Centennial School District

Centennial School District Phone: 215-441-6000 x11011 Fax: 215-441-5105 www.centennialsd.org Business Office 433 Centennial Road Warminster, PA 1897...
Author: Chrystal Sparks
0 downloads 3 Views 84KB Size
Centennial School District

Phone: 215-441-6000 x11011 Fax: 215-441-5105 www.centennialsd.org

Business Office 433 Centennial Road Warminster, PA 18974-5455

BID CONDITIONS AND SPECIFICATIONS

SOUND SYSTEM – GYMNASIUM/CAFETERIA

Bid Number 2012-50

Submission Date and Time:

July 19, 2012 10:00 a.m.

Bid Opening Date and Time:

July 19, 2012 10:00 a.m.

Destination for Delivery of Bids:

Centennial School District Administration Building Business Office 433 Centennial Road Warminster, PA 18974-5455

Public Education in Centennial Schools Inspiring Students  Building Intellect  Forging Partnerships A Diverse Learning Community Where Students Succeed Through Academics, Athletics, and The Arts An Equal Opportunity Employer

CENTENNIAL SCHOOL DISTRICT Administration Building Warminster, PA 18974-5455 Bid Number 2012-50

GYMNASIUM/CAFETERIA SOUND SYSTEM

June 2012

The Centennial School Board solicits sealed bids for a Gymnasium/Cafeteria Sound System in accordance with the following conditions and specifications. 1. Sealed bids for furnishing the Centennial School District with a Gymnasium/Cafeteria Sound System shall be in the hands of Mr. Christopher Berdnik, Business Administrator, Administration Building, 433 Centennial Road, Warminster, PA 189745455 on or before 10:00 a.m., July 19, 2012 and plainly marked on the envelope "Gymnasium/Cafeteria Sound System Bid”. 2. Each bid totaling $10,000 or more must be accompanied by a Certified or Bank Issued Check or Bid Bond, made payable to Centennial School District, in the amount of 10% of the total bid as a guarantee of successful completion of the contract. All checks submitted with bids will be held uncashed and returned to all unsuccessful bidders when bids are awarded. 3. Substitutes of equal quality may be made. Where trade names are used, bidders may submit alternates subject to the District's review for equal comparisons. 4. Delivery: a. Delivery of all equipment shall be made only during the hours from 8:30 a.m. to 3:00 p.m. daily, Monday through Friday, except on holidays when schools are closed. b. All shipments are FOB destination to McDonald Elementary School, 666 Reeves Lane, Warminster, Pa.

c. Manpower shall be provided by the vendors or their truckers to unload and deliver equipment to inside receiving areas. The District will not provide labor for this purpose. d. Not less than two weeks advance notice shall be given the Business Administrator’s Office prior to the first shipment of supplies under this contract and at least 24 hours notice of subsequent deliveries so that adequate receiving facilities may be assured. The School District reserves the right to refuse to accept deliveries if the vendor fails to provide advance notice as described herein. 5.

Centennial School Board reserves the right to waive any or all technicalities in the bids. Bidders will guarantee bid price will remain firm for 90 days from date of bid opening.

6.

The Centennial School Board reserves for itself the right to accept or reject any or all bids and to determine for itself what shall be acceptable as equals.

7.

Failure to complete and return the enclosed Non-Collusion affidavit with your bid will result in disqualification.

Bid Number 2012-50

June 2012

8.

Bidder agrees to adhere to Anti-Discrimination Clause included within the contents of this bid.

9.

Please check the Legal Notices page on Centennial School District’s website, www.centennialsd.org, for addenda prior to submitting your bid.

10. If there are any questions concerning item description, quantity or other aspects of these specifications, please contact Donna Brassell at (215) 441-6000 ext. 11013 or [email protected].

CENTENNIAL SCHOOL DISTRICT SOUND SYSTEM for MCDONALD ELEMENTARY SCHOOL INTENT It is the intent of these specifications to procure for the owner a state of the art sound system for the McDonald Elementary School Gymnasium/Cafeteria, complete with all components as listed on the base bid of this document. The bid is to include all components required for a complete system that will be installed by a contractor already identified by the School District. Bid price shall include all specified equipment and freight costs to the site, as well as eight (8) hours of on-site instruction of the equipment. ENVIRONMENT The system specified shall be complete and provide the equipment as listed to be installed by the designated contractor. VENDOR SHALL SUPPLY THE FOLLOWING INFORMATION WITH BID a. Current applicable literature completely describing the systems and all operation of the components. b. Current applicable literature describing all accessories. c. Coordination with the features of materials and equipment to form an integrated system.

MANUFACTURER'S PRODUCT PERIOD OF WARRANTY: The Gymnasium/Cafeteria Sound components shall be warranted by the manufacturer against defective materials and factory workmanship for a minimum of two (2) years. Such defective parts shall be repaired or replaced at the manufacturer’s option, free of charge. The warranty period shall commence when the system is first placed into service. Multiple warranties for individual components will be acceptable only if they factory warranty exceeds the general requirement. Satisfactory warranty documents must be provided. EQUIPMENT AND MATERIALS: 1. 2.

3. 4. 5. 6. 7. 8. 9. 10. 11.

One (1) 35 RU Wall Mount Equipment Cabinet: Middle Atlantic DWR-35-22PD or equal. One (1) Rack Mount Power Supply: Middle Atlantic PDS 620R or equal. a. One (1) Remote Key Switch on Single Gang Plate: Middle Atlantic USC-KL or equal. One (1) Rack Mount Power Supply: Middle Atlantic PD-915R or equal. One (1) 3RU Rack Mount Pull Out Drawer: Middle Atlantic D2 or equal. Electrical Contractor shall provide (AR) Blank Panels: Middle Atlantic PBL Series. One (1) 12 Channel Rack Mount Mixing Console: Allen n Heath WZ3 12:2 or equal. One (1) 775 Watts @8ohm Two Channel Power Amplifier: QSC PLX3602 or equal. One (1) 330 Watts @ 8ohm Two Channel Power Amplifier: QSC PLX1802 One (1) 300 Watts @70V Two Channel Power Amplifier: QSC ISA300Ti One (1) Single Slot Loaded CD Player with Integrated IPOD Docking Station: Tascam CD-200i or equal. Two (2) UHF Wireless Lavalier Microphone System: Sennheiser ew122G3 or equal. Includes Single Rack Mount kit and two (2) Handheld transmitters, Sennheiser SKM100-835G3 or equal. 4

Bid Number 2012-50 12. 13.

June 2012

One (1) Programmable Digital Processor: Rane RPM2 or equal. One (1) 31 Band Dual Channel Graphic Equalizer: Rane ME60S or equal.

Main System Speakers: Two-way passive type consisting of one 15” low frequency driver and one 1.5” high frequency driver. Performance specification of a typical production unit shall meet or exceed the following: frequency response, measured with swept sine wave input, shall be flat within +/-3dB from 45 z18kHz. Power handling shall be 350 watts r.m.s., 1400 watts peak. Sensitivity shall be 97dB. Maximum SPL measured with music program at stated amplifier input shall be 130 dB. Dimension: 30.8”H x 16.6”W x 19.9”D. Weight: 29 kg (64 lbs). 14. 15.

Two (2) JBL AM4215/95 or equal loudspeaker system (gymnasium). Nine (9) JBL Control 25T or equal loudspeaker system (cafeteria).

Stage Speaker System: Two-way configuration with an eight ohm 12” woofer with die-cast aluminum basket. The tweeters shall be 1” titanium diaphragm, fluid-cooled compression driver mounted on a Progressive Transition waveguide: SonicGuard high frequency protection: Performance specification of a typical production unit shall meet or exceed the following: frequency response, measured with swept sine wave input, shall be from70Hz-12kHz with a normal program power rating of 250 watts at 8 ohms and peak level of 1000 watts at 8 ohms. The case shall be constricted of ¾” plywood and covered in black carpet. The loudspeaker shall have a low profile design allowing sound to be projected toward performers at a distance not less than 4 feet. Input to the system shall be two speakon 4-pole jacks. Each case shall incorporate an 18 gauge steel black grill, have recessed side bar handles and metal reinforcement corners. 16. 17. 18. 19.

Two (2) JBL JRX112M stage monitor speakers or equal. Two (2) 25’ Speakon to Speakon connection cables, Rapco 14-25-ON or equal. Two (2) Hand-held Microphones – Wired: Audix OM2 or equal. Two (2) Microphone Stands: Atlas Soundolier MS-10CE or equal.

ADA Hearing Assistance System: System shall contain all necessary electronics and other equipment as may be required to provide a fully functional and operational system, including, but not limited to the following (owner provides all cabling): 20. 21. 22. 23. 24. 25. 26. 27. 28.

One (1) Stationary FM Transmitter (72, 216, or 863 MHz) LT-800 or equal. One (1) Universal Antenna Kit (72 and 216 MHz) LA-122 or equal. One (1) Remote Antenna Kit (863 MHz) LA-130 or equal. One (1) Universal Rack Mounting Kit LA-326 or equal. Four (4) Portable Programmable Display FM Receiver (72, 216, or 863 MHz) or equal. Four (4) Ear Speakers LA-164 or equal. One (1) 4-Unit FM Product Charging/Carrying Case LA-317 or equal. Four (4) NiMH AA Rechargeable Batteries (pkg. of 2) LA-362 or equal. One (1) Assistive Listening Notification Signage Kit LA-304 or equal.

5

SOUND SYSTEM FOR MCDONALD ELEMENTARY Bid Number 2012-50 July 19, 2012 Centennial School District Business Office Administration Building 433 Centennial Road Warminster, PA 18974-5455 Gentlemen: We propose to provide the Centennial School District with a Gymnasium/Cafeteria Sound System for the McDonald Elementary School according to your specifications of June 2012 for the sum of: Total Bid Amount

$ _________________________

A Certified Check, Bank Check, or a Bid Bond in the amount of $ ________________ is enclosed. The Non-Collusion Affidavit is signed and attached

____________

Bidder Proposal or Reference # _________________ Are procurement cards (VISA) accepted for payment? YES or NO If procurement cards are accepted, are there any restrictions or conditions?

Are ACH Payments accepted? YES or NO If ACH payments are accepted, are there any restrictions or conditions?

Please note any exceptions to the above equipment requirements:

Authorized Signature

Print Name

Firm Name

Address

Phone Number

Fax Number

Date

Email

6

ANTI-DISCRIMINATION CLAUSE (Section 755, Pennsylvania School Code) 1. In accordance with the provisions of the Pennsylvania School Code, the contractor agrees: a. That in the hiring of employees for the performance of work under this contract, or any subcontractor hereunder, no contractor, subcontractor, nor any person acting on behalf of such contractor of subcontractor, shall by reason of race, creed, color, discriminate against any citizen of the Commonwealth of Pennsylvania who is qualified and available to perform work to which the employment relates; b. That no Contractor, subcontractor, or any person acting on behalf, shall in any manner discriminate against or intimidate any employee hired for performance of work under this contract on account of race, creed, or color; c. That there may be deducted from the amount payable to the contractor under this contract, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated, in violation of the provisions of the contract; and, d. That this contract may be canceled or terminated by the school district, and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this portion of the contract.

INSTRUCTIONS FOR NON-COLLUSION AFFIDAVIT 1. This Non-Collusion Affidavit is material to any contract awarded pursuant to this bid. According to the Pennsylvania Antibid-Rigging Act. 73 P.S. 1611 et seq.. governmental agencies may require Non-Collusion Affidavits to be submitted together with bids. 2. This Non-Collusion Affidavit must be executed by the member, officer or employee of the bidder who makes the final decision on prices and the amount quoted in the bid. 3. Bid rigging and other efforts to restraint competition, and the making of false sworn statements in connection with the submission of bids are unlawful and may be subject to criminal prosecution. The person who signs the affidavit should examine it carefully before signing and assure himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the bidder with responsibilities for the preparation, approval or submissions of the bid. 4. In the case of a bid submitted by a joint venture, each party to the venture must be identified in the bid documents, and an affidavit must be submitted separately on behalf of each party. 5. The term "complementary bid" as used in the Affidavit has the meaning commonly associated with that term in the bidding process, and includes the knowing submission of bids higher than the bid of another firm, any intentionally high or noncompetitive bid, and any other form of bid submitted for the purpose of giving a false appearance of competition. 6. Failure to file an Affidavit in compliance with these instructions will result in disqualification of the bid.

7

NON-COLLUSION AFFIDAVIT Contract/Bid No. __________ State of _________________________ : :s.s. County of _______________________ : I state that I am _______________________________ of ________________________________________________ (Title) (Name of Company) and that I am authorized to make this affidavit on behalf of my firm, and its owners, directors, and officers, I am the person responsible in my firm for the price(s) and the amount of this bid. I state that: (1) The price(s) and amount of this bid have been arrived at independently and without consultation, communication or agreement with any other contractor, bidder or potential bidder. (2) Neither the price(s) nor the amount of this bid, and neither the approximate price(s) nor the approximate amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder, and they will not be disclosed before the bid opening. (3) No attempt has been made or will be made to induce any firm or person to refrain from bidding on this complementary bid. (4) The bid of my firm is made in good faith and not pursuant to any agreement or discussion with or inducement from, any firm or person to submit a complementary or other noncompetitive bid. (5) ___________________________________________________________, its affiliates, subsidiaries, (Name of my firm) officers, directors and employees are not currently under investigation by any governmental agency and have not in the last four years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract, except as follows: I state that _____________________________________________________ understands and acknowledges (Name of my firm) that the above representations are material and important, and will be relied on by the Centennial School District when recommending for award the contract(s) for which this bid is submitted, I understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from the Centennial School District of the true facts relating to the submission of bids for this contract.

(Print Name of Authorized Person and Company Position)

Signature of Authorized Person Sworn to and subscribed before me this _____________ day of __________________, 20____

___________________________________ Notary Public

My commission expires _______________________

8