Вы находитесь на странице: 1из 23

School District of Beloit

Request for Proposal

PA and Bell System


RFP 2015-015

10/1/2015

Issued by:
School District of Beloit
Attention: Janelle Marotz, CPA, CFO, CSRM, Assistant Superintendent of Business Services
1633 Keeler Avenue
Beloit, WI 53511
TableofContents

I. Introduction
II. Instructions to Bidders

III. General Terms & Conditions

IV. Pricing

V. Configuration Specifications & Pricing Summary

VI. Vendor Agreement Form

2
I. Introduction
I.1 Purpose

The School District of Beloit (SDB) on behalf of School District of Beloit, hereafter referred to as
“District”, is accepting sealed proposals for a new PA and Bell System, installation, and
configuration as defined below.

There is a non-mandatory site visit at 3:00 p.m. Wednesday, October. 7, 2015, to enable potential
Vendors to tour the school, see the speaker locations, and ask any questions regarding this
project. Floor plans of the building will be available at this time. If you are unable to attend the site
visit and you would like a floor plan, please contact Janelle Marotz, Assistant Superintendent of
Business Services at jmarotz@sdb.k12.wi.us to request a floor plan.

I.2 Background

The School District of Beloit (SDB) on behalf of School District of Beloit, hereafter referred to as
“District”, is accepting sealed proposals for a new PA and Bell System, installation, and
configuration as defined in this RFP.

1.2A. Selection of Vendor


The anticipated date of award is October 28, 2015, pending Board of Education approval, if
required.

1.2B. Bid Documents


Bidding Documents may be downloaded via Beloit School District website
http://www.sdb.k12.wi.us/Page/667 under “Bids & RFP’s”.

1.2C. Owner Rights


Upon review of proposals, School District of Beloit will select one or more Vendors to provide
the Bell System as listed in the PRICING SUMMARY FORM. The Owner reserves the right
to accept or reject any or all bids and to waive all irregularities in Proposals. Proposals shall
remain firm for ninety (90) days from date of Bid Opening.

1.2D Use of Brand Names in Specifications


It is recognized there may be other brands that could serve the needs of the school system.
However, it should be understood by the bidder that the use of brand names and numbers in the
specifications is to establish standards and styles of products that have been judged to meet the
needs of the school system. Such use of brand names is in no way designed or intended to
restrict the bidding. It is permissible to bid another brand, make and model product for evaluation
as an approved equal to the specified brand, however, equivalent brands may not be accepted.

1.2E. Alternates
Bidders shall bid only one product per item. Bidders shall not bid a primary item bid and then also
include a second, alternate product item bid.

1.2F Bidder’s Identification of Products Bid


SHOULD AN ALTERNATE BE BID, the bidder must insert the manufacturer’s brand name and
identifying numbers along with any other information necessary to identify sufficiently and
completely the articles offered. Failure to do so may prevent consideration of the item bid. Bidders
offering any article other than as specified must so state in each instance. Otherwise, their bid will
be considered as being based upon furnishing the specific make, brand or manufacturer named in

3
the bid. Catalogue cuts must accompany Vendor bids whenever an article is substituted for the
one specified. This shall also apply where no specific brand is specified.

The School District of Beloit will be the sole evaluator in determining item specification compliance
and “alternate/or equal” conformance to acceptable District quality standards for all bids
submitted.

1.2G Required Literature


When the bid invitation is soliciting a bid for a product (as opposed to a service), each bidder is to
enclose complete descriptive information to fully identify the product quoted. This may be in the
form of a catalog, manufacturer’s brochure, specification sheet, cut sheet, schematic, or other
brand or product information. Failure to do so may prevent consideration of the item bid.

I.3 Scope

I.3.A Equipment and Software

The district is in need of a PA and Bell integrated system for Beloit Memorial High School to
replace the antiquated existing Starcall system which has erratic bells going off. The other parts of
the PA are functioning properly.

The proposed system is a Rauland ICS system (Option 1) or Telecenter Campus IP Bell
Scheduling system (Option 2) and it should include the following specs:
 Ability to program and support multiple zones by a building staff member
 Ability to synchronize the bell schedule with the clock system where applicable
 Ability to program and support multiple bell schedules by a building staff member
 Ability to make announcements from district phones (Must be compatible with Mitel IP
Phone System)
 A backup display phone to be located in the Main Office
 Integration with the lighting system
 Work with all of the speakers in the HS
 Ability to play wav or mp3 files to the bell system
 Back cans for each speaker
 The system must provide a means of broadcasting bell messages and bell tones to all
locations equipped with speakers
 The system must be capable of sending calls
 The Vendor will test all equipment and train building administrators and secretarial staff on
its use
 Vendor should provide their own pathway
 Equipment should be installed in the data center in the building
 Utilize existing cabling/speaker infrastructure for this project but bring to the Assistant
Superintendent of Business Services existing problems with cabling/speaker infrastructure for
option to address.
 As-Builts should be provided.. Vendor shall return them as part of the finished
documentation.

I.3.B Installation, configuration, and training services

Please provide a cost to Install, Configure, Document, and test the above system. The system should also
include at least 1 day of knowledge transfer on how to operate, troubleshoot, and program the system in the
future for up to 10 employees of the School District of Beloit.

4
I.3.C Repair and programming services

Please provide a cost to repair and/or program, and test the above system. The cost should also include at
services for knowledge transfer on how to operate, troubleshoot, and program the system in the one or more
schools in the School District of Beloit.

Service Total Not to Exceed Cost

Reprogramming bell schedule at individual school


Setup intercom system for remote program functionality

5
II. Instructions to Bidders
II.1 Overview

The School District of Beloit, located at 1225 Fourth Street, Beloit, WI 53511, will be
accepting bids for a “PA and Bell System” in accordance with the attached specifications.

II.2 Project Timeline

 Tour (non-mandatory) – Wednesday, October 7, 2015 at Beloit Memorial High School, 1225
Fourth St, Beloit, WI (meet at Main Office) 3:00 p.m. CST
 Election to Bid Form – Friday, October 9, 2015 at 3:00 p.m. CST
 RFP Technical Questions Deadline – Tuesday, October 13, 2015 at 11:00 a.m. CST
 Proposal Due Date – Thursday, October 16, 2015 at 10:30 a.m. CST
 Proposal Opening – Thursday, October 16, 2015 at 11:00 a.m. CST
 Project Completion – Friday, November 27, 2015 at 5:00p.m. CST

II.3 RFP Due Date and Location

Sealed proposals are due by Thursday, October 16, 2015 no later than 10:30 a.m. CST at the
front desk at 1633 Keeler Ave, Beloit, WI 53511. Quotes must be received by the deadline date
and time above.

Proposals mailed shall be sent directly to:


School District of Beloit
Business Services
Attn: Janelle Marotz, CPA, CFO, CSRM, Assistant Superintendent of Business Services
PA and Bell System Bid
1633 Keeler Ave. Beloit, WI 53511

Proposals hand delivered and/or mailed express carrier shall be delivered to:
School District of Beloit
Business Services Department
Attn: Janelle Marotz, CPA, CFO, CSRM, Assistant Superintendent of Business Services
PA and Bell System Bid
1633 Keeler Ave. Beloit, WI 53511

II.4 RFP Sealed Bid Opening

Sealed bids will be opened on Thursday, October 16, 2015 at 11:00 a.m. CST at the School
District of Beloit, located at 1633 Keeler Ave, Beloit, WI 53511.

II.5 RFP Submittals

Please include in your proposal the following items:


 Manufacturing specification sheet on all proposed hardware to be installed on the project.
 Required bid forms (included in the back of this RFP
 RFP 2015-015 must be listed on the bid response
 Electronic copy of your proposal on a CD, DVD or flash drive.
 An itemized list of all hardware items including quantity, description, part numbers, and
cost.

6
III. General Terms & Conditions
III.1 Consideration of Proposals

The District reserves the right to reject any and all quotes; to accept portions of bids and
alternates in any order or combination; is not obligated to accept the lowest or any RFP; and may
waive any informality or irregularity in submittal procedures.

The District intends to award a contract to a qualified bidder, provided the RFP has been
submitted in accordance with the RFP Document requirements, and does not exceed the District’s
available funds.

III.2 Verbal Orders

Verbal orders for additions to or deletions from this bid must be stated in writing and agreed upon
by the District.

III.3 Verbal Interpretations

Technical questions with regard to this bid document must be submitted in writing no later than
Tuesday October 13, 2015 at 11:00 a.m.
CST.

No other interpretations of the meaning of this bid document will be made to any bidder verbally.
Every request for such interpretation shall be in writing and emailed to:

School District of Beloit


Attn: Janelle Marotz, CPA, CFO, CSRM,
Assistant Superintendent of Business
Services
Email: jmarotz@sdb.k12.wi.us

III.4 Proposal Binding Period

Prices quoted in the Vendor’s response for all labor and materials will remain in effect for a period
of at least ninety (90) business days from the issuance date of the Vendor’s response. Labor
rates should remain in effect for the length of the project.

III.5 Warranty

Materials hereinafter specified and furnished shall be fully guaranteed by the Manufacturer for one
year from transfer of title against any defects. Defects which may occur as the result of faulty
materials within one year after installation and acceptance by the District shall be corrected by the
Vendor at no additional cost to the District.

The Vendor shall promptly, at no cost to the District, correct or re-perform (including modifications
or additions as necessary) any nonconforming or defective workmanship or labor within one year
after completion of the project of which the work is a part
.

7
The period of the Vendor’s warranties for any items herein are not exclusive remedies, and the
District has recourse to any warranties of additional scope given by the Vendor to the
District and all other remedies available at law or in equity. The Vendor’s warranties shall
commence with acceptance of/or payment for the work in full.

If the Vendor procures equipment or materials under the Contract, the Vendor shall obtain for the
benefit of the District equipment and materials warranties against defects in materials and
workmanship to the extent such warranties are reasonably obtainable.

The Vendor shall pass along to the District any additional warranties offered by the manufacturers,
at no additional costs to the District, should said warranties extend beyond the one-year period
specified herein.

This warranty shall in no manner cover equipment that has been damaged or rendered un-
serviceable due to negligence, misuse, acts of vandalism, or tampering by the District or
anyone other than employees or agents of the Vendor. The Vendor’s obligation under its warranty
is limited to the cost of repair of the warranted item or replacement thereof, at the Vendor’s option.
Insurance covering said equipment from damage or loss is to be borne by the Vendor until full
acceptance of equipment and services.

III.6 Price Stability


Contract prices and discounts shall be fixed at the time the contract is signed and deemed
“approved” by the District and the Vendor. In the event of price changes, replacement
equipment shall be purchased at the lower of contract or then current market price. In no case
shall a price higher than contract price be paid for equipment proposed.

In the event that the District desires to purchase equipment or services not contained in the
contract, future purchases will be determined using the Vendor-specified discount rate in the
proposal from the manufacturer’s suggested retail price as of the date of the order.

In the case of discrepancy in computed proposal prices, the lowest combined value of individual
unit costs shall prevail.

In no case shall the price exceed the favored Vendor prices.

III.7 Taxes
Vendor will comply the District’s tax exemption. Please provide a quote net of tax.

III.8 Variation in Quantities and Configurations


Equipment and quantity requirements are the best estimates currently available. The District
reserves the right to modify quantity and configuration requirements. The Vendor agrees to sell
the District the revised quantity of items at the unit price as stated in the RFP regardless of
quantity changes.

8
III.9 Special Conditions

This facility is an educational facility that provides services to the students of the District. As such,
activities in all buildings are critical to the provisioning of services to the students and staff and
shall not be interrupted by the Vendor’s work activities. Service interruptions during normal
business hours must be preapproved and if approved coordinated by the Vendor with the
Assistant Superintendent of Business Services to minimize impact to the end users.

The Vendor will be required to work around all of the conditions listed above, as well as working
with the District’s Assistant Superintendent of Business Services to minimize disruptions to normal
District activities. Recognizing the environment in which work is to be done, smoking,
consumption of alcoholic beverages and inappropriate language are not acceptable. Smoking is
not permitted anywhere on school property. Contingent on awarding of the contract, anyone
assigned to work on the project must pass and provide a background check to have on file at
the District. Any cost associated with this is the responsibility of the Vendor.

III.10 Time Frames / Deadline

Due to the nature of the Project, the District is imposing a strict time frame for its completion. In
order to ensure consistency and progress, the District is requiring the following:

A) The Project will have a Deadline for Completion of 5:00PM on Friday, November 27,
2015

III.11 Proposal Consideration

The District reserves the right to accept or reject any or all proposals or any combination of
proposals. The right is also reserved to waive any irregularities in the proposals received.

III.12 Proposal Opening


All proposals may be opened in public. You and your representatives are cordially invited to attend
the opening. Any proposals received after the date and time deadline will not be considered.

III.13 Proposal Ownership

All proposals shall remain the property of the School District of Beloit

III.14 Proprietary Information

All restrictions on the use of the data contained within a proposal and all confidential information
must be clearly stated. Proprietary information submitted in a proposal, or in response to the ITB,
will be handled in accordance with the applicable Wisconsin State Statutes(s).

A. To the extent permitted by law, it is the intention of the District to withhold the contents of the
proposal from public view unless there is a reason for disclosure in the opinion of the District.
At that time, all proposals will be available for review in accordance with the Wisconsin Open
Records Law.

9
III.15 Communication

Most of the communication regarding this procurement will be conducted by electronic mail (e-
mail). Contractors agree to provide the District with a valid e-mail address to receive this
correspondence.

III.16 Disqualification

1. Late Proposals
Proposals that are received after the deadline date and time may be disqualified.
2. Nonresponsive Proposals
Proposals which are not responsive or which fail to comply with mandatory requirements of the ITB
shall be deemed nonresponsive and shall be disqualified. Nonresponsive proposals shall include,
but not be limited to, those that fail to address or meet any mandatory item and those submitted in
insufficient number. The District reserves the right to disqualify those from consideration those
responses that are submitted in an incorrect format.

III.17 Collusion

Collusion by two (2) or more contractors agreeing to act in a manner intended to avoid or frustrate
fair and open competition is prohibited and shall be grounds for rejection or disqualification of a
proposal or a contract.

III.18 Debarred Bidders or Subcontractors

A vendor who is currently subject to state or federal debarment order or determination shall not be
considered for evaluation by the procurement team.

III.19 Conflict of Interest

A vendor may be disqualified on the basis of a real or apparent conflict of interest that is disclosed
by the proposal or other data available to the District.

III.20 Request for Proposal Revisions

Revisions to this request for proposal may be made by an official written amendment issued by the
District.

III.21 Hold Harmless/Indemnification

The Vendor shall assume the entire responsibility and liability for any and all damages to persons
or property caused by or resulting from or arising out of any act or omission on the part of the
Vendor, its subcontractors, agents or employees under or in connection with this contract or the
performance or failure to perform any work required by this contract. The Vendor shall hold
harmless and indemnify the School District of Beloit School Board and its agents, volunteers,
servants, employees and officers from and against any and all claims, losses or expenses,
including but not limited to attorney’s fees, which either or both of them may suffer, pay or incur as
the result of claims or suits due to, arising out of or in connection with any and all such damage or
injury, real or alleged resulting from any act or omission of the Vendor. The Vendor shall, upon
written demand by the School District of Beloit School Board assume and defend at the Vendor’s
sole expense any and all such suits or defense of claims

1
0
IV. Pricing

IV.1 Overview

District is seeking a turnkey solution, installation, and configuration of the items listed in this RFP
to install a new PA and Bell system in the Beloit Memorial High School. A per unit price for each
item should be included.

IV.2 Total Price

The total price quoted must include shipping and may not include tax to the School District of
Beloit located at Beloit Memorial High School, 1225 Fourth Street, Beloit, WI 53511. Any
additional costs outside of the stated guidelines must be provided with an explanation, as an
attachment to the Bidder’s proposal. There is a loading dock available at this facility.

IV.3 Pricing Summary

INSTRUCTIONS: Please complete the following summary of pricing for devices and summary of pricing for
Options. Failure to complete this summary may result in a rejection of the proposal. These are the minimum
requirements.

PricingSummaryof PAandBellSystem
Rauland ICS System

Vendor Name:

Contact Name:

Contact Phone:

PricingSummary

Option 1* Qty

School PA Replacement –
Beloit Memorial High School
Base Rack Mount $
Station Port Modules $
Administrative Phone $
Display $
Program/Mic Input Module $
Expander Chassis $
Telephone Interface Module $
Speakers $
Amplifiers $
Cabling Costs $
Other Costs $
Labor Costs $

Grand Total $
1
1
*Replace the antiquated existing school PA system at Beloit Memorial High School with Rauland ICS System. This
proposal is to utilize the existing equipment racks, amplifiers and cabling/speaker infrastructure. The proposal requested is
to integrate to the school phone system and provide bell scheduling software for the bells similar to other new systems at
Fran Fruzen, Cunningham and McNeel.

Option 2** Qty

School PA Bell Scheduling


Replacement – Beloit
Memorial High School
Zone Page Module $
Aux I/O Module $
Controller $
IP Console $
Software $
Labor Costs $
Other Costs $

Grand Total $
**Attempt to integrate to the existing Starcall system which has erratic bells going off. The other portion of the PA are
functioning properly. If necessary, Vendor will bypass the Starcall system and parallel all of the ports in 1 zone (bell and
page zones). Vendor will utilize the existing amplifier. Vendor is not responsible for existing problems with
cabling/speaker infrastructure. The District understands that it is responsible for IT requirements of network integration.
The intercom portion of the school intercom system will not function without future upgrades.

Option 3** Qty

School PA Bell Equipment


Replacement – Converse
Elementary School
Exterior Speakers/Bells (2) $
Labor Costs $
Other Costs $

Grand Total $
**Bell equipment removed during construction in original building and not replaced 3 years ago. Vendor to install exterior
speakers/bells to be integrated into current PA/school bell system to match new addition.

1
2
VENDOR COST ANALYSIS (Reproduce additional pages as necessary)

Beloit Memorial PA/Bell


System

Part Unit Aggregate


Equipment Description Manufacturer Quantity
Number Price Price

Total

10
VI. Contractor Agreement Form

We, the undersigned, have prepared and submitted this Contractor Agreement Form as our
proposal in response to the “PA and Bell System” issued by the School District of Beloit
located at 1633 Keeler Avenue, Wisconsin 53511 for Beloit Memorial High School located at 1225
Fourth St., Beloit, WI 53511.

We understand the submittal of this Contract Agreement constitutes our offer of Proposal for this
equipment. And that this submittal shall not be construed as a bilateral Agreement until fully
executed as a Contract countersigned by the School District of Beloit.

This price is guaranteed for ninety (90) days after the date of opening bids, and that labor rates
are guaranteed for the length of the contract. If authorized to proceed within that period we agree
to deliver the equipment covered by this bid at the said price.

Vendor Name

Contractor Authorized Signature

Printed Name

Title

Address

City, State and Zip Code

Telephone Number

Date

11
Appendix B – REQUIRED FORMS

Election to Bid Form – School District of Beloit


Please print or type

Vendor Name:

Address:

Contact Name:

Phone Number:

Fax Number:

E-Mail Address:

With the Election to Bid Form completed and submitted, the Vendor will be notified of any addendum, changes,
additions, and/or deletions that may impact this project.

Please submit form to: Janelle

Marotz, CPA,CFO, CSRM


School District of Beloit
1633 Keeler Ave.
Beloit, WI 53511
jmarotz@sdb.k12.wi.us

12
Bid Bond Form

FOR ALLBIDPROPOSALSINAN AMOUNT OF$10,000ORLESS

a. Contracts Less than $10,000 - The prime contractor need not provide any bond, surety or other mechanism
providing for prompt payment of claims for labor or materials, unless the District determines otherwise,
for a contract having a price less than $10,000.

FOR ALLPROPOSALS AN AMOUNT GREATHER THAN $10,000

a. Contracts From $10,000 to $50,000 - A contract with the prime contractor, having a price in excess of
$10,000 but not exceeding $50,000, shall include a provision which allows the district to make direct
payments to subcontractors or to pay the prime contractor with checks that are payable to the prime
contractor and to one or more subcontractors.

FOR ALLPROPOSALS FROM $50,000 TO $100,000

a. Contracts from $50,000 to $100,000 - A contract with the prime contractor, having a price exceeding
$50,000 but not exceeding $100,000, shall:  Include a provision which allows the District to make
direct payments to subcontractors or to pay the prime contractor with checks that are made payable to
the prime contractor and to one or more subcontractors; and  Require the prime contractor to deposit
with the district a payment and performance bond meeting the requirements of Section 779.14(1m)(e),
Wis. Stats, unless the District allows the prime contracts to substitute a different payment assurance for
the payment and performance bond. The District may allow a prime contractor substitute a different
payment and performance assurance for the payment and performance bond only if the District
determines that such substituted assurance is in the District’s best interest and the substituted assurance
is for an amount at least equal to the contract price and is in the form of either (i) a bond, (ii) an
irrevocable letter of credit, or (iii) an escrow account acceptable to the District. Policy 672.5 Page 2 of 2
4. Contracts Exceeding $100,000 - The A contract with the prime contractor having a price exceeding
$100,000 shall require the prime contractor to obtain a payment and performance bond that satisfies the
requirements of Sec. 779.14(1m)(e), Wis. Stats., as amended from time to time.

FOR ALLPROPOSALS EXCEEDING $50,000 BUT NOT EXCEEDING $100,000

a. Include a provision which allows the District to make direct payments to subcontractors or to pay the
prime contractor with checks that are made payable to the prime contractor and to one or more
subcontractors; and  Require the prime contractor to deposit with the district a payment and
performance bond meeting the requirements of Section 779.14(1m)(e), Wis. Stats, unless the District
allows the prime contracts to substitute a different payment assurance for the payment and performance
bond. The District may allow a prime contractor substitute a different payment and performance
assurance for the payment and performance bond only if the District determines that such substituted
assurance is in the District’s best interest and the substituted assurance is for an amount at least equal to
the contract price and is in the form of either (i) a bond, (ii) an irrevocable letter of credit, or (iii) an
escrow account acceptable to the District

b. Bid bonds from all bidders will be held until award of contract and executions of the required contract for
the respective bid category.

b. All Bidders must be bondable and shallindicateontheirProposalFormthecostforfurnishingLaborand


MaterialPaymentBondandPerformanceBond each in the penalty amount of 100% of the proposal total. Do
notincludebondpremiumsinproposalamount. Bonds shall name the School District of Beloit. Forms and
conditions of the bond shall be the latest edition of AIA Document A312/CM.

FOR ALLPROPOSALS AN AMOUNT GREATHER THAN $10,000

a. Contracts Exceeding $100,000 - The A contract with the prime contractor having a price exceeding $100,000
shall require the prime contractor to obtain a payment and performance bond.

13
Bonds must be used by a Surety authorized by the State of Wisconsin. The Surety must be listed in the current Federal
Register or have an A.M. Best rating of B+ or higher. The amount of the Bonds must not exceed the limit listed in the
Federal Register nor be more than 10% of the Surety’s capital. All Bond forms must be properly executed and include
a valid Power of Attorney. Persons signing bonds must type their name and title. Failure to meet these requirements
may be cause for the rejection of the bid proposal.
Bid Bond in the amount of: Dollars and ($ _),
payable to School District of Beloit, which is agreed shall be retained as liquidated damages, not as a penalty, by the
District if the undersigned fails to execute the Contract in conformity with the form of Contract incorporated in the
Contract Documents.

If awarded the contract, the undersigned agrees to commence Work within one day after date of issuance of written
notice of selection for award of a Contract, which shall be considered as the notice to proceed, and agrees to complete
the Work by the completion date contained in this RFP.

The cost for furnishing the Labor and Material Payment Bond is $_

14
Respectfully submitted,

Vendor Name Address

Authorized Signature Typed name

Title

Phone Fax E-mail

15
General Vendor/Sub-Contractor Information

Name of Vendor:

Will your Vendor agree to provide a 90 day time period from the date the material is installed to allow a trial period
to ensure that the material is operational and compatible before final payment is made? Yes No

Where is your closest support facility?


Where is your headquarters?
Is your Vendor an equal opportunity employer? Yes No ___
How long has your Vendor been in business?
How many total employees does your Vendor have?
How many support staff available over the phone to troubleshoot problems? _____
How many Districts does your Vendor currently service?
How many are school districts?
Please list your Vendor’s approximate annual sales for:

2012 $_
2013 $_
2014 $_
Do you have a toll free support line? Yes No
Do you maintain a 24 X 7 call in center for problems? Yes No
Has your Vendor ever been involved in a law suit pertaining to the proposed services?
Yes No
If yes, explain the condition and resolution:

If your Vendor is currently working on (or maybe working on during the course of this project) active projects in
providing the proposed services please list below:

DISTRICT NAME Contact Person Contact # Project $$$ Finish

List any differences or capabilities that would set your Vendor apart from other bidders:

16
Vendor Review Form (Filled out be Vendor and any Sub-Contractors)

Name of Vendor:

WARRANTY MAINTENANCE TIME &


COVERAGE CONTRACT MATERIALS

Average Response Time

Service Rate $$$$

Emergence Services $$$$

After Hours Rate $$$$

Sub-Contractor Information

Name of the Sub-Contractor Contact # Type of Work Warranty

Vendor References

17
Vendor Name:

District name:
Address:
City/State/Zip:
Contact name:
Contact title:
Phone:
E-mail:
Scope of service:

Project Date:

District name:
Address:
City/State/Zip:
Contact name:
Contact title:
Phone:
E-mail:
Scope of service:

Project Date:

District name:
Address:
City/State/Zip:
Contact name:
Contact title:
Phone:
E-mail:
Scope of service:

Project Date:

Authorized Signature Title Date

Printed Name

18
CONFLICT OF INTEREST AFFIDAVIT

The advertisement for bids (and proposals) shall do all of the following:
State that the bid shall be accompanied by a sworn and notarized statement disclosing any familial relationship that
exists between the owner or any employee of the bidder and any member of the board, School District of Beloit
Board, or the Board of Education or the Superintendent of the School District of Beloit. The District shall not
accept a bid that does not include this sworn and notarized disclosure statement.

Furthermore, this affidavit also binds the Vendor to the School District of Beloit’s Conflict of Interest provision as
listed below:

Conflict of Interest – The bidder shall disclose and describe any business, financial, pecuniary or
familial relationship existing between the Bidder (or any officer, agent, or employee of the Bidder) and
any officer, employee, agent or board member of the School District of Beloit.

In the space provided below, list and describe all existing conflicts of interest; OR check the box,
indicating that there are no known conflicts of interest.

 To the best of my knowledge, no conflict of interest exists.

Print name of bidder: Signature:


Name of Vendor: City: State:

NOTARY - State of Wisconsin, County of


Sworn to and subscribed before me, a notary public in and for the above state, on this Day of , 20 __.

Notary Public
My commission expires:

19
Vendor Compliance List

Vendor understands that by completing this form and filing it with their response Vendor is acknowledging
compliance with each and every point of this RFP in Section 1 General Terms and Conditions, Section II Basic
Construction Instructions, Section III Technical Specifications, Section IV High School Cabling Specifications,
Addendums and any other specifications as provided by the District or its consultant. Any points that Vendor
specifically cannot agree to should be submitted as part of their response on a separate sheet, on Vendor’s letterhead,
and signed by an authorized representative of same.

Required Forms:

Election to Bid Form


Proof of Insurance
Bid bond
Cost analysis forms with line item pricing and component part numbers
Vendor Information Form
References Form
Conflict of Interest Affidavit

Addendum No.
Addendum No.
Addendum No.
Addendum No.
Addendum No.

We hereby acknowledge all listed requirements of this RFP and specifications herein and accept and provide our
acknowledgement of same.

Vendor Signature Date

Typed or Written Name Position

20

Вам также может понравиться