invitation to bid - govbids.com

27
RFQ06-B36 Page 1 of 27 INVITATION TO BID SCHOOL DISTRICT OF OKALOOSA COUNTY ADMINISTRATION COMPLEX PURCHASING DEPARTMENT, RM #1 120 LOWERY PLACE, S.E. FT WALTON BEACH, FL 32548 RFB NO. 06-B36 BID TITLE COLLATOR SYSTEM WITH ACCESSORIES PURCHASING CONTACT VINCE WINDHAM (850) 833-7640 OPENING DATE 12/6/05 2PM CST

Upload: others

Post on 08-Dec-2021

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: INVITATION TO BID - govbids.com

RFQ06-B36 Page 1 of 27

INVITATION TO BID

SCHOOL DISTRICT OF OKALOOSA COUNTY

ADMINISTRATION COMPLEX PURCHASING DEPARTMENT, RM #1

120 LOWERY PLACE, S.E. FT WALTON BEACH, FL 32548

RFB NO. 06-B36

BID TITLE

COLLATOR SYSTEM WITH ACCESSORIES

PURCHASING CONTACT

VINCE WINDHAM (850) 833-7640

OPENING DATE

12/6/05 2PM CST

Page 2: INVITATION TO BID - govbids.com

RFQ06-B36 Page 2 of 27

SCHOOL DISTRICT OF OKALOOSA COUNTY PURCHASING DEPARTMENT

Sealed bids shall be received at:

The School District of Okaloosa County Purchasing Dept., Room #1, 120 Lowery Place S.E. Fort Walton Beach, FL 32548 until: _____12/6/05___2PM CST____________

Oral, telephonic (facsimile, telex), or telegraphic bids are invalid and will not receive consideration. Bids POSITIVELY will not be considered after the time above. Bids may not be withdrawn for a period of thirty (30) days from the date of the bid opening. NOTE: VERBAL TABULATIONS WILL NOT BE GIVEN BY TELEPHONE. PLEASE SEND A

SELF-ADDRESSED ENVELOPE WITH POSTAGE FOR A MAILED COPY OF THE TABULATION. TABULATIONS ARE ALSO POSTED ON THE PURCHASING WEBSITE AT WWW.OKALOOSA.K12.FL.US/PURCHASING IN THE “AWARDED BIDS & CONTRACTS” SECTION.

BASIS OF AWARD: ALL OR NONE TO THE LOWEST RESPONSIVE AND

RESPONSIBLE BIDDER

_______________________________________________________________

COMPANY _______________________________________________________________

MAILING ADDRESS _______________________________________________________________

CITY – STATE – ZIP CODE _______________________________________________________________ TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS

BY:____________________________________________________________ NAME – PLEASE PRINT _______________________________________________________________ SIGNATURE OF AUTHORIZED VENDOR REPRESENTATIVE

NOTE: THIS BID IS NOT VALID UNLESS THIS PAGE IS SIGNED ON THE ABOVE LINE BY AUTHORIZED VENDOR REPRESENTATIVE &

RETURNED WITH BID PACKET.

Page 3: INVITATION TO BID - govbids.com

RFQ06-B36 27 Page 3 of

NOTE: THE FOLLOWING INSTRUCTIONS MAY OR MAY NOT BE THE SAME AS PREVIOUS OR FUTURE SOLICITATIONS FOR THIS TYPE OF SERVICE OR COMMODITY. THEREFORE, ALL BIDDERS ARE URGED TO REVIEW THESE INSTRUCTIONS IN DETAIL BEFORE SUBMITTING THEIR BIDS. ======================= INSTRUCTIONS TO BIDDERS ======================= I. GENERAL TERMS AND CONDITIONS

GENERAL: UPON A BID AWARD, THE TERMS AND CONDITIONS OF THIS BID OR ANY PORTION THEREOF, MAY UPON MUTUAL AGREEMENT OF THE PARTIES BE EXTENDED FOR AN ADDITIONAL TERM OR FOR ADDITIONAL QUANTITIES. BIDDERS WILL COMPLY WITH ALL APPLICABLE FEDERAL, STATE AND LOCAL LAWS, STATUTES AND ORDINANCES INCLUDING, BUT NOT LIMITED TO THE RULES, REGULATIONS AND STANDARDS OF THE OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970, THE FEDERAL CONTRACT WORK HOURS AND SAFETY STANDARDS ACT, AND THE RULES AND REGULATIONS PROMULGATED UNDER THESE ACTS. BIDDERS AGREE NOT TO DISCRIMINATE AGAINST ANY EMPLOYEE BECAUSE OF RACE, SEX, RELIGION, COLOR, AGE OR NATIONAL ORIGIN. ALL AGREEMENTS AS A RESULT OF AN AWARD HERETO AND ALL EXTENSIONS AND MODIFICATIONS THERETO AND ALL QUESTIONS RELATING TO ITS VALIDITY, INTERPRETATION, PERFORMANCE OR ENFORCEMENT SHALL BE GOVERNED AND CONSTRUED IN CONFORMANCE TO THE LAWS OF THE STATE OF FLORIDA. THESE ARE GENERAL INSTRUCTIONS FOR BIDDING PROCEDURES ONLY FOR THE DISTRICT SCHOOL BOARD OF OKALOOSA COUNTY, FLORIDA, AND CAN BE SUPERSEDED BY SPECIAL INSTRUCTIONS AND ADDENDUM’S. WARRANTY:IN ALL CASES, BIDDER MUST SUBMIT ON A BID FORM, A SAMPLE OF ACTUAL FACTORY WRITTEN GUARANTEE; UNLESS OTHERWISE SPECIFIED OR IN THE ABSENCE OF SAMPLE GUARANTEE THE BOARD WILL ASSUME PRODUCT IS GUARANTEED FOR A MINIMUM PERIOD OF ONE YEAR FROM DATE OF INSTALLATION ND/OR DELIVERY. A

MAINTENANCE AND/OR SERVICE AGREEMENTS THAT TAKE EFFECT UPON THE EXPIRATION OF THE WARRANTY PERIOD AND FOR WHICH THERE WILL BE SEPARATE CHARGES, MUST BE OUTLINED IN THE QUOTE AND APPROVED BY THE BOARD OR ITS AUTHORIZED AGENT IN ADVANCE. PAYMENT CANNOT BE IN ADVANCE; ALL PAYMENTS WILL BE IN ARREARS. ALL PRODUCTS, EQUIPMENT, MERCHANDISE AND MISCELLANEOUS MATERIAL BID AND/OR ORDERED MUST BE THE LATEST MANUFACTURER’S MODEL AND DESIGN. IMMEDIATE SERVICE AND PARTS AVAILABILITY MUST BE GUARANTEED FOR A INIMUM OF 5 YEARS. M

Page 4: INVITATION TO BID - govbids.com

RFQ06-B36 Page 4 of 27 PRODUCTS NOT MANUFACTURED IN THE U.S.A. MUST BE NOTED AS FOREIGN AND STATE THE COUNTRY OF ORIGIN. FAILURE TO DO SO MAY SUBJECT THE BID TO DISQUALIFICATION. MAINTENANCE, REPAIR SERVICE AND LOCAL PARTS AVAILABILITY ARE ALSO ESSENTIAL; THEREFORE, BIDDERS ON MACHINERY, EQUIPMENT AND/OR TOOLS SHOULD FURNISH PARTS CATALOG AND PRICE LIST, AS WELL AS APPLICABLE REPAIR MANUAL. THE BOARD RESERVES THE RIGHT TO DELVE INTO AVAILABILITY, EFFICIENCY, AND QUALITY OF SERVICE BEFORE MAKING FINAL EVALUATION AND DECISION. ALL PLUMBING COMPONENTS, I.E. FIXTURES, FITTINGS, STORAGE TANKS AND OTHER RELATED APPURTENANCE SHALL BE CERTIFIED LEAD-FREE AS DEFINED IN THE LEAD CONTAMINATION CONTROL ACT OF 1988, PUBLICATION #L.100-572. ALL FURNITURE, MACHINERY, EQUIPMENT AND/OR TOOLS MUST COMPLY WITH O.S.H.A., U.L., ALL SAFETY REGULATIONS AND OTHER STANDARDS FOR EDUCATIONAL USE IN PUBLIC SCHOOLS AS REQUIRED BY THE U.S. GOVERNMENT, STATE OF FLORIDA, OKALOOSA COUNTY AND/OR LOCAL MUNICIPALITY. THIS INCLUDES VARIOUS SAFETY ACCESSORIES AND IT IS THE VENDOR’S RESPONSIBILITY TO MEET THE NECESSARY REQUIREMENTS. ALL PLASTICS, LAMINATES, ETC., MUST MEET MINIMUM N.E.M.A. SPECIFICATIONS. ALL PRODUCTS CONTAINING ASBESTOS ARE PROHIBITED. BRAND NAMES AND SAMPLES: WHERE A DEFINITE PRODUCT IS SPECIFIED, IT IS NOT THE INTENTION OF THE BOARD TO DISCRIMINATE AGAINST ANY APPROVED EQUAL PRODUCT OF ANOTHER MANUFACTURER, BUT IS INTENDED THAT A DEFINITE STANDARD BE ESTABLISHED. THE DETERMINATION AS TO WHETHER ANY ALTERNATE PRODUCT OR SERVICE IS OR IS NOT EQUAL SHALL BE MADE BY The SCHOOL BOARD OR ITS REPRESENTATIVE AND SUCH DETERMINATION SHALL BE FINAL AND BINDING ON ALL BIDDERS. ALTERNATES WILL BE CONSIDERED. ANY DEVIATIONS FROM THE ATTACHED SPECIFICATIONS MUST BE EXPLAINED IN DETAIL: OTHERWISE, IT WILL BE UNDERSTOOD THAT ITEMS OFFERED ARE IN STRICT COMPLIANCE WITH THE SPECIFICATIONS, AND THE SUCCESSFUL BIDDER WILL BE HELD RESPONSIBLE THEREFORE. THIS DOES NOT COUNTERMAND ANY REQUESTS FOR SUBMITTALS. WHEN REQUESTED, SAMPLES, SPECIFICATION SHEETS, BROCHURES, ETC., WILL BE FURNISHED AT THE BIDDER’S EXPENSE, TAGGED AND LABELED WITH BIDDER’S NAME, ITEM NUMBER AND BID NUMBER. ONLY ONE ALTERNATE PER ITEM NUMBER AS CLOSE TO SPECIFICATIONS AS POSSIBLE WILL BE ALLOWED. IF MORE THAN ONE ALTERNATE ON AN ITEM IS SUBMITTED, THE BIDS FOR THAT ENTIRE ITEM NUMBER WILL NOT BE CONSIDERED. PRICING: ALL PRICING SUBMITTED WILL INCLUDE ALL PACKAGING, HANDLING, SHIPPING CHARGES, AND DELIVERY TO ANY POINT WITHIN OKALOOSA COUNTY FLORIDA TO A SECURE AREA OR INSIDE DELIVERY. ALL PRICES, INCLUDING TOTAL, MUST INCLUDE ANY AND ALL DISCOUNTS. IN THE EVENT OF PRICE DISCREPANCY, UNIT PRICE SHALL PREVAIL.

Page 5: INVITATION TO BID - govbids.com

RFQ06-B36 Page 5 of 27 TAX EXEMPT: FOR CONTRACTS RELATING SOLELY TO THE PURCHASE OF EQUIPMENT, MATERIALS OR SUPPLIES, NO TAXES SHALL BE INCLUDED IN THE BID PRICE; THE SCHOOL BOARD IS EXEMPT FROM STATE AND FEDERAL SALES, USE AND EXCISE TAXES. FLORIDA SALES TAX EXEMPTION #56-02-018640-53C APPEARS ON THE PURCHASE ORDER. FOR CONTRACTS RELATING TO THE PURCHASE OF CONSTRUCTION SERVICES WHICH INCLUDE THE CONTRACTOR PROVIDING EQUIPMENT, MATERIALS OR SUPPLIES, SALES TAX WILL BE PAYABLE BY THE CONTRACTOR ON ALL SUCH PRODUCTS PURCHASED. THE SCHOOL BOARD SALES TAX EXEMPTION DOES NOT APPLY TO CONSTRUCTION CONTRACTORS WHO ARE REQUIRED TO PROVIDE EQUIPMENT, MATERIALS OR SUPPLIES AS A PART OF THEIR CONTRACT WITH THE SCHOOL BOARD. IF THE CONTRACTOR INTENDS TO RECOVER SALES TAX FROM THE SCHOOL BOARD UNDER THE CONTRACT, ALL SUCH AMOUNTS MUST BE INCLUDED IN THE BID PRICE. INVOICING: ITEMIZED INVOICES, EACH BEARING THE PURCHASE ORDER NUMBER MUST BE MAILED ON THE DAY OF SHIPMENT. INVOICING SUBJECT TO CASH DISCOUNTS WILL BE MAILED ON THE DAY THAT THEY ARE DATED. TRANSPORTATION AND TITLE: (A) TITLE TO THE GOODS WILL PASS TO THE SCHOOL DISTRICT UPON RECEIPT AND ACCEPTANCE AT THE DESTINATION INDICATED HEREIN. UNTIL ACCEPTANCE, THE BIDDER RETAINS THE SOLE INSURABLE INTEREST IN THE GOODS. (B) THE SHIPPER WILL PREPAY ALL TRANSPORTATION CHARGES. THE SCHOOL DISTRICT WILL NOT ACCEPT OR COLLECT FREIGHT CHARGES. (C) NO PREMIUM CARRIERS WILL BE USED FOR THE SCHOOL DISTRICT’S ACCOUNT WITHOUT PRIOR WRITTEN CONSENT OF THE PURCHASING MANAGER. CLAIMS RESPONSIBILITIES: IT SHALL BE THE RESPONSIBILITY OF THE VENDOR TO FILE CLAIMS FOR DAMAGED OR DEFECTIVE MERCHANDISE. IN THE EVENT OF RECEIPT OF MERCHANDISE WITH CONCEALED DAMAGE, VENDOR WILL BE IMMEDIATELY NOTIFIED BY PHONE WITH A FOLLOW-UP LETTER WITHIN 24 HOURS OF NOTIFICATION. PACKING: ALL SHIPMENTS WILL INCLUDE AN ITEMIZED LIST OF EACH PACKAGE‘S CONTENT, AND REFERENCE THE SCHOOL DISTRICT‘S PURCHASE ORDER NUMBER. NO CHARGES WILL BE ALLOWED FOR CARTAGE OR PACKING UNLESS AGREED UPON BY HE SCHOOL DISTRICT PRIOR TO SHIPMENT. T

RISK OF LOSS: THE BIDDER ASSUMES THE FOLLOWING RISKS: (A) ALL RISKS OF LOSS OR DAMAGE TO ALL GOODS, WORK IN PROCESS, MATERIALS AND EQUIPMENT UNTIL THE DELIVERY THEREOF AS HEREIN PROVIDED; (B) ALL RISKS OF LOSS OR DAMAGE TO THIRD PERSONS AND THEIR PROPERTY UNTIL DELIVERY OF ALL GOODS AS HEREIN PROVIDED; (C) ALL RISKS OF LOSS OR DAMAGE TO ANY PROPERTY RECEIVED BY THE BIDDER OR HELD BY THE BIDDER OR ITS SUPPLIERS FOR THE ACCOUNT OF THE SCHOOL DISTRICT, UNTIL SUCH PROPERTY HAS BEEN DELIVERED TO THE SCHOOL DISTRICT; (D) ALL RISKS OF LOSS OR DAMAGE TO ANY OF THE GOODS OR PART THEREOF REJECTED BY THE SCHOOL DISTRICT, FROM THE TIME OF SHIPMENT THEREOF TO BIDDER UNTIL REDELIVERY THEREOF TO THE SCHOOL DISTRICT.

Page 6: INVITATION TO BID - govbids.com

RFQ06-B36 Page 6 of 27 CONFLICT OF INTEREST: ANY AWARD THERE UNDER IS SUBJECT TO PROVISIONS OF CHAPTER 112, F.S. ALL BIDDERS MUST DISCLOSE – WITH THEIR BID – THE NAME OF ANY OFFICER, DIRECTOR, OR AGENT WHO IS ALSO AN EMPLOYEE OF THE DISTRICT SCHOOL BOARD OF OKALOOSA COUNTY, FLORIDA. FURTHER, ALL BIDDERS MUST DISCLOSE THE NAME OF ANY OKALOOSA COUNTY EMPLOYEE WHO OWNS, DIRECTLY OR INDIRECTLY, AN INTEREST OF FIVE PERCENT (5%) OR MORE N THE BIDDER’S FIRM OR ANY OF ITS BRANCHES. I

DISCRIMINATORY VENDOR LIST: AN ENTITY OR AFFILIATE WHO HAS BEEN PLACED ON THE DISCRIMINATORY VENDOR LIST MAY NOT SUBMIT A BID ON A CONTRACT TO PROVIDE GOODS OR SERVICES TO A PUBLIC ENTITY, MAY NOT SUBMIT A BID ON A CONTRACT WITH A PUBLIC ENTITY FOR THE CONSTRUCTION OR REPAIR OF A PUBLIC BUILDING OR PUBLIC WORK, MAY NOT SUBMIT BIDS ON LEASES OF REAL PROPERTY TO A PUBLIC ENTITY, MAY NOT AWARD OR PERFORM WORK AS A CONTRACTOR, SUPPLIES, SUBCONTRACTOR, OR CONSULTANT UNDER CONTRACT WITH ANY PUBLIC ENTITY, AND MAY NOT TRANSACT BUSINESS WITH ANY PUBLIC ENTITY. PATENTS: BIDDERS AGREE TO INDEMNIFY AND SAVE HARMLESS THE SCHOOL DISTRICT, ITS OFFICERS, EMPLOYEES, AGENTS, OR REPRESENTATIVES USING THE GOODS SPECIFIED HEREIN FROM ANY LOSS, DAMAGE OR INJURY ARISING OUT OF A CLAIM OR SUIT AT LAW OR EQUITY FOR ACTUAL OR ALLEGED INFRINGEMENT OF LETTERS OF PATENT BY REASON OF THE BUYING, SELLING OR USING THE GOODS SUPPLIED UNDER THIS BID, AND WILL ASSUME THE DEFENSE OF ANY AND ALL SUITS AND WILL PAY ALL COSTS AND EXPENSES THERETO. PUBLIC ENTITY CRIMES: A PERSON OR AFFILIATE WHO HAS BEEN PLACED ON THE CONVICTED VENDOR LIST FOLLOWING A CONVICTION FOR A PUBLIC ENTITY CRIME MAY NOT SUBMIT A BID ON A CONTRACT OR PROVIDE ANY GOODS OR SERVICES TO A PUBLIC ENTITY, MAY NOT SUBMIT A BID ON A CONTRACT WITH A PUBLIC ENTITY FOR THE CONSTRUCTION OR REPAIR OF A PUBLIC BUILDING OR PUBLIC WORK, MAY NOT SUBMIT BIDS ON LEASES OF REAL PROPERTY TO A PUBLIC ENTITY, MAY NOT BE AWARDED OR PERFORM WORK AS A CONTRACTOR, SUPPLIER, SUBCONTRACTOR, OR CONSULTANT UNDER A CONTRACT WITH ANY PUBLIC ENTITY, ANY MAY NOT TRANSACT BUSINESS WITH ANY PUBLIC ENTITY IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017., FOR CATEGORY TWO FOR A PERIOD OF 36 MONTHS FROM THE DATE OF BEING PLACED ON THE CONVICTED ENDOR LIST. V

PREFERENCE FOR DRUG-FREE WORKPLACE: WHENEVER TWO OR MORE BIDS WHICH ARE EQUAL WITH RESPECT TO PRICE, QUALITY AND SERVICE ARE RECEIVED, PREFERENCE SHALL BE GIVEN TO A BID RECEIVED FROM A BUSINESS THAT CERTIFIES THAT IT HAS IMPLEMENTED A DRUG-FREE WORKPLACE PROGRAM IN ACCORDANCE WITH SECTION 287.087, FLORIDA STATUTES. IN ORDER TO RECEIVE PREFERENCE, A SIGNED CERTIFICATION OF COMPLIANCE MUST BE SUBMITTED ITH THE BID RESPONSE. W

NOTICE TO CONTRACTOR: THE EMPLOYMENT OF UNAUTHORIZED ALIENS BY ANY CONTRACTOR IS CONSIDERED A VIOLATION OF SECTION 247A(E) OF THE IMMIGRATION AND NATIONALIZATION ACT. IF THE CONTRACTOR KNOWINGLY EMPLOYS UNAUTHORIZED ALIENS, SUCH VIOLATION SHALL BE CAUSE FOR UNILATERAL CANCELLATION OF THE CONTRACT.

Page 7: INVITATION TO BID - govbids.com

RFQ06-B36 Page 7 of 27 LEVEL 2 SCREENING REQUIREMENTS: THE FOLLOWING PROVISIONS WHICH IMPLEMENT THE REQUIREMENTS OF FLORIDA STATUTE 1012.465 SHALL BE ADDED AS ADDITIONAL TERMS AND CONDITIONS OF THE CONTRACT: IN ACCORDANCE WITH FLORIDA STATUTE 1012.465, ALL CONTRACTORS, VENDORS, INDIVIDUALS AND OTHER ENTITIES UNDER CONTRACT WITH THE SCHOOL BOARD, AND THE EMPLOYEES AND SUBCONTRACTORS OF ANY SUCH CONTRACTING PARTY, WHO ARE PERMITTED ON SCHOOL GROUNDS WHEN STUDENTS ARE PRESENT; WHO HAVE DIRECT CONTACT WITH STUDENTS; OR WHO HAVE ACCESS TO OR CONTROL OF SCHOOL FUNDS MUST MEET LEVEL 2 SCREENING REQUIREMENTS AS DESCRIBED IN SECTION 1012.32, FLORIDA STATUTES. A LEVEL 2 SCREENING INCLUDES CONDUCTING A BACKGROUND CHECK AND FILING WITH THE OKALOOSA COUNTY SCHOOL DISTRICT A COMPLETE SET OF FINGERPRINTS OF EACH INDIVIDUAL, EMPLOYEE, OR SUBCONTRACTOR TAKEN BY AN AUTHORIZED SCHOOL DISTRICT EMPLOYEE TRAINED TO TAKE FINGERPRINTS. THE CONTRACTOR SHALL BEAR THE COSTS OF ALL SUCH BACKGROUND SCREENING AND FEES TO MAINTAIN THE FINGERPRINTS PROVIDED WITH RESPECT TO CONTRACTOR AND ITS EMPLOYEES. ANY PERSONNEL OF THE CONTRACTOR DISCOVERED, THROUGH FINGERPRINT PROCESSING, TO HAVE BEEN FOUND GUILTY OF, REGARDLESS OF ADJUDICATION, OR ENTERED A PLEA OF NOLO CONTENDERE OR GUILTY TO ANY OFFENSE OUTLINED IN SECTION 435.04, FLORIDA STATUTES (OR ANY SIMILAR STATUTE OF ANOTHER JURISDICTION), SHALL NOT BE PERMITTED TO COME ONTO SCHOOL GROUNDS OR SCHOOL-SPONSORED ACTIVITIES WHEN STUDENTS ARE PRESENT, OR TO HAVE ACCESS TO SCHOOL DISTRICT FUNDS. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO ASSURE COMPLIANCE WITH THIS REQUIREMENT. A CERTIFICATE OF COMPLIANCE IN THE FORM REQUIRED BY THE SCHOOL BOARD SHALL BE FILED BY THE CONTRACTOR WITH THE SCHOOL DISTRICT PRIOR TO THE DELIVERY OF ANY LABOR, SERVICES, OR MATERIALS UNDER THIS CONTRACT. CONTRACTOR AGREES THAT IN THE EVENT THE CONTRACTOR OR ANY EMPLOYEE WHO THE CONTRACTOR HAS CERTIFIED AS COMPLETING THE BACKGROUND CHECK AND MEETING THE STATUTORY STANDARDS IS LATER CONVICTED OF OR PLEADS NOLO CONTENDERE TO ANY DISQUALIFYING OFFENSE AS OUTLINED IN SECTION 435.04, FLORIDA STATUTES THE CONTRACTOR WILL NOTIFY SCHOOL BOARD WITHIN 48 HOURS OF SUCH. CONTRACTOR WILL UPDATE THE REQUIRED FORM TO DELETE EMPLOYEES LEAVING THE EMPLOY OF CONTRACTOR OR TO ADD NEW EMPLOYEES WHO HAVE COMPLETED THE BACKGROUND CHECK AND MET THE REQUIRED STANDARDS. THE PARTIES AGREE THAT THE CONTRACTOR’S FAILURE TO PERFORM ANY OF THE DUTIES DESCRIBED IN THIS ADDENDUM WILL CONSTITUTE A MATERIAL BREACH OF THIS CONTRACT ENTITLING THE SCHOOL BOARD TO TERMINATE IMMEDIATELY WITH NO FURTHER RESPONSIBILITY TO MAKE PAYMENT OR PERFORM ANY OTHER DUTIES UNDER THIS CONTRACT. CONTRACTOR AGREES TO INDEMNIFY AND HOLD HARMLESS THE SCHOOL BOARD, ITS OFFICERS AND EMPLOYEES FROM ANY LIABILITY IN THE FORM OF PHYSICAL INJURY, DEATH, OR PROPERTY DAMAGE RESULTING FROM CONTRACTOR’S FAILURE TO COMPLY WITH THE REQUIREMENTS OF THIS ADDENDUM R SECTIONS 1012.32 AND 1012.465, FLORIDA STATUTES. O

Page 8: INVITATION TO BID - govbids.com

RFQ06-B36 Page 8 of 27 CONTRACTOR CONDUCT WHILE ON SCHOOL BOARD PROPERTY CONTRACTOR AND CONTRACTOR’S EMPLOYEES SHALL SIGN IN AT THE OFFICE OF THE PRINCIPAL AT EACH SCHOOL UPON ARRIVAL AND CHECK OUT UPON DEPARTURE. CONTRACTOR AND CONTRACTOR’S EMPLOYEES SHALL ABIDE BY SCHOOL BOARD POLICY 6-25, DRUG FREE WORKPLACE ACT OF 1988, 6-26 TOBACCO-FREE CHOOL DISTRICT, AND 6-11 SCHOOL BOARD DRESS CODE. S

ASSIGNMENTS: ANY CONTRACT OR PURCHASE ORDER ISSUED PURSUANT TO THIS BID INVITATION, AND ANY MOINES WHICH MAY BECOME DUE THERE UNDER, ARE NOT ASSIGNABLE EXCEPT WITH THE WRITTEN CONSENT OF THE DISTRICT SCHOOL BOARD OF OKALOOSA COUNTY OR ITS AGENT. ANY REQUESTS FOR ASSIGNMENT MUST BE DIRECTED TO THE PURCHASING AGENT IN WRITING, STATING THE REASON FOR THE REQUEST AND ANY OTHER PARTICULARS GERMANE TO THE ROPOSITION. P

EVALUATION/AWARD: A COMMITTEE WILL REVIEW ALL BIDS AND DETERMINE THE SUCCESSFUL BIDDER, RESERVING THE RIGHT TO WAIVE INFORMALITIES, TO MAKE MATHEMATICAL CORRECTION TO ERROR/S IN ANY BID, TO MAKE AWARD(S) BY INDIVIDUAL ITEM, GROUP OF ITEMS, ALL OR NONE, DELIVERY DATE/COMPLETION DATE OR A COMBINATION THEREOF; TO REJECT ANY AND ALL BIDS OR WAIVE ANY MINOR IRREGULARITY OR TECHNICALITY IN BIDS RECEIVED, THAT IN ITS JUDGMENT WILL BE IN THE BEST INTEREST OF THE SCHOOL DISTRICT OF OKALOOSA COUNTY. WHERE INDICATED, QUANTITIES ARE ESTIMATED ONLY; THE BOARD RESERVES THE RIGHT TO PURCHASE MORE OR LESS PROVIDED ORDERS ARE PLACED WITHIN THE TIME LIMITS SPECIFIED. THE BOARD SPECIFICALLY RESERVES THE RIGHT TO REJECT ANY CONDITIONAL BID AND WILL NORMALLY REJECT THOSE, WHICH MAKE IT IMPOSSIBLE TO DETERMINE THE TRUE AMOUNT AND QUALITY OF THE BID. THE AWARD OF THE BID SHALL NOT CONSTITUTE AN ORDER. BEFORE ANY SHIPMENTS CAN BE MADE, VENDOR MUST RECEIVE A PURCHASE ORDER. SHIPMENTS SHALL BE MADE AS SPECIFIED ON THE ORDER, CONFORMING TO THE BID FORM, SPECIFICATIONS, AND GENERAL INSTRUCTIONS. AFTER AWARD OF BID ITEMS, ANY DEFAULT BY THE SUCCESSFUL BIDDER, THE SCHOOL DISTRICT AFTER DUE NOTICE (ORAL OR WRITTEN) MAY PROCURE THE NECESSARY SUPPLIES FROM OTHER SOURCES AND HOLD THE CONTRACTOR RESPONSIBLE FOR DIFFERENCE IN COST OCCURRED. CONTINUOUS INSTANCES OF DEFAULT SHALL RESULT IN CANCELLATION OF THE CONTRACT AND REMOVAL OF THE BIDDER FROM BID LIST FOR DURATION OF ONE YEAR, AT THE OPTION OF DISTRICT OFFICIALS. ANTICIPATED AWARD DATE: 1/9/06 QUESTIONS: SHOULD ANY QUESTIONS ARISE CONCERNING THIS BID, PLEASE CONTACT THE PURCHASING AGENT’S OFFICE IN WRITING AT: SCHOOL BOARD OF OKALOOSA COUNTY, BAY AREA ADMINISTRATION COMPLEX, PURCHASING DEPARTMENT, 120 LOWERY PLACE S.E, FT WALTON BEACH, FL 32548, TELEPHONE #850-833-7668, FAX #850-833-6327. ALL QUESTIONS SHALL BE IN WRITING AND SUBMITTED NO LATER THAN 2:00 PM CST, 11/22/05

Page 9: INVITATION TO BID - govbids.com

RFQ06-B36 27 Page 9 of

PAYMENT: THE SCHOOL BOARD OF OKALOOSA COUNTY NORMALLY ISSUES PAYMENT FOR MERCHANDISE WITHIN 14 DAYS FROM RECEIPT OF INVOICES, PROVIDED THE GOODS AND/OR SERVICES HAVE BEEN RECEIVED IN A SATISFACTORY AND PROPER MANNER. ALL DISCOUNTS MUST BE INCLUDED IN QUOTE PRICE AND SHOULD BE BASED ON 14-DAY PAYMENT. BIDS THAT IMPOSE PENALTIES OR SERVICE CHARGES FOR PERIODS BEYOND 30 DAYS SHALL NOT BE CONSIDERED. PLEASE STATE APPLICABLE DISCOUNT FOR THE USE OF DISTRICT VISA CARD. DISCOUNT FOR VISA PAYMENT ____________. BID RESULTS: THE DISTRICT SCHOOL BOARD OF OKALOOSA COUNTY HOLDS REGULAR MEETINGS ON THE SECOND AND FOURTH MONDAY OF EACH MONTH. IN ACCORDANCE WITH THE ADMINISTRATIVE PROCEDURES ACT, ALL BID RECOMMENDATIONS ARE POSTED IN THE PURCHASING DEPARTMENT ON THE TUESDAY PRECEDING THE BOARD MEETING. INTERESTED PARTIES MAY OBTAIN POSTING DATES OF BIDS FROM THE PURCHASING DEPARTMENT; HOWEVER, INDIVIDUAL BID RECOMMENDATIONS WILL NOT BE GIVEN OVER THE TELEPHONE DUE TO THE LENGTH OF TIME INVOLVED. BIDDERS ARE ENCOURAGED TO REVIEW THE BID TABULATION/RECOMMENDATION POSTINGS DURING NORMAL SCHOOL BOARD WORKING HOURS IN THE PURCHASING DEPARTMENT. VENDORS THAT ARE UNABLE TO VIEW POSTING SHALL INCLUDE A SELF-ADDRESSED STAMPED ENVELOPE IF THEY DESIRE TABULATION AND RECOMMENDATION OF AWARD. ALL BIDDERS HAVE THE RIGHT TO ATTEND THE BID OPENING, IF DESIRED. POSTING OF TABULATIONS/RECOMMENDATIONS: IN ACCORDANCE WITH THE FLORIDA ADMINISTRATIVE PROCEDURES ACT, BID TABULATIONS/RECOMMENDATIONS ARE POSTED FOR A MINIMUM OF 72 HOURS PRIOR TO THE SPECIAL OR CALLED SCHOOL BOARD MEETING ON WHICH OFFICIAL ACTION WILL BE TAKEN. IT SHALL BE THE INTERESTED PARTY’S RESPONSIBILITY TO ASCERTAIN THE ACTUAL DATE OF OSTING AND/OR BOARD MEETING FOR THE SPECIFIC BID OF INTEREST. P

PROTESTS: ALL BIDDERS ARE CAUTIONED THAT STRICT GUIDELINES AND TIMETABLES MUST BE FOLLOWED IN ORDER TO FILE AN OFFICIAL PROTEST ON SPECIFICATIONS OR THE AWARD OF BIDS. A COPY OF BOARD POLICY IS POSTED IN THE OFFICE OF THE PURCHASING AGENT FOR REVIEW; COPIES MAY ALSO BE OBTAINED UPON REQUEST. FAILURE TO ADHERE TO BOARD POLICY 2-17(A)(14)(a), OR, FAILURE TO FILE A PROTEST WITHIN THE TIME PRESCRIBED IN SECTION 120.57(3), FLORIDA STATUTES: SHALL CONSTITUTE A WAIVER OF PROCEEDINGS UNDER CHAPTER 120, FLORIDA STATUTES. ADDENDA: IF ANY ADDENDA ARE ISSUED TO THIS INVITATION TO BID/REQUEST FOR PROPOSAL, A GOOD FAITH ATTEMPT WILL BE MADE TO DELIVER (VIA U.S. MAIL) A COPY OF EACH TO ALL PROSPECTIVE PROPOSERS WHO PICKED UP FORMS OR WERE MAILED AN INVITATION TO BID/REQUEST FOR PROPOSAL. HOWEVER, PRIOR TO SUBMITTING THE PROPOSAL IT SHALL BE THE SOLE RESPONSIBILITY OF EACH PROPOSER TO CONTACT THE OFFICE OF THE PURCHASING DEPARTMENT (850) 833-7668 TO DETERMINE IF ADDENDA WERE ISSUED AND, IF SO, TO OBTAIN SUCH ADDENDA FOR ATTACHMENT TO THE PROPOSAL.

Page 10: INVITATION TO BID - govbids.com

RFQ06-B36 Page 10 of 27 II. SPECIAL CONDITIONS

The following “Special Conditions” are in addition to or may change the “General Bid Terms and Conditions” previously listed. In the event of a conflict, these “Special Conditions” will have precedence.

1. PURPOSE: The purpose and intent of this Request for Bid is to establish a firm fixed price contract with one qualified source to furnish, deliver, install, and set up one (1) Collator Main Tower (Bourg Suction BST10-D Main Tower or equal), two (2) Additional Towers (Bourg Suction BST-D or equal), one (1) Automatic Stitcher (Bourg AGR-T or equal), one (1) Automatic Folder (Bourg PAS-T) or equal, one (1) Automatic Trimmer (Bourg TR-T or equal), one (1) Right Handed Receding Stacker (Bourg TD-T or equal), one (1) Book Press (Bourg BBP-T or equal), one (1) Reverse Vibrating Jogger (Bourg RVJ or equal), and one (1) Off-Line Feeder (Bourg DA-T or equal) for the Okaloosa County School District, herein referred to as OCSD, in accordance with the specifications, terms and conditions stated herein. This solicitation is also intended to establish a firm fixed price contract for services related to the aforementioned equipment, to include training of operation, troubleshooting and maintenance, warranty, and service/maintenance support.

2. SCOPE OF CONTRACT: Contractor shall provide all necessary labor,

tools, materials, equipment and resources as may be required to furnish, deliver, install and set up one (1) Collator Main Tower (Bourg Suction BST10-D Main Tower or equal), two (2) Additional Towers (Bourg Suction BST-D or equal), one (1) Automatic Stitcher (Bourg AGR-T or equal), one (1) Automatic Folder (Bourg PAS-T) or equal, one (1) Automatic Trimmer (Bourg TR-T or equal), one (1) Right Handed Receding Stacker (Bourg TD-T or equal), one (1) Book Press (Bourg BBP-T or equal), one (1) Reverse Vibrating Jogger (Bourg RVJ or equal), and one (1) Off-Line Feeder (Bourg DA-T or equal). Contractor shall also provide training of operation, maintenanceand troubleshooting, warranty, and service/maintenance support for the aforementioned equipment,, in accordance with the specifications stated herein and indicated in the Pricing Schedule.

3. DELIVERY/HOURS OF OPERATION: The successful bidder shall be

responsible for inside delivery to the location below. Bid price shall include all shipping charges to this location. F.O.B. Destination. Delivery and installation must occur between the hours of 7:30 a.m. and 3:45 a.m. on a regular OCSD business day, unless arrangements have been made by the purchase order originator. Contractor shall contact the Print Shop twenty-four (24) hours prior to delivery. Ship To: Okaloosa County School District

Print Shop 120 Lowery Place SE Ft Walton Beach, FL 32548 Attn: Perry Rich (850) 833-3147

Page 11: INVITATION TO BID - govbids.com

RFQ06-B36 Page 11 of 27

4. MANDATORY REQUIREMENTS: The contractor shall be required to have

a service organization capability which includes but is not limited to the following:

4.1 FULL SERVICE AND MAINTENANCE SUPPORT

4.11 Full service and maintenance shall be included for the equipment. This shall include preventive maintenance, all parts, materials and labor, and all operating supplies except paper and staples.

4.12 Service Representatives shall be full-time employees of the Contractor or designated by the contractor as their full-time authorized representative. Service Representatives shall be factory trained technicians for the equipment.

4.13 Response to request for service shall be made within four (4) hours after notification by OCSD. Maintenance shall be performed during normal working hours, 7:30 a.m.-4:00 p.m., Monday through Friday, excluding Holidays.

4.14 Repairs to equipment shall be completed within twenty-four (24) hours after request for service is made.

4.15 Contractor must maintain an adequate supply of spare components to insure lack of downtime by the equipment.

4.16 Contractor shall provide a free loaner machine of equivalent or greater capacity when existing equipment is anticipated to be out of service for longer than four (4) work days.

4.17 Contractor shall provide a toll free or local telephone number for technical assistance.

4.18 The Contractor shall schedule preventative maintenance (PM) service calls thirty (30) days in advance for each piece of equipment purchased. Scheduled PM shall include but not limited to routine cleaning, lubrication, necessary adjustments and replacement of (worn) unserviceable parts.

4.19 The Contractor shall maintain a service log with the equipment. The service log shall be jointly maintained with OCSD and the service technician. The service log shall record make, model number, serial number, date of installation, date and time of each visit, service requested, response time, cause of breakdown or downtime, and time it took for repairs to be completed. The service technician shall sign the log when service has been completed and OCSD designee shall counter sign the log. This log will serve as the basis for any complaint of excessive downtime, slow response to requested service and inactive operation. A determination of operator error shall not be a factor in determining unsatisfactory machine performance.

4.2 MINIMUM PERFORMANCE REQUIREMENTS: All equipment proposed shall

be capable (engineered and designed) of operating satisfactorily and producing acceptable output and document quality at a 90%, or better, effectiveness level during any month for a period of no less than three (3) years. The

Page 12: INVITATION TO BID - govbids.com

RFQ06-B36 Page 12 of 27

effectiveness level for the equipment shall be computed by dividing the total productive time by the sum of that time plus the machine failure downtime. The equipment failure (malfunction) rate shall not average more than two (2) malfunctions (breakdowns) per month. Equipment averaging more than two (2) malfunctions (breakdowns) per month for three successive months during the three year performance period shall be replaced with a machine of equal or greater capabilities. Breakdowns shall be defined as requiring a service call in which a factory trained technician fixes, repairs, replaces or modifies any equipment part or make adjustments necessary to bring the equipment back to the minimum performance requirement. Service calls will be counted in this timeframe due to machine malfunction only, not operator error.

4.3 WARRANTY: Except as otherwise specified, all materials and equipment shall be fully guaranteed against defects in material and workmanship for a period of twelve (12) months following the date of delivery/installation. Should any defect be noted by OCSD, the Purchasing Office will notify the Contractor of such defect or non-conformance. Notification will state either (1) that the Contractor shall replace or correct, or (2) the owner does not require replacement or correction, but an equitable adjustment to the contract price will be negotiated. If the Contractor is required to correct or replace, it shall be at no cost to OCSD and shall be subject to all provisions of this clause to the same extent as materials initially delivered. If the Contractor fails or refuses to replace or correct the deficiency, the office issuing the purchase order may have the materials corrected or replaced with similar items and charge the Contractor the cost occasioned thereby, or obtain an equitable adjustment in the contract price.

4.4 MONEY BACK GUARANTEE: In addition to the minimum performance requirements, the contractor shall provide a 100 percent money back guarantee regardless of the problem for a period no less than ninety (90) days from the date of acceptance.

4.5 DEMONSTRATION OF EQUIPMENT: Upon delivery of equipment, the contractor shall conduct a demonstration of the equipment with OCSD Staff to verify that the equipment is fully operational and is in compliance with the contract specifications. Any and all deficiencies shall be promptly and permanently corrected prior to the final acceptance of the equipment.

4.6 TRAINING: Prices shall include a minimum of four (4) continuous hours of hands-on instruction in operation, maintenance and troubleshooting of the equipment for each OCSD Print Shop employee (a maximum of four (4) employees).

4.7 START-UP SUPPLIES: The contractor shall be responsible for providing all start-up supplies except paper upon installation of any machine at no additional cost to OCSD.

Page 13: INVITATION TO BID - govbids.com

RFQ06-B36 Page 13 of 27 III. SPECIFICATIONS The Bourg BST10-D is a modular, vacuum feed, vertical collating system capable of feeding speeds greater than 9,000 sets per hour. This system can be expanded, which helps to eliminate obsolescence. The base collator consists of 10 bins which can be married to additional towers in increments of 10 bins, up to a total of 50 feed bins. The BST10-D incorporates full flexible programming with memory. The feed system utilizes true vacuum feed belts and air sheet separation. Collator (BST10-D): (ITEM #1,2) 1. Single tray collator equipped with easy adjust tail guide. 2. Sheet size is variable from 4.5" x 8" to 13.7" x 20" 3. Maximum bin capacity is 440 sheets (1.8") of 20# bond. 4. Paper weight for stocks range from 9 lbs. to 10 pt. 5. Maximum feeding speed is over 9,000 sets per hour and is

variable by operator selection. 6. Each bin is equipped with photo cell detection and indicator

light to insure 100% accuracy (i.e., no misses or doubles) and is automatically calibrated with each new collation. Each bin will also detect an empty condition and stop collating before the empty bin creates a miss.

7. Jam detector in each bin with indicator light and in-conveyor

train to sense any obstruction and automatically shuts off collator feeding and finishing.

8. Dual controls adjust vacuum and air levels at each station.

Each tower utilizes its own dual turbine system that is completely self contained and operates on 115V. A suction vacuum belt feeds the stock utilizing no friction forwarding systems.

9. Microprocessor technology operator controls include: A. Control panel with LED to show what bins are in use,

programmed features and operating conditions. B. Four digit counter for preset/reset or ascending Count.

Batch counting and total count can be shown. If the Count needs to be re-entered it can be reprogrammed.

C. Bin selection allows any selection of bins with no zones, blocks or more considerations necessary.

D. Stock overlap selection to compensate for more difficult feeding stocks. Overlap selections from 0 to 200 mm in 7 different settings.

Page 14: INVITATION TO BID - govbids.com

RFQ06-B36 Page 14 of 27 E. Start and end cycle button. F. Main power control switch. G. Program button for selecting program channel.

10. A free wheeling belt system is utilized to assist in sheet transfer out of collator.

11. Adjustable stock transfer ejection system assists delivery

of sheets to accessories. 12. Programming of collator is possible to allow the following: A. Accumulation or all loaded bins collate to one set. B. Nine specific programs can be held in memory eliminating

need to program each different load. C. Predetermined programs can be tailored to include: I. Multiple sets loaded and running which reduces

operator load time. II. "Skip” programming which will automatically divide

all loaded bins by number of sets loaded. This feature expands useable bin

capacity to 2,200 sheets for a 2-sheet collation job on one tower.

III. Jump programming allows operator to jump between individual programs. Can produce picking or custom set applications?

IV. Insertion of card stock or tabs can be performed at a specified interval.

V. Counting can be selected either accumulation or preset/reset count down.

VI. Overlap spacing is operator selective with seven preset distances.

13. Caster mounted for easy movement. 14. Physical characteristics: A. Power - 120 volt, 60 Hz. B. Weight - 772 lbs.

C. Length 35.5" x width 29" x height 79" (inc conveyor)

Page 15: INVITATION TO BID - govbids.com

RFQ06-B36 Page 15 of 27

Paper Stock Range: 30 to 250 gsm / 9 lb. to 110 lb., all finishes LISTED

1

TOWER 2

TOWER 3

TOWER 4

TOWER 5

TOWER

Number of Feed Stations

Feed Station Capacity

10

2"

20

2"

30

2"

40

2"

50

2"

Page 16: INVITATION TO BID - govbids.com

RFQ06-B36 Page 16 of 27

Maximum Set Size

Minimum Set Size

Max Set Thickness

Max Speed

Power Requiremen

ts Length Width Height Weight

BST 10D

13.7" x 20"

4.5" x 8" lengthwis

e - 9000

**

120V / 230V

50 / 60HZ35 1/2" 29" 79" 772 lbs

AGR-T

13" x 19 5/8"

5" x 8" 1/4" 3500

120V / 230V

50 / 60HZ

23"

24 1/2"

43"

250 lbs

SBM4 AGR

14.4”x20.4” 4.7”x8” 1/4" 4200

120V / 230V

50 / 60HZ45.2” 33.3” 58.7” 386 lbs

PA-T 13" x 9 5/8" 5" x 4"

22 sheets20 lbs stock

3200 120V / 230V

50 / 60HZ

24 1/2"

24 1/2"

29" 295 lbs

SBM4 PA

14.4”x20.4” 4.7”x8”

22 sheets20 lbs stock

4200 120V / 230V

50 / 60HZ29” 30” 46.5” 374 lbs

TR-T 11" x 8 1/2" 5" x 4"

44 sheets20 lbs stock

3200 120V / 230V

50 / 60HZ50" 24

1/2" 32" 375 lbs

SBM4 TR 10”x14” 3.7”x4.7”

44 sheets20 lbs stock

4200 120V / 230V

50 / 60HZ26.3” 26.5” 49.2” 463 lbs

TD-T &

Mirror

12.6" x 17 3/4" 5" x 8" Full load

19" 5500 120V / 230V

50 / 60HZ23 1/2" 29

1/2" 37 1/2" 157 lbs

CC jog &

Mirror 14" x 20" 5" x 8"

Full load7,5 cm /

3" 9000

120V / 230V

50 / 60HZ35 1/2"

27 1/2" allow space

19 1/2" Adj.

90 lbs

BDF 14" x 20 3/8" 4.7" x 8"

¼” Stitch only

22 sheets booklet

4200 120V / 230V

50 / 60HZ8’ 9” 2’ 6” 5’ 11” 992 lbs

Page 17: INVITATION TO BID - govbids.com

RFQ06-B36 Page 17 of 27 AGR-T Automatic Stitcher (Item #3)

Max. set size: 13" x 19 5/8" (330 x 498mm) Min. set size: 5" x 8" (127 x 203mm) Max. set thickness: 1/4" (6mm) Max. speed: 3200 sets/hour* Power requirements: 117/220V-50/60Hz Length: 23" (58cm) Width: 24 1/2" (62cm) Height: 43" (110cm) Weight: ± 250 lbs (114 kg)

The Bourg AGR-T Stitcher is a dual head unit for corner, side, lead edge, and saddle stitching. The Stitcher is caster mounted for ease in moving for storage and use. 1. AGR-T Stitcher is fully OSHA guarded for operator protection.

Caster mounted for easy moving. 2. Dual Interlake Magnatek heads with activated clinchers

utilizing #25 round wire which can be turned on/off without the need for rewiring the head.

3. Jogging of sets from the side and tail with joggers closing

and holding set during stitch for perfect registration. 4. Equipped with side guides for corner/side or saddle stitching.

Adjustable for skewing of stock. 5. AGR-T Stitcher is equipped with fixed bridge to register

booklets. Allows for easy set up for all different stitching applications. Jogging guides are recessed for complete and accurate stitching.

6. Alignment of clinchers to stitcher heads is made easy by the

use of individual knobs to move each clincher independently. Knobs are located on side panel for easy access.

7. Maximum 54 sheets of 20# bond for corner/side stitching. 8. Tail jogger assembly adjusted by operator on control side,

promoting easy set up. 9. Adjustable ejection wheel to optimize finished stitched set

ejection. 10. Operator controls include:

A. Panic stop button. B. Motor on/off.

C. Set-up button to cancel stitch to set proper jogging and stitch position.

D. Corner or saddle stitch selection toggle.

Page 18: INVITATION TO BID - govbids.com

RFQ06-B36 Page 18 of 27 PAS-T Automatic Folder (Item #4)

Finished booklet: 13 3/4" x 4 to 13 3/4" x 9 5/8" (349 x 102mm to 349 x 244mm) Max. set thickness: 22 sheets of 20 lb. Stock Max speed: 3200 sets/hour* Power Requirements: 117/220V-50/60Hz Length: 24 1/2" (62cm) Width: 24 1/2" (62cm) Height: 29" (74cm) Weight: ± 295 lbs (134 kg)

The Bourg PA-T Booklet Folder is a knife assist in-line folder for booklets. The knife folding action allows for extremely consistent folding and ease of operation. The open access folding area is stainless steel for reduced marking, long life, and easy operation. 1. The PA-T Folder is a roll up unit, caster mounted for easy

movement. 2. The Folder is fully OSHA guarded for operator safety. 3. All operator controls are conveniently located on outside

panel for easy set-up. Controls include: A. Lead edge stop for stitch position. B. Lead edge stop for fold position adjustable for skew. C. Hand wheel to advance knife manually. 4. Folder has dual adjustable marbles and conveyor transports to

assist in registering sets to front stops for accurate fold consistency.

5. Fold rollers are operator adjustable to compensate for the

thickness of the set. Rollers are steel for minimum marking on difficult stocks.

6. Maximum folded sets - 22 sheets of 20# bond. 7. Minimum booklet size 5.5" x 8.5". 8. Maximum booklet size - 12" x 9". 9. Equipped with motorized stacking delivery. Delivery wheels

adjustable for booklet size. 10. Physical characteristics; A. Power - 120 volt, 5 amp, 60 Hz. B. Weight - 295 lbs. C. Length 24.5" x width 24.5" x height 29".

Page 19: INVITATION TO BID - govbids.com

RFQ06-B36 Page 19 of 27

TR-T Automatic Trimmer (Item #5)

Finished booklet: from 4" x 5" to 8 1/2" x 11" (102 x 127mm to 216 x 279mm) Trimming capacity: 44 sheets of 20 lbs. Max speed: 3200 sets/hour* Power requirements: 117/220V-50/60Hz Length: 50" (127cm) Width: 24 1/2" (62cm) Height: ± 49 1/2" (126cm) Weight: ± 375 lbs (170 kg)

The Bourg TR-T Face Trimmer is a single knife shear block trimmer system for removing the unsightly edges that occur when folding large books. Steel construction and self sharpening action help to insure reliability. 1. Fully OSHA guarded for operator safety. 2. Trims booklets to a maximum of 88 pages of 20# bond. 3. Compatibility for trimming all folded products supplied by PA-T

folder. 4. Operator control conveniently located on outside panel for ease of

setup and operation. 5. Removable hand wheel for manual blade operation. 6. Dual hold downs for booklets at the spine and near the trim edge

along with tape conveyors to hold stock square to stops, insuring an accurate trim.

7. Single control for booklet stops to determine trim length with

calibrated scale. Can be moved to compensate for any skewing. 8. Variable potentiometer to vary delivery belt feed to correct for

varying length booklets. Manual override button to advance books. 9. Switch to shut trimmer blade off to check fold before final trim

or for making untrimmed booklets without the necessity of removing the trimming module.

10. Finished booklets are conveyed away by same motorized stacker

delivery supplied with PA-T folder. 11. Blades remove easily for sharpening. 12. Caster mounted for easy movement.

Page 20: INVITATION TO BID - govbids.com

RFQ06-B36 Page 20 of 27

TD-T and Mirror TD-T Receding Stacker (Item #6)

Max. paper size: 13" x 18" (330 x 457mm) Min. set size: 5" x 8" (127 x 203mm) Reception capacity: 19" (48cm) Power requirements: 117/220V-50/60Hz Depth: 23 1/2" (60cm) Width: 29 1/2" (75cm) Height: 37 1/2" (95cm) Weight: ± 157 lbs (71 kg)

1. Receding Stacker mounted on casters for easy roll-a-way.

Straight stacking and offset stacking from 5" x 8" to 13" x 18". Automatically timed by collator.

2. Recycling Stacker is universal in design and equipped with

calibration scales for easy operator set up. 3. Receding Stacker equipped standard with roll-a-way dolly. 4. Receding Stacker operator controls include: A. Jog control. B. Table down. C. Table up. D. Toggle switch to change from straight to offset stacking

with no adjustment. 5. Receding Stacker is equipped with limit switch to indicate

full stacker and automatically stops collator feeding. Maximum stacking height -19".

6. Physical characteristics: A. Power - 120 volt, 60 Hz. B. Weight - 157 lbs.

C. Length 23.5" x width 29.5" x height 37.5"

Page 21: INVITATION TO BID - govbids.com

RFQ06-B36 Page 21 of 27

BBP-T Book Press (Item #7)

Book sizMax size max: 13" x 9 5/8" (330 x 102mm)

eBook thicMax speedPower reqLength: 12" (27" with stabilizers) (30cm - 69cm with stabilizeWidth: 24Height: 2Weight: 450 lbs (205 kg)

BBP-T Book Press is a totally modular addition to the Bourg

oklet Making System. The BBP-T literally eliminates memory in the ld of a saddle stitched booklet utilizing dual sets of steel rollers

twee

1. d

verse

to length of sheets.

4. Adjustable side guide for easy set up to sheet width.

Off-Line Feeder (DA-T)(Item #9):

e C unit which marries directly to the le purpose is to provide a method

ne into the AGR-T.

ecifications: A. Maximum sheet size: 13.75" x 19.63". B. Minimum sheet size: 5" x 8" C. Maximum set thickness is 54 sheets of 20# bond. D. Operator adjustable time potentiometer to provide a time delay

for each set to be jogged completely. E. Maximum speed: up to 3,200 sets per hour. (Operator

controlled during off-line operation.) F . Set-up button is provided, so operator can override feed

pulse during set-up. Allows for the easy determination of back-jog position.

G. Unit is self-contained and designed to rest inside the tubular legs of the AGR-T.

min: 5" x 4" (127 x 102mm) kness: 22 sheets of 20 lb : 3200 books/hr* uirements: 120V 50/60Hz

rs) 1/4" (62cm) 9" (74cm)

The BourgBofoand up to 4,000 lbs. of pressure. The BBP-T Book Press is placed be n the PA-T Folder and the TR-T Trimmer.

Pressure is easily adjusted by means of an external han wheel.

Vibrating Jogger (RVJ)(Item #8): Re

1. Stand alone vibrating jogger which has separate power on/off control. 2. Adjustable front stop 3. Adjustable height and angle so sets will be jogged accurately.

5.

Th .P. Bourg DA-T Feeder is a Bourg AGR-T Stitcher series. Its sofor sets to be inserted off-li Sp

Page 22: INVITATION TO BID - govbids.com

RFQ06-B36 Page 22 of 27

IV. PRICING

The Bidder shall agree to furnish, deliver, install and set up one (1) Collator Main Tower (Bourg Suction BST10-D Main Tower or equal uction BST-D or equal), one (1) Automatic Stitcher (Bourg AGR-T or equal), one (1) Automatic Folder (Bourg PAS-T) or equal, one (1) Automatic Trimm eceding Stack BP-T or equal), one (1) Reverse Vibrating Jogger (Bourg RVJ or equal), and one (1) Off-Line Feeder (Bourg DA-T or equal) at the following firm fixed delivered and installed unit prices, in acco ations and terms and conditions

is not the intention of

blished. The determination as to whether any alternate made by the school board or ination shall be final and

), two (2) Additional Towers (Bourg S

er (Bourg TR-T or equal), one (1) Right Handed Rer (Bourg TD-T or equal), one (1) Book Press (Bourg B

dance with the specificridentified herein. The Bidder shall also furnish training, warranty and service/maintenance support at the following firm fixed unit prices, in accordance with the specification and terms and conditions identified herein. Where a definite product is specified, it the Board to discriminate against any approved equal product of another manufacturer, but it is intended that a definite standard be estaproduct is or is not equal shall beits representative and such determbinding on all bidders. Alternatives will be considered. Any deviations from the specifications must be explained in detail: otherwise, it will be understood that items offered are in strict

successful bidder es not countermand

# 1

compliance with the specifications, and thewill be held responsible therefore. This doany requests for submittals. The District reserves the right to modify the scope of this project to reflect available funds.

Item :

ter or Equal – Training, First Year

_____________________

H = $ _______________

Bourg BST-D Main Tower CollaWarranty and Service/Maintenance Support included in Purchase Price. BRAND NAME & MODEL QUOTED:__________________

PRICE ONE EACH $ ______________ X 1 EAC

Item # 2:

Bourg BST-D Additional Towers or Equal – Training, First Year Warranty and Service/Maintenance Support included in Purchase Price.

ND NAME & MODEL QUOTED:_______________________________________ BRA

PRICE ONE EACH $ ______________ X 2 EACH = $ _______________

Page 23: INVITATION TO BID - govbids.com

RFQ06-B36 Page 23 of 27

Item # 3: Bourg AGR-T Automatic Stitcher or Equal – Training, First Year Warranty and Service/Maintenance Support included in Purchase Price. BRAND NAME & MODEL QUOTED:_______________________________________ PRICE ONE EACH $ ______________ X 1 EACH = $ _______________

4

Item # :

Bourg PAS-T Automatic Folder or Equal – Training, First Year Warranty and Service/Maintenance Support included in Purchase Price.

AND NAME & MODEL QUOTED

:_______________________________________

Item #

BR PRICE ONE EACH $ ______________ X 1 EACH = $ _______________

5: Bourg TR-T Trimmer or Equal – Training, First Year Warranty and Service/Maintenance Support included in Purchase Price. BRAND NAME & MODEL QUOTED:_______________________________________ PRICE ONE EACH $ ______________ X 1 EACH = $ _______________

Item # 6:

Bourg TD-T Receding Stacker or Equal – Training, First Year

ME & MODEL QUOTED:_______________________________________

em #

Warranty and Service/Maintenance Support included in Purchase Price. BRAND NA PRICE ONE EACH $ ______________ X 1 EACH = $ _______________

It 7:

Book Press or Equal – Training, First Year Warranty Maintenance Support included in Purchase Price.

__

__

Bourg BBP-Tand Service/ BRAND NAME & MODEL QUOTED:_____________________________________ PRICE ONE EACH $ ______________ X 1 EACH = $ _____________

Page 24: INVITATION TO BID - govbids.com

RFQ06-B36 Page 24 of 27

Item # 8:

Bourg RVJ Reverse Vibrating Jogger or Equal – Training, First Year Warranty and Service/Maintenance Support included in Purchase Price. BRAND NAME & MODEL QUOTED:_______________________________________

PRICE ONE EACH $ ______________ X 1 EACH = $ _______________

Item # 9:

Bourg DA-T Off-Line Feeder or Equal – Training, First Year Warranty and Service/Maintenance Support included in Purchase Price. BRAND NAME & MODEL QUOTED:_______________________________________

PRICE ONE EACH $ ______________ X 1 EACH = $ _______________

Item # 10:

ieces of replaced by the new system purchased

in. All items are functional. Equipment can be observed OCSD Print Shop at 120 Lowery Place SE, Ft Walton Beach,

Rich at (850) 833-3147 to

Bourg Automatic Paper Folder Model PA. Serial # 551000961.

Trade-In Equipment: The OCSD currently owns four (4) pequipment that will be through this bid. The contractor shall remove and dispose of the equipment listed below as part of this contract. Generalinformation is included below for all of the used equipment to betradedat theFL 32548 if desired. Contact Perryschedule an appointment to see the equipment.

1. Bourg AP30 Paper Collater. Serial # 521000536. Purchased 1/23/1986.

2. Ryobi Itek Offset Press Model 3200PFA. Serial # 3967. Purchased 10/11/1989.

3. Purchased 9/5/1986.

4. Mitsubichi Silver Master Platemaker Model CP508. Serial # 680806. Purchased 6/29/1988.

Total Trade-In Value Offered: $ _____________________________

Page 25: INVITATION TO BID - govbids.com

RFQ06-B36 Page 25 of 27

TOTA __ DISCOUNT OFFERED FOR VISA PURCHASE: ____________%

OM

ERMS OFFERED: ________________________________________________

L COST FOR ITEMS 1-10: $ ___________________________

PR

PT PAY DISCOUNT (7 DAYS FROM COMPLETION): _________%

T

Item # 11:

Service and Maintenance Support – Year 2: $ ___________________

and Maintenance Support – Year 3: $ ___________________

Item #

Service and Maintenance Support: Pricing for all listed equipment (Items 1-9) for years 2-5. Include Year One (1) service and maintenance support costs in item pricing above. (Items 1-9)

Service

Service and Maintenance Support – Year 4: $ ___________________

Service and Maintenance Support – Year 5: $ ___________________

12: Completion Time for Project: State the number of calendar days

ompletion of project (from receipt of purchase order) including ordering of equipment, complete system installation and training of personnel. Completion time shall be considered as par dated dam each day pur for s pro

Number of Calendar Days for completion of project: _____________

Ear

for c

t of the evaluation and award of this quote. A liquiage in the amount of $50.00 per day will be accessed for past the stated completion date. The receipt date for thischase order is 5 days from the date the purchase order prints the purpose of computing any liquidated damages for thiject.

liest Start Date: _____________

Page 26: INVITATION TO BID - govbids.com

RFQ06-B36 Page 26 of 27

Item # 13:

Bidder shall provide a listing of at least five (5) references for whom the company has provided specific goods/services of the same or greater scope within the last three years.

ce # 1:

Qualification of Bidder: The Bidder shall have the capability in all respects to fully satisfying all the contractual requirements. Years in Business: Indicate the length of time the bidder hasbeen in business providing the goods/services in thissolicitation: _________________Years _______________ Months. References:

Referen

___

Customer Name: _________________________________________________

Contact Name: ______________________________________________

Phone Number: _________________________________________________

Address: _________________________________________________

Fax: _________________________________________________ Reference # 2: Customer Name: _________________________________________________

_________________________

me: ________________________ Contact Na

Phone Number: _________________________________________________

Address: _________________________________________________

Fax: _________________________________________________

Reference # 3:

Customer Name: _________________________________________________

Phone Number: _________________________________________________

Fax: _________________________________________________

Contact Name: _________________________________________________

Address: _________________________________________________

Page 27: INVITATION TO BID - govbids.com

RFQ06-B36 Page 27 of 27

NOTE: WILL YOU ALLOW OTHER CITIES OR COUNTY GOVERNMENTAL

_______ NO ___________

AGENCIES, OTHER SCH OR STATE UNIVERSITY SYSTEMS TO BUY FROM THIS CONTRACT? (AUTHORITY SBER 6A1.012(5) YES ____

OOL BOARDS, COMMUNITY COLLEGES,