request for sealed proposal


[PDF]request for sealed proposal - Rackcdn.com000417b6df56f4ae5bbf-f6bd2cfeac0f4625637eac684e9e6a05.r25.cf1.rackcdn.com/...

3 downloads 145 Views 2MB Size

Date: October 15, 2013 Mark your return envelope as follows: “SEALED PROPOSAL” for Projector Mounts

Birdville Independent School District Purchasing Department 3124 Carson Street • Haltom City, Texas 76117 817-547-5629 • Fax 817-831-5662

REQUEST FOR SEALED PROPOSAL Type company name and address here

SEALED PROPOSAL #019-14 OPENING DATE: October 31, 2013 OPENING TIME: 2:00 PM

Proposals will not be accepted after the above date and time.

Proposal subject to attached Notice to Proposers.

Description

The Birdville Independent School District is interested in receiving proposals for Projector Mounts at fifteen locations. The attached pages contain the required information. The contract will be awarded to the company who, based on all responses and applying all criteria, is determined by the District to be the best-qualified company to provide the required product and service. Proposals must be submitted on the forms provided. Submit one original and one copy of your proposal. All documents shall be placed in an envelope, sealed, properly identified with “Projector Mounts, Proposal No. 019-14”, and delivered to the Birdville Independent School District, Purchasing Office, 3124 Carson Street, Haltom City, TX 76117 by 2:00 PM, Thursday, October 31, 2013. Proposals received after that time will be returned unopened. The District reserves the right to reject any and/or all proposals, to make awards as they may appear advantageous to the District and to waiver all formalities and irregularities in proposing. A mandatory pre-proposal meeting will be held on Tuesday, October 22, 2013 at 2:00 PM in the TIMS Department located at 3126 Carson Street, Haltom City, TX 76117. Tours of the facilities will take place on October 23-24, 2013 from 9:00 AM until 4:00 PM. A bus will be provided and will leave the TIMS Department at 9:00 AM. Proposals will not be accepted from vendors who do not attend the pre-proposal meeting and tour the facilities. Pricing must be firm for acceptance for 90 days from the date of opening. Proposals must show the full name and address of the vendor. Unsigned proposals will be disqualified. The person signing the proposal must be someone with the authority to bind their firm to a contract. Items must conform to appropriate local, state and federal ordinances, statutes, and regulations governing the manufacture, safety, and installation of the item. By signing this proposal, the company certifies and represents to the District that the vendor has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient’s decision, opinion, recommendation, vote of any other exercise of discretion concerning this proposal. The signer further certifies that this company is not prohibited from doing business with any Federal Department or Agency and that to the best of their knowledge no company employee, either full or part time, owner, official, stockholder, subcontractor, or member of their immediate family, are related to a member of the Board of Trustees in violation of the Nepotism Prohibition of the State of Texas Government Code (Chapter 573 Gov. Code). The specifications set forth for this proposal are not intended to be restrictive. The intent of this proposal is to obtain the best product at the most economical price available. The specifications are established to ensure that the District remains within the bounds of the rules and regulations that govern its operation and to protect the taxpayer’s investment in this entity. Any questions concerning this proposal should be directed via email to Richard Goolsby at [email protected].

FELONY CONVICTION NOTIFICATION State of Texas Legislative Senate Bill No. 1, Section 44.034, Notification of Criminal History, Subsection (a), states "a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony." Subsection (b) states "a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract." THIS NOTICE IS NOT REQUIRED OF A PUBLICLY-HELD CORPORATION

I, the undersigned agent for the firm named below, certify that the information concerning notification of felony convictions has been reviewed by me and the following information furnished is true to the best of my knowledge. VENDOR'S NAME AUTHORIZED COMPANY OFFICIAL'S NAME Please Print

A.

My firm is a publicly-held corporation, therefore, this reporting requirement is not applicable. Signature of Company Official

B.

My firm is not owned nor operated by anyone who has been convicted of a felony. Signature of Company Official

C.

My firm is owned or operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s) Details of Conviction(s)

Signature of Company Official

Educational Purchasing Cooperative of North Texas Contract

Several governmental entities around the Birdville Independent School District have indicated an interest in being included in this contract. Should these governmental entities decide to participate in this contract, would you, the vendor, agree that all terms, conditions, specifications, and pricing would apply?

Yes

No

If you, the vendor, checked yes, the following will apply. Governmental entities utilizing Internal Governmental contracts with the Birdville Independent School District will be eligible, but not obligated, to purchase material/services under the contract(s) awarded as a result of this solicitation. All purchases by governmental entities other than Birdville Independent School District will be billed directly to that governmental entity and paid by that governmental entity. Birdville Independent School District will not be responsible for another governmental entity’s debts. Each governmental entity will order their own material/service as needed. For information regarding the Educational Purchasing Cooperative of North Texas, please visit their website at the following address: http://www.lisd.net/purchasing/NTEPChomepage1.htm

PERSONNEL POLICY STATEMENTS

Non-Discriminatory Employment All Proposers, in awarded the contract for the Work, and subcontractors, suppliers and vendors shall agree to refrain from discrimination in terms and conditions of employment on the basis of race, color, religion, sex, or national origin, and agrees to take affirmative action as required by Federal Statutes and Rules and Regulations issued in order to maintain and ensure nondiscriminatory employment practices. Contractors Personnel Background Checks and Drug Testing Polices. The Birdville Independent School District is interested in protecting its students, visitors, and staff from unsafe situations or inappropriate behavior. To this end, the District will require background checks and drug testing for all contractor and subcontractor personnel. As a part of this proposal, the Proposer shall submit a written description of the personnel policies and procedures that it will enforce, if selected for this project. The Proposer shall furnish the description of their Personnel Background Check and Drug Testing Policy/Procedures, and include them in this response. Proposal Evaluation Waiver By submitting a Proposal, each Proposer, and by extension each subcontractor, supplier, and vendor, agrees to waive any claim it has, or may have, against the Owner and its respective employees arising out of on in connection with the administration, evaluation, or recommendation of any Proposal; waiver of any requirements under the Proposal Documents, acceptance or rejections of any Proposal; and award to the contract.

PROJECTOR MOUNTS PROPOSAL NO. 019-14 INSTRUCTION TO PROPOSERS To be considered, proposals must be made in accordance with these instructions to proposers: 1.

DOCUMENTS: Unless specified otherwise, all drawings and specifications associated with this project are included with this proposal request.

2.

QUESTIONS: Submit all questions about the specifications to the Owner in writing. Replies will be issued to all prime vendors on record as Addenda and will become part of the Contract. The Owner will not be responsible for oral clarification. Questions received less than two days before the proposal opening cannot be answered. Address all questions to the Director of Purchasing, Birdville Independent School District, 3124 Carson Street, Haltom City, TX 76117. Questions may be emailed to [email protected].

3.

PROPOSAL GUARANTY: (Required only if total proposal exceeds $25,000.00) No proposal will be considered unless accompanied by a Cashier's Check on any State or National Bank in the State of Texas, and is payable unconditionally to the Birdville Independent School District, or a Bidder's Bond, shall be in the amount of not less than five percent (5%) of the total aggregate amount of the proposal. The submission of a proposal by any vendor shall constitute an agreement, warranty and guaranty to the Board of Education as follows: a.

That proposal is made in good faith, and that the Vendor will execute the Contract and furnish the required bonds within (10) days after receipt of acceptance. A copy of the contract is attached.

b.

That time is of the essence in the construction of facilities for school purposes, and the delay in the time of completion subjects the public to damages, and particularly the Board of Education, that the amount of such damages is difficult to ascertain, and it shall be agreed that should the Vendor fail to execute the Contract and furnish the required bonds within ten (10) days after receipt of acceptance, that the amount of the Cashier's Check or Bidder's Bond shall constitute liquidated damages.

c.

Contractor agrees that it would be required to commence work under the contract within ten (10) days of receipt of executed contract from the District; provided however that the date Contractor shall commence work shall always be governed by those provisions of the contract that determine the date Contractor shall complete work.

PROJECTOR MOUNTS PROPOSAL NO. 019-14 INSTRUCTION TO PROPOSERS 4.

RETURN OF PROPOSAL GUARANTY: Security of the vendors may be retained until after the Contract has been awarded and when required, Performance Bond and Payment Bond made and in no event longer than sixty (60) days.

5.

FILING OF PROPOSALS: No proposals will be considered unless it is filed with the Purchasing Department, 3124 Carson Street, Haltom City, Texas 76117 within the time limit for receiving proposals as stated in the Advertisement. Each proposal shall be in a sealed envelope, plainly marked with the word, "Proposal", and the name or description of the project.

6.

WITHDRAWING PROPOSALS: Proposals filed with the Purchasing Department cannot be withdrawn or modified prior to the time set for opening proposals. Request for non-consideration of proposals must be made in writing, addressed to, and filed with the Purchasing Department, prior to the time set for opening proposals. After other proposals are opened publicly, the proposal for which withdrawal is requested will be returned unopened.

7.

OPENING PROPOSALS: The proposals filed with the Purchasing Department will be opened publicly and shall thereafter remain on file with the School District.

8.

IRREGULAR PROPOSALS: Proposals shall be considered irregular if they show any omissions, alterations of form, additions or conditions not called for, or irregularities of any kind. However, the District reserves the right to waive any irregularities and to make the award in the best interest of the District. In case of ambiguity or lack of clearness in stating prices in the proposal, the District reserves the right to adopt the prices written in words.

9.

REJECTION OF PROPOSALS: The District reserves the right to reject any or all proposals and all proposals submitted are subject to this reservation. Proposals may be rejected for any of the following specific reasons: a. b. c.

Proposals received after the time limit for receiving proposals Proposals containing any irregularities Unbalanced value of any items

PROJECTOR MOUNTS PROPOSAL NO. 019-14 INSTRUCTION TO PROPOSERS 10.

DISQUALIFICATIONS OF VENDORS: Vendors may be disqualified and their proposals not considered for any of the following reasons: a. b. c. d. e. f.

Reason for believing collusion exists among vendors. Reasonable grounds for believing that any vendor is interested in more than one proposal for the work contemplated. The vendor being interested in any litigation against the District. The vendor being in arrears on any existing Contract or having defaulted on a previous Contract. Lack of competency as revealed by the financial statement, experience and equipment questionnaires, omission of required proposal submittals, etc. Uncompleted work which, in the judgment of the District, will prevent or hinder the prompt completion of additional work if awarded.

11.

EXAMINATION OF PREMISES: Before submitting proposals for his work, each vendor will be held to have examined the premises and satisfied himself as to the existing conditions under which he will be obliged to operate, or that will in any manner affect the work under the Contract. No allowances shall be made subsequently in this connection in behalf of the Contractor for any error or negligence on his part.

12.

ADDENDA: Any addenda issued during the time of allotted shall be covered in the proposal, and in closing the Contract, they will become a part thereof.

13.

AWARD: At the option of the School District, a contract will be awarded on the basis of the best qualified proposal including full consideration of unit prices, alternates, time of completion, and safety record.

14.

PERFORMANCE AND PAYMENT BOND: (Required only if total contract exceeds $25,000.00) Before contracts will be issued the Contractor will execute separate Performance and Payment Bonds, each in the sum of 100 percent of the total contract price, in standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantees required, and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the Contract, and it is agreed that no Contract shall be in effect until such Performance and Payment bonds are furnished and approved by the Owner. Unless otherwise specified, the cost of the premium for the Performance and Payment Bonds shall be included in the Contractor's Proposal.

PROJECTOR MOUNTS PROPOSAL NO. 019-14 INSTRUCTION TO PROPOSERS 15.

LIQUIDATED DAMAGES FOR DELAY: It is to be understood that time is of the essence in this Contract and that for each calendar day of delay beyond the completion date of the Contract, the Contractor shall pay to the Owner as liquidated damages the sum of Two Hundred and Fifty Dollars ($250.00). It is understood by both parties that this sum shall be treated as liquidated damages and not as a penalty, and the Owner shall withhold from the Contractor's compensation such sum as liquidated damages.

16.

BUILDING GUARANTEES: Except where otherwise stipulated in the contract document, the Contractor shall, as per his contract, guarantee all materials and workmanship furnished under this contract for a period of one (1) year after the date of final acceptance of the work by the Owner's representative and shall repair and make good, without expense to the Owner, any and all defects in material supplied or his work which may develop within that time. All required guarantees shall be submitted to the Owner's representative on approved form before the project will be accepted. a. b. c.

17.

Waiver of lien against project Contractor's affidavit of bills paid All other guarantees

INSURANCE: The Contractor will show proof of insurance before any Contract can be entered into. The Insurance shall be to the following limits: (A) Worker’s Compensation Employer’s Compensation, not less than the statutory limit; specifically covering all work performed in the State of Texas. (B) Public Liability, Bodily Injury, and Property Damage; not less than one million dollars ($1,000,000). (C) Property Damage; not less than one million dollars ($1,000,000). (D) Comprehensive General Liability; not less than one million dollars; ($1,000,000).

18.

WORKER'S COMPENSATION INSURANCE COVERAGE: a. Definitions: Certificate of Coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, of a coverage agreement (TWCC-81, TWCC-82, TECC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the Project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity.

PROJECTOR MOUNTS PROPOSAL NO. 019-14 INSTRUCTION TO PROPOSERS Persons providing services on the project ("subcontractors" in 406.096) - includes all persons or entities performing all or part of the service the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity that furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. b.

The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all employees of the contractor providing services on the project, for the duration of the project.

c.

The contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract.

d.

If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended.

e.

The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) (2)

a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project.

f.

The contractor shall retain all required certificates of cover for the duration of the project and for one year thereafter.

g.

The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project.

PROJECTOR MOUNTS PROPOSAL NO. 019-14 INSTRUCTION TO PROPOSERS h.

The contractor shall post on each project site a notice, in the text, form, and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage.

i.

The contractor shall contractually require each person with whom it contracts to provide services on a project to: (1)

(2) (3)

(4)

provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; provide to the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; obtain from each other person with whom it contracts, and provide to the contractor: (a) (b)

(5) (6)

(7)

a certificate of coverage, prior to the other person beginning work on the project; and a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project;

retain all required certificates of coverage on file for the duration of the project and for one year thereafter; notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services.

PROJECTOR MOUNTS PROPOSAL NO. 019-14 INSTRUCTION TO PROPOSERS j.

By signing this proposal or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a selfinsured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions.

k.

The contractor's failure to comply with any of these provisions is a breach of contract by the contractor that entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity.

PROJECTOR MOUNTS PROPOSAL NO. 019-14 SCOPE OF WORK Provide all labor, material, equipment and incidentals necessary and required to completely install ceiling mounted hardware and install BISD furnished projectors. BISD has budgeted $350,000 for this project for this project in the 2014 budget which ends June 30, 2014. If additional budget is approved, the unfunded portion of this project will be funded in the 2015 budget which begins July 1, 2014. General Conditions • All work will be done according to the plans and specifications of the individual job, commonly accepted construction practices and code requirements. • The Contractor will be required to meet all national, state and local safety requirements pertaining to all equipment and work provided under this contract. • The Contractor will be responsible for all fees and permits. • The work on this project must take place between 3:00 and 11:00 P.M. week days. • The successful vendor will be responsible for all materials delivered to the job site. Items shall not be stored at the jobsite. Items to be used each day will be brought to the site daily. • All trees, shrubs and buildings shall be protected from construction activities. Vehicular traffic off paved areas shall be limited to specialized vehicles necessary to perform the work. Personal and service vehicles shall be parked in designated parking spaces. • Construction workers shall be fully clothed at all times, refrain from loud or abusive language, and conduct themselves in an exemplary manner at all times. • Contractors are advised that any person, firm or other party to whom the Contractor proposes to award a subcontract under this contract must be acceptable to the owner. • By law, BISD is a “Tobacco Free” district. No tobacco products are allowed on school property, including parking areas. • It is the responsibility of the Contractor to pickup and properly disposes of any and all generated waste daily. Work areas must be left clean upon completion of work each day. Dumping in a District owned dumpster will not be allowed. • It can be reasonably anticipated that school age children will populate these areas. The contractor shall establish necessary safety measures and maintain these measures at all times during the individual jobs. • Contractor assumes full responsibility and is liable for all damages to existing District property caused by his forces. • This contract will be awarded in the best interest of the district. Pricing should be on a per campus basis and could be awarded to one or more vendors. • Each proposal should include complete descriptive literature of the proposed products. • Any deviation from the specification must be shown on the attached Deviation Sheet. All other project work will be completed according to the attached specifications. • Product substitutions will only be excepted if pre-approved by BISD TIMS Technical Staff o Product substitutions must be submitted and BISD approved before 10/24/2013 Background Checks and Drug Testing Policy The Birdville Independent School District is interested in protecting its students, visitors and staff from unsafe situations or inappropriate behavior. The district will require background checks and drug testing for all contractor and subcontractor personnel. As a part of this proposal the Proposer shall submit a written description of the personnel policies and procedures that it will enforce, if selected for this project. The Proposer shall furnish the description of their Personnel Background Check and Drug Testing Policy/Procedure and include them in this response.

PROJECTOR MOUNTS PROPOSAL NO. 019-14 Non-Discriminatory Employment All Proposers, if awarded the contract for the Work, and subcontractors, suppliers and vendors shall agree to refrain from discrimination in terms and conditions of employment on the basis of race, color, religion, sex, or national origin and agrees to take affirmative action as required by Federal Statues and Rules and Regulations issued in order to maintain and ensure non-discriminatory employment practices. SPECIFICATIONS Digital Classroom Infrastructure The District’s current digital classroom equipment consists of a mix of aging physical equipment and newer equipment. Many classrooms already have document cameras and projectors. Projectors are physically mounted to a mobile AV cart in each classroom. The District is providing a PC to each teacher. Equipment to be provided The successful vendor must provide the following equipment: • CHIEF CMS443 Lightweight Suspended Ceiling Kit with Extension Column Contractor will provide ceiling grid crosspieces if 2 X 4 ceiling tile exist in a classroom. • Security mounting for existing ceiling infrastructure. All security mounting cables must be secured to structural red iron. • Peerless PRG-JVC-DLA Precision Gear Projector Mount • A/V template station (on both ends) o VGA (110 punch down) - Top o RCA (110 punch down) - Middle o HDMI (pass through) - Bottom • Single gang wall plate using the following components: Manufacture Leviton Leviton Leviton Leviton Ultra

Part # 41290-SMW 41295-VPW 41292-AEW 41290-HDW U12-41928

Manufacture Part # Ultra U12-41606 Ultra U12-41610 Ultra U12-42320 Systimax

700208093

Wiremold Panduit

WM-NM2044WH LD10WH8-A

Erico

MPLS

End Point Configuration and Materials Description MOS Wallplate, single-gang, white VGA PC MOS Module, 110-style termination, white (2 runs of CAT 6) RCA Composite Video MOS Module, 110-style termination, white (1 run of CAT 6) 1 Unit High Multimedia Outlet System HDMI Insert Adapter, White ULTRA MALE HDMI TO FEMALE HDMI 90 DEGREE COUPLER (teacher station) Adapters, Cabling, and MISC Hardware Description ULTRA VGA/SVGA/SXGA MALE/MALE 10FT - (teacher station) ULTRA VGA/SVGA/SXGA MALE/MALE 6FT) - (projector Station) Ultra 50FT High Speed HDMI Cable with Ethernet and 3D Support -10.2Gbps, 1080p, HDMI Male to HDMI Male - (teacher to projector stations) GigaSPEED XL® 2071E ETL Verified Category 6 U/UTP Cable, plenum, blue jacket, 4 pair count White - 2.75" Extra deep wall mounting box - 1G - 2 piece - (where needed) • Size: 4-3/4" Length, 3" Width, 2-3/4" Depth White - One-piece latching surface raceway - (where needed) • Joints may or may not be needed to complete installation Caddy MPLS Metal Single Gang Drywall Wall Plate Mounting Bracket With Screws - (for sheetrock walls)

PROJECTOR MOUNTS PROPOSAL NO. 019-14 SERVICE OBJECTIVES The successful vendor will provide any and all equipment required to achieve the desired solution. The successful vendor will utilize existing projectors in each classroom. Projector models vary and include but not limited to the following make and models: Viewsonic PJD5111 PJD6320 PJD6230R PJD6240R

Hitachi CPX-201 CPX-200

NEC VT-595

The successful vendor will: • Install a Lightweight Suspended Ceiling Kit • Ceiling mount existing classroom projector • Electrical connection to be provided by others • Furnish and install teachers workstation input plate and interconnect cable terminated at both ends between the projector and input plate • AV wall plate to be located within 1 foot of the BISD specified location o See attached maps for placement locations o Material list provided within Specifications • Install specified CAT 6 cabling (3 runs) from projector mount to the wall plate and terminate, 2 for VGA connections, 1 for RCA connection and label both ends as “VGA 1”, “VGA 2”, and “RCA 1” • Install HDMI cable from projector mount to wall plate and terminate • MPLS or surface mounting of wall plate will vary based on the room environment • Due to varying types of construction different types of wall access will be employed. Raceways will be allowed where necessary but only after the approval of BISD • All installations shall be done according to equipment manufacturers specifications • Use of bridle rings to route cable is required. Minimum of at least one support ring every 48”. Cable ties attached to ceiling grid or run on top of ceiling will not be acceptable Planning and Configuration The successful vendor will provide an assembly, configuration and delivery plan. The vendor will assemble and test supplied equipment. Fully assembled configurations will be delivered to the classrooms according to assembly and configuration plan. Assembly and delivery will be coordinated with the district staff and avoid classroom interruption. Proposal must include all cost for all required work. System Implementation The successful vendor shall submit a plan to the District addressing how it intends to implement the installation services requested in this proposal. The plan should include a detailed schedule listing of any prerequisites, a recovery/rollback plan and description of tasks to be performed by vendor. Installation shall be undertaken with minimum interruption to District personnel.

PROJECTOR MOUNTS PROPOSAL NO. 019-14 CAMPUS LOCATIONS Campus Birdville Elem Smith Elem Francisco Elem Mullendore Elem Richland Elem Smithfield Elem Snow Heights Elem Cheney Elem at S. Birdville West Birdville Elem Holiday Heights Elem Foster Village Elem Haltom Middle Richland Middle North Oaks Middle Shannon Education Center

Total Number of Rooms 473

Address 3126 Bewley Street 3701 N. Haltom Road 3701 Layton Ave 4100 Flory St 3250 Scruggs Park Dr 6724 Smithfield Rd 4801 Vance Rd 2600 Solona St 3001 Layton Av 5221 Susan Lee Ln 6800 Springdale Ln 5000 Hires Ln 7400 Hovenkamp 4800 Jordan Park Dr 6010 Walker Street

City Haltom City Haltom City Haltom City N. Richland Hills Richland Hills N. Richland Hills N. Richland Hills Haltom City Haltom City N. Richland Hills N. Richland Hills Haltom City Richland Hills Haltom City Haltom City

Zip Code 76117 76117 76117 76180 76118 76182 76180 76117 76117 76180 76182 76117 76118 76117 76117

# of Rooms 29 32 22 29 26 31 29 20 26 37 33 51 41 34 33

PROJECTOR MOUNTS PROPOSAL NO. 019-14 PRICING/SIGNATURE PAGE We, the undersigned, propose to enter into a Contract with the Birdville Independent School District to furnish labor, material, tools, transportation, disposal, insurance, permits, and all incidentals necessary for the completion of this project, in accordance with the plans and specifications. We have carefully reviewed and understand the “Instructions to Proposers”, the plans and specifications and have aquatinted ourselves with the existing and anticipated conditions that might affect the Work. We understand that if we are the Successful Vendor, a Contract will be prepared and if that Contract is in excess of $25,000, we will furnish satisfactory payment and performance bonds each in the full amount of the Contract covering all parts of the Work. We attach a bid bond in the sum of 5% of the amount of our proposal executed by: Surety; Attorney-in-fact, Agent. The pricing includes the following: Provide all labor, materials, equipment, disposal, permits, and incidentals necessary and required to complete the installation of a projector mount at specified locations as specified on the attached page.

******************************************************* Company Name Name of Person Responsible for Proposal Title of Person Responsible for Proposal Signature of Person Responsible for Proposal Address City/State/Zip Code Phone/Fax Numbers E-Mail Address Date

PROJECTOR MOUNTS PROPOSAL NO. 019-14 PRICING PAGE - PER CAMPUS Campus

Location

Birdville Elementary

3126 Bewley St. Haltom City TX 76117

Smith Elementary

3701 N. Haltom Rd. Haltom City TX 76117

Francisco Elementary

3701 Layton Av. Haltom City, TX 76117

Mullendore Elementary

4100 Flory St. North Richland Hills, TX 76180

Richland Elementary

3250 Scruggs Park Dr. Richland Hills, TX 76118

Smithfield Elementary

6724 Smithfield Rd. North Richland Hills, TX 76182

Snow Heights Elementary

4801 Vance Rd. North Richland Hills, TX 76180

Cheney Elementary at S. Birdville

2600 Solona St. Haltom City, TX 76117

West Birdville Elementary

3001 Layton Av. Haltom City, TX 76117

Holiday Heights Elementary

5221 Susan Lee Ln, North Richland Hills, TX 76180

Foster Village Elementary

6800 Springdale Ln, North Richland Hills, TX 76182

Haltom Middle School

5000 Hires Ln, Haltom City, TX 76117

Richland Middle School

7400 Hovenkamp, Richland Hills, TX 76118

North Oaks Middle School

4800 Jordan Park Dr. Haltom City, TX 76117

Shannon Education Center

6010 Walker St, Haltom City, TX 76117 PRICE IF AWARDED ALL CAMPUSES

Base Proposal

Projector / SmartBoard Wall

Teacher Workstation

Projector / SmartBoard Wall

Teacher Workstation

special ed room cabnets all around room

Projector / SmartBoard Wall

Teacher Workstation

Projector / SmartBoard Wall

Teacher Workstation

Projector / SmartBoard Wall

Teacher Workstation

Projector / SmartBoard Wall

Teacher Workstation

* Music room Projectors mounted

*

Projector / SmartBoard Wall Teacher Workstation

Projector / SmartBaord Wall

Teacher Workstation

Projector / SmartBoard Wall

Teacher Workstation

Projector / SmartBoard Wall

Teacher Workstation

Projector / SmartBaord Wall

Teacher Workstation

Projector / SmartBoard Wall Teacher Station

Projector / SmartBoard Wall

Teacher Workstation

Projector / SmartBoard Wall

Teacher Workstation

Projector / SmartBoard Wall

Teacher Workstation