k12.ia.us or other storage device, of the Form of Bid Literature for alternate bid items Technical Specifications for alternate bid items Mfr./Model Number for Alternate bid items Certificate of Liability Insurance Bidder Certificate Form Bid Form and Specifications Bidder Signature Page List any special conditions the District needs to know in regard to your bid including item numbers of any alternates bid in the attached space. Attach additional pages if necessary. 10 THIS CERTIFICATE MUST BE EXECUTED BY BIDDER

In compliance with this invitation to bid, in consideration of the detailed description attached hereto, and subject to all conditions thereof, the undersigned agrees if this bid be accepted within the time stipulated above, to furnish any or all of the items upon which prices are quoted in accordance with the specifications applying at the price set opposite each item. All items shall be shipped and installation/set up will be completed within days after receipt of approved purchase order. Terms of % cash discounts to apply if invoices are paid within days from date of receipt of invoice and acceptance of goods. Special discounted items, sale prices, etc., offered during the course of the year will be passed on to the Johnston Community School District. Yes No The undersigned further declares that this bid is in all respects fair and without collusion of fraud, that no member of this Board of Education of the Johnston Community School District or other officer of said school district or any person in the employment of said school district is directly or indirectly interested in this bid or any portion of the profits thereof. NAME OF COMPANY MAILING ADDRESS TELEPHONE FAX NUMBER BY TITLE Signature DATE Typed Further information may be obtained by contacting: Suzie Pearson, Principal Wallace Elementary School 6510 NW 62 nd Street, Johnston, IA 50131 (515) 278-6977 Email: spearson@johnston.k12.ia.us 11

Substitution Request For FF&E for new/repurposed Wallace Elementary and Johnston Early Learning Center This form must be sent electronically to Suzie Pearson at email: spearson@johnston.k12.ia.us for consideration and approval. Name of Bidder: Item# Insert Picture of Alt Bid Item Below Alternate Manufacture: Name: Model: Size: Specifications: Finish Warranty: Testing & Environmental Information: 12