Notice to Bidders. High Bay Lighting

Similar documents
Notice to Bidders.

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

Notice to Bidders. Q7163 Exterior Lighting Retrofit Phase III

FORM OF PROPOSAL Des Moines Public Schools Division of Purchasing Date Issued: 2/19/ Prospect Road Date Due: 3/5/13

REVISED. Fire Extinguisher Testing Per the worksheet, special instructions, terms and conditions, general terms and conditions

QUOTE DOCUMENTS FOR. MONUMENT SIGN UNIT PRICE QUOTE Concrete Foundation Bid Package QUOTE # Q7601. Owner

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

PURCHASING DEPARTMENT

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

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

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT

Des Moines Public Schools Purchasing Department PROFESSIONAL SERVICES AGREEMENT

INVITATION TO BID Acoustical Ceiling Tile

INVITATION TO BID Install Spray Foam Polyurethane Roof

Pittsburgh, PA 15213

Request for Proposal of Lawn Care Services

Botetourt County Public Schools

PURCHASING DEPARTMENT

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

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

St. Charles City County Library District

INVITATION TO BID (ITB)

Invitation to Bid (ITB) for Athletic Trainers Services

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:

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

PURCHASING DEPARTMENT

Black Hawk County Engineer

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

GUILFORD COUNTY SCHOOLS Invitation for Bids

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

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

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

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

Request for Quotation RFQ# 101

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

Request for Bid #1664 (RFB) HIGH MAST LIGHTING PROJECT

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

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

MANDATORY GENERAL TERMS AND CONDITIONS:

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

BID NO be obtained. must be Rankin. no later. subsequently. addressed or. part; to. make awards. District, Troy, MI 48083

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

PURCHASING DEPARTMENT

INVITATION TO BID APRIL 18, 2016

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

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

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

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

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

INVITATION TO BID (ITB)

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME

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

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID

GUILFORD COUNTY SCHOOLS Invitation for Bids

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

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

INVITATION FOR BID. Furnish: Outdoor Sign for Bowen Branch Library

ATTACHMENT I - TELEDYNE BROWN

BID DOCUMENTS FOR. WTP VFD Replacement Bid

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

GLENBARD TOWNSHIP HIGH SCHOOL DISTRICT # Crescent Boulevard, Glen Ellyn, IL , (630) , INVITATION TO BID

TOTAL COST ITEM # QUANTITY UNIT DESCRIPTION Unit Cost FOR 2 UNITS

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

Network Cabling Upgrade/Renovation. Request for Proposal

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

BID NO Troy School District

REQUEST FOR FORMAL BID

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF 3PAR EQUIPMENT

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

RFP GENERAL TERMS AND CONDITIONS

Stage Curtains Replacements

INSTRUCTIONS TO BIDDERS

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID

Educational Service Unit #3 REQUEST FOR PROPOSAL INSTRUCTIONS GENERAL CONDITIONS AND SPECIFICATIONS FOR:

Invitation to Bid BOE. Diesel Exhaust Fluid

COUNTY OF OSWEGO PURCHASING DEPARTMENT

PROPOSAL LIQUID CALCIUM CHLORIDE

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF HP CHROMEBOOKS

Glenwood/Bell Street Well Pump and Piping Construction

July 20, 2018 at 2:00 p.m

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

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

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

P R O P O S A L F O R M

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

SPECIFICATIONS FOR ALUMINUM STREET LIGHT POLES FOR THE ELECTRIC DEPARTMENT BROOKINGS MUNICIPAL UTILITIES BROOKINGS, SOUTH DAKOTA SEPTEMBER 2012

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

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23

Invitation to Bid # Gas Exchange Portable Photosynthesis System

Transcription:

NO: B6540 DATE ISSUED: 5/21/12 DATE DUE: 6/11/12 TIME: 3:00 p.m. Notice to Bidders Sealed bids will be received by the Purchasing Agent of the Des Moines Independent Community School District at his office, Division of Purchasing, Des Moines Independent Community School District, 1915 Prospect Road, Suite 103, Des Moines, Iowa 50310, until 3:00 p.m. on 6/11/12, for the purchase of the product listed below and according to the specifications, terms and conditions now online @ http://www.dmschools.org/departments/operations/purchasing-central-stores/purchasing/open-proposals/ High Bay Lighting A pre bid meeting will be held at the District s Operations Center located at 1917 Dean Ave on Wednesday May 23, 2012 @ 9:00 a.m. where District staff will explain the program and answer inquiries. This is a mandatory meeting and your presence is required in order for your proposal to be considered responsive. All bids will be governed by applicable provisions in the Iowa Code and Board Policies. Secretary of the Board Des Moines Independent Community School District

FORM OF PROPOSAL No: B6540 Des Moines Independent Community School District Date Issued: 5/21/12 Division of Purchasing Date Due: 6/11/12 1915 Prospect Road Suite 103, Des Moines, IA 50310 Time: 3:00 p.m. Phone (515)242-7751 Fax (515)242-7550 SEALED BIDS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED WILL BE RECEIVED AT THE ABOVE OFFICE UNTIL, BUT NOT LATER THAN, THE DATE AND TIME ABOVE STATED AND THEN PUBLICLY OPENED FOR FURNISHING THE FOLLOWING SUPPLIES, EQUIPMENT AND/OR SERVICE F.O.B. DESTINATION. Mark Mattiussi, Purchasing Agent Item No. Quantity Unit Description Unit Price Amount High Bay Lighting Per the terms, conditions, special instructions Williams Low profile T8 Industrial or Day-Brite Lighting FBF T8or approved equal 001 0-300 Each William Low Profile T8 or Day-Brite Lighting $ $ Make Submitted: Model Submitted: Warranty Period: -OR- 002 0-300 Each Lusio Essentails or approved equal $ $ Make Submitted: Model Submitted: Warranty Period: TOTAL $ The undersigned bidder certifies, by responding to this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal, State or Local department or agency. In compliance with the above invitation for Bids, and subject to all the terms and conditions thereof, the undersigned offers, and agrees, if this bid be accepted within calendar days from the date of the opening, to furnish any and all of the items upon which prices are quoted at the price set opposite each item, delivered at the point specified and unless otherwise specified within calendar days after receipt of order. Delivery shall be to the Des Moines Independent Community School District between the hours of 8:00 a.m. and 3:30 p.m. at: Various District Wide Locations. Bidder Street Address By State City Zip (Signed) Title Phone Fax SUBJECT TO THE TERMS AND CONDITIONS http://www.dmschools.org/departments/operations/purchasing-central-stores/purchasing/open-proposals/ THIS FORM AND EACH ADDITIONAL FORM OF PROPOSAL, IF ANY, MUST BE SIGNED.

SPECIFICATIONS & INSTRUCTIONS FOR: HIGH BAY LIGHTING BID # B6540 Scope of the project The Des Moines Public School District is currently undergoing an energy conservation program in order to reduce its immediate as well as long term energy costs. Part of this program has been the review and possible replacement of its current high bay lighting at several of the District s sites located throughout the metro area. It is the intent of the District to enter into an agreement for the procurement, layout and delivery of high bay lighting meeting the following specifications Specifications Williams Low profile T8 Industrial or Day-Brite Lighting FBF T8or approved equal Die formed aluminum housing Six Lamp T8 High Bay Fixtures Micro Four (4) finish on the reflector Finish 92% minimum average reflective white polyester powder coat bonded to multistage, Pretreated, zirconium oxide conversion coated metal or accepted alternative. Voltage to be 120 thru 277 Ballast must be accessible from below the fixture when mounted, program start T5 rated Class P HPF ballast must comply with Federal Ballast Law UL/CUL listed as fluorescent luminaire Lamps must be 4100 Kelvin scale, provide alternate for shatterproof bulbs Provide 10 grapple to hang each fixture Optional on board occupancy sensor Newly manufactured products are required, remanufactured or recycled products will not be considered. DMPS is also requesting pricing and information on a LED equivalent to the T8 high bay lighting fixture. Lusio Essentials or approved equal Power POWER INPUT: 100-277, 347-480 VAC (50/60 HZ) POWER FACTOR: MINIMUM 0.9 (TYPICAL 0.99) TOTAL HARMONIC DISTORTION: LESS THAN 20% FIXTURE WATTAGE: 239W AVERAGE. (MAX: 245W, MIN: 233W) LUMENS: 23,315 LUMENS (AVERAGE) EFFICACY: 98 LUMENS/WATT (AVERAGE) DIMMING: OPTIONAL FACTORY INSTALLED DIMMABLE POWER SUPPLY THAT INTERFACES TO STANDARD THIRD PARTY 0-10V DIMMERS. SENSORS: OPTIONAL ON-BOARD, FACTORY INSTALLED OCCUPANCY SENSORS AVAILABLE. SEE LUSIO ACCESSORIES SHEET FOR MORE INFORMATION. BI-LEVEL SWITCHING: FIXTURE CAN BE FIELD WIRED FOR 100% ILLUMINATION (FOUR MODULES ON) AND 50% ILLUMINATION (TWO MODULES ON). SEE INSTALLATION AND WIRING INSTRUCTIONS FOR MORE DETAILS.

Output Color NEUTRAL WHITE: 4000K (NOMINAL) COOL WHITE: 5000K (NOMINAL) CRI: 70 (TYPICAL) RELIABILITY/ LUMEN MAINTENANCE L70 LIFE: 70,000 HOURS MINIMUM Optical & Mechanical Features BAFFLE: OPTICALLY DESIGNED WHITE BAFFLE PROVIDES ADDITIONAL GLARE CONTROL. BAFFLE IS FACTORY INSTALLED AND MUST BE SPECIFIED AT TIME OF ORDER. BAFFLES REDUCE LIGHT OUTPUT NOTED ON THIS DATA SHEET. CONSULT FACTORY FOR MORE INFORMATION. DISTRIBUTION: 115 DISTRIBUTION. 1.44 MAXIMUM SPACING CRITERION (DIAGONAL) ALLOWS FOR WIDE FIXTURE SPACING AND HIGH UNIFORMITY. TYPICALLY USED FOR MOUNTING HEIGHTS OF 20-40 FEET (6-12 M). REPLACEABLE LED LIGHT MODULES LISTINGS, CERTIFICATIONS, AND ENVIRONMENTAL UL LISTED FOR SAFETY (1598) UL DRY/DAMP LOCATION LISTED CE RoHS COMPLIANT LIGHTING FACTS (U.S. DEPARTMENT OF ENERGY) CERTIFIED. SEE LABELS AT WWW.LUSIOLIGHTING.COM FCC CLASS B DESIGNLIGHTS CONSORTIUM (PENDING) AMBIENT OPERATING TEMPERATURE RANGES: CABLE AND STEM MOUNTED FIXTURES: -31 TO 122 F (-35 TO 50 C) SURFACE MOUNTED FIXTURES: -31 F TO 104 F (-35 TO 40 C) Fixture HOUSING FINISH: WHITE POWDER COAT WITH MULTI-STAGE CORROSION RESISTANT PRE-TREATMENT IS STANDARD MODULES FINISH: CLEAR ANODIZED ALUMINUM LENSES: HIGH TRANSMISSIVITY UV STABILIZED CLEAR ACRYLIC WEIGHTS PER FIXTURE: 31 LBS (14 KGS) WARRANTY: LIMITED PRODUCT ONLY 7-YEAR WARRANTY. SEE LUSIOLIGHTING.COM FOR COMPLETE WARRANTY COVERAGE AND EXCLUSIONS DETAILS. Lighting Samples Sample fixtures may be requested by the District. The District will evaluate the submission and will return the fixture to the bidder upon their instruction. Project Coordinator All requirements will be coordinated with Jamie Wilkerson, DMPS Facility Management department.

Open Competition In these specifications, where reference is made to materials, trade names or articles of certain manufacture, it is done for the purpose of establishing a base of comparative quality, type or style and not for the purpose of limiting competition. Other materials may be used if, in the opinion of the District, they are equal in quality and of a design harmony with the intent of these specifications. The District reserves the right to request additional information, demonstration, and sample of any alternate product or proposal offered to evaluate at no charge prior to award. Additional information or demonstration samples must be supplied within ten (10) calendar days after written request, or your proposal will be ruled noncompliant with these specifications. It is not intended that this specification preclude improvement in product design and performance which exceeds the minimum requirements specified. Conflicts between terms The District reserves the right to accept or reject any exceptions taken by the bidder to the terms and conditions of the bid proposal. The bid and the resulting award and activities shall be construed in accordance with the policies and procedures of the District. When differences exist between statues and regulations affecting this procurement, interpretation shall be in favor of the best interest of the District. Any action relating to the resulting award shall only be commenced in Polk County, Iowa District Court or the United States District Court for the Southern District of Iowa. Bid Response All bid responses must include: o o o Form of Proposal completed and signed Manufacturer s Technical information sheet Initialed Term & Conditions Your bid must be received at: Des Moines Public Schools Purchasing Department 1915 Prospect Road Suite 103 Des Moines, Iowa 50310 By the time and date specified on the Form of Proposal and sealed in an envelope with the bid number clearly marked on the outside of the envelop. Addenda Any and all interpretations, corrections and amendments shall be issued by the District s Purchasing department to all holders of proposal documents in the form of written addenda. All addenda so issued shall become part of the bid documents and shall be acknowledged in the bid response package. Inquiries All inquiries concerning this Form of Proposal must reference the bid number and be made in writing to Attn: Mark Mattiussi, Purchasing Agent and faxed to 515-242-7550 or emailed to: mark.mattiussi@dmps.k12.ia.us. In all cases, no verbal communication by any party shall override written communications from the District.

Pricing Bidders pricing shall be FOB (freight cost included in the price of the fixtures) Des Moines, Ia., and shall be firm through the contract period. The submitted price for the fixtures shall be the total cost to the District no other costs will be accepted. Signature The bid shall be signed by an officer or designated agent empowered to bind the firm. Failure to sign the Form of Proposal will be grounds to reject the bid. Withdrawal of Bid Bids may be withdrawn any time prior to the scheduled closing time for receipt of bids, with signed letter from an officer or duly assigned designate of the offering bidder. Rejection of Bids The District reserves the right to accept or reject any / or all bids, and to waive irregularities or technicalities, provided such waiver does not substantially change the offer or provide a competitive advantage to any bidder. Award of Bid The District shall issue Purchase orders, and retains the right to offer the award to any bidder that it deems is in the best interest of the District. Award is predicated on the approval of the DMPS Board of Directors approval to proceed with the project. Insurance by Contractor The Contractor shall purchase and maintain such insurance as will protect it from claims set forth below which may arise out of or result from the Contractor s operations under the Contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. All such insurance shall be subject to the approval of the District for adequacy of protection, and shall include a provision preventing cancellation without thirty (30) days prior notice to the District in writing. Commercial General Liability Insurance Each Occurrence $ 1,000,000 Damages to rented premises (each occurrence) $ 200,000 Medical Expenses (any one person) $ 10,000 Personal Injury $ 1,000,000 General aggregate $ 1,000,000 Products Complete Aggregate $ 1,000,000 Automobile Insurance Combined single limit $ 1,000,000 Worker s Compensation Insurance In accordance with the laws of the State of Iowa covering all employees who perform any obligations assumed under the contract. Each accident - minimum $ 500,000 Disease minimum each employee $ 500,000 Upon selection, contractor will present certificates of insurance to the Des Moines Independent Community School District showing compliance with the forgoing requirements.

Employee Practices The Contractor and his subcontractors shall at all times enforce strict discipline and good order among his employees, and shall not employ on the work any person considered by the Facility Manager to be unfit or not skilled in the work assigned. The Contractor shall also keep its employees and those of its subcontractor from socializing upon the site of the work after normal work hours and from fraternizing at any time with staff, students, parents, and other persons who are at the school or the site of the work. No contractor shall allow any of its employees listed on the Iowa Sex Offender Registry to perform work on District projects. The District has interpreted an "unfit employee" for purposes of this contract to be any employee currently listed on the Iowa Sex Offender Registry. Contractor must complete and submit Sexual Offenders Acknowledgment Form upon award of contract. Employee background checks are the responsibility of the Contractor and his subcontractors. The Des Moines Independent Community School District is a drug-free and smoke-free zone. In furtherance of this standard, the Contractor shall establish and maintain a safe and efficient work environment for all employees, free from the effects of smoke, alcohol, controlled substances, and illicit drugs. Smoking shall be prohibited at all times on school property, including parking lots and inside of any private vehicles on school property. The manufacture, distribution, dispensing, possession, or use of alcohol, controlled substances, and illicit drugs is prohibited on or adjacent to the project site and all of the District s property at all times. Illicit drug use is the use of illegal drugs and the abuse of alcohol and other drugs, including anabolic steroids. Controlled substances are drugs specifically identified and regulated under state or federal law and include, but are not limited to, opiates, narcotics, cocaine, amphetamines and other stimulants, depressants, hallucinogenic substances, and marijuana. The Contractor will strictly enforce these prohibitions among its own employees and its subcontractors and their employees at all times. Employees who violate these prohibitions will be subject to disciplinary action by their employers up to and including termination and may be denied access to the site of the work. Violation of this provision shall also constitute sufficient grounds for termination of the Contract or any subcontract without damages or penalty to the District. Because it is the desire of the Des Moines Independent Community School District to encourage equal employment policies, all contractors, including suppliers supplying goods or services to the School District, are expected to comply with the spirit of equal opportunity employment, as well as with the letter of all applicable statutes and regulations. Compliance shall require Contractor not to discriminate and, in addition, to take reasonable affirmative action to ensure that members of minority groups are effectively accorded equal employment opportunities. The Contractor shall be responsible to the District for the acts and omissions of all its employees. The Contractor shall further be responsible for the acts and omissions of all subcontractors, their agents and employees, and all other persons acting on behalf of the Contractor or subcontractors as set forth herein. The employees of the Contractor or Subcontractor will be the responsibility of the contracting awardee and shall not be considered employees of the District in any manner. Ordering All products shall be ordered on an as needed basis. The District shall not be required to make any minimum or maximum total purchases under the resulting award. Bidders are encouraged to offer a discount schedule for larger orders which meet a specific minimum quantity and / or a higher dollar amount per order, however. Substitutions shall not be shipped with prior authorization from DMPS Facility Management. Backorders shall not be made unless approved by Facility Management Delivery Delivery shall be required within forty (40) working days or less after receipt of an authorized District purchase order. All orders are to be shipped F.O.B destination. The proposed discount must be such that freight charges are included in the award pricing.

Payment Terms Prepayment shall not be made for any product or service requested herein. Payment is normally processed 45 days after receipt of invoice. Invoices must be itemized, reference the Districts purchase order number and be submitted to Facility Management as detailed on the purchase order. Manufacturer s Warranty The supplier will honor all manufacturers warranties on products sold. The contractor(s) shall warrant all products to be free of defects upon delivery. All products which are found defective within thirty (30) days after receipt shall be replaced free of charge or fully credited upon return of the product with a written explanation signed by the Facility Manger of the receiving District site. The bidder unconditionally warrants the products supplied for a period of one year in accordance with the terms of the Uniform Commercial Code (U.C.C.) Cancellation The District reserves the right to cancel any award with a thirty day (30) written notice. Assignments Any purchase order resulting from this proposal shall not be assigned or transferred by either party without the prior written consent of the other party. Public Inspection The laws of the District require that at the conclusion of the selection process, the contents of all bids shall be placed in the public domain and be open to inspection by interested parties. Disposition of Bids All bids become the property of the District and will not be returned to the bidder. I have read and understand the specification, special and general terms and conditions Initial

( Company ) is providing services to the Des Moines Public School District ( District ) as a vendor, supplier, contractor or subcontractor and/or is operating or managing the operations of a vendor, supplier or contractor. The services provided by the Company may involve the presence of the Company s employees upon the real property of the schools of the District. The Company acknowledges that Iowa law prohibits a sex offender who has been convicted of a sex offense against a minor from being present upon the real property of the schools of the District. The Company further acknowledges that, pursuant to law, a sex offender who has been convicted of a sex offense against a minor may not operate, manage, be employed by, or act as a contractor, vendor or supplier of services or volunteer at the schools of the District. The Company hereby certifies that no one who is an owner, operator or manager of the Company has been convicted of a sex offense against a minor. The Company further agrees that it shall not permit any person who is a sex offender convicted of a sex offense against a minor to provide any services to the District in accordance with the prohibitions set forth above. This Acknowledgment and Certification is to be construed under the laws of the State of Iowa. If any portion hereof is held invalid, the balance of the document shall, notwithstanding, continue in full legal force and effect. In signing this Acknowledgment and Certification, the person signing on behalf of the Company hereby acknowledges that he/she has read this entire document that he/she understands its terms, and that he/she not only has the authority to sign the document on behalf of the Company, but has signed it knowingly and voluntarily. Dated: [Name of vendor/supplier/contractor/sub-contractor] By: Printed Name: Title: