INVITATION FOR BIDS Horry County Schoolsbids.centerdigitalgov.com/docs/2011/05/Bid_Document...Horry...

11
Horry County Schools INVITATION FOR BIDS May 5, 2011 OPENING DATE AND TIME: Monday, May 16th, 3:30 P.M. OPENING LOCATION: Procurement Services Conference Room 306 Horry County Schools 335 Four Mile Rd. Conway, South Carolina 29526 PROCUREMENT FOR: Fujitsu S1500 Scansnap Desktop Scanner Bid# 1011-66 (BID NUMBER MUST BE SHOWN ON THE OUTSIDE OF ENVELOPE) DIRECT ALL INQUIRIES TO: Maurice Jackson, CPPB Procurement Specialist III (843) 488-6929 NOTICE TO BIDDERS: subject to the conditions , provisions and the enclosed specifications, sealed bids will be received at this office until the stated date and time and then publicly opened . No consideration of bid award will be made at the bid opening. Bids received after the stated date and time, whether presented in person, received by the U .S. Mail, or by U.P.S. will not be accepted. Horry County Schools reserves the right to retain all bids for a period of forty-five (45) days and to reject any and all bids and to waive any informalities and/or irregularities thereof. BOARD OF EDUCATION HORRY COUNTY SCHOOLS By: Darlyn Adams, CPPO Procurement Agent I

Transcript of INVITATION FOR BIDS Horry County Schoolsbids.centerdigitalgov.com/docs/2011/05/Bid_Document...Horry...

Page 1: INVITATION FOR BIDS Horry County Schoolsbids.centerdigitalgov.com/docs/2011/05/Bid_Document...Horry County Schools INVITATION FOR BIDS May 5, 2011 OPENING DATE AND TIME: Monday, May

Horry County SchoolsINVITATION FOR BIDS

May 5, 2011

OPENING DATE AND TIME: Monday, May 16th, 3:30 P.M.

OPENING LOCATION: Procurement ServicesConference Room 306Horry County Schools

335 Four Mile Rd.Conway, South Carolina 29526

PROCUREMENT FOR: Fujitsu S1500 Scansnap Desktop ScannerBid# 1011-66

(BID NUMBER MUST BE SHOWN ON THE OUTSIDE OF ENVELOPE)

DIRECT ALL INQUIRIES TO: Maurice Jackson, CPPBProcurement Specialist III(843) 488-6929

NOTICE TO BIDDERS: subject to the conditions, provisions and the enclosedspecifications, sealed bids will be received at this office until the stated date and timeand then publicly opened . No consideration of bid award will be made at the bidopening.

Bids received after the stated date and time, whether presented in person, received bythe U .S. Mail, or by U.P.S. will not be accepted.

Horry County Schools reserves the right to retain all bids for a period of forty-five (45)days and to reject any and all bids and to waive any informalities and/or irregularitiesthereof.

BOARD OF EDUCATIONHORRY COUNTY SCHOOLS

By: Darlyn Adams, CPPOProcurement Agent

I

Page 2: INVITATION FOR BIDS Horry County Schoolsbids.centerdigitalgov.com/docs/2011/05/Bid_Document...Horry County Schools INVITATION FOR BIDS May 5, 2011 OPENING DATE AND TIME: Monday, May

Horry County Schools

TABLE OF CONTENTS

BID #1011 -66

Pages inSection

General Bid Conditions ................................................................. 6

Special Bid Conditions ..................................................................1

Official Bid Form ........................................................................1

Bid Schedule and Specifications ......................................................1

2

Page 3: INVITATION FOR BIDS Horry County Schoolsbids.centerdigitalgov.com/docs/2011/05/Bid_Document...Horry County Schools INVITATION FOR BIDS May 5, 2011 OPENING DATE AND TIME: Monday, May

GENERAL BID CONDITIONS

1. INSTRUCTIONS TO BIDDERS:

a. Bids shall be publicly opened at the stated date and time as indicated in the Invitation for Bids and shall beconducted by the OFFICE OF PROCUREMENT SERVICES OF HORRY COUNTY SCHOOLS at 335FOUR MILE RD., CONWAY, SOUTH CAROLINA in CONFERENCE ROOM 306.

b. Sealed bids shall be enclosed and secured in an envelope. The name of the bidder shall be displayed on theenvelope. Bids shall be mailed to the Office of Procurement Services, Horry County Schools, P.O. Box260005, Conway, South Carolina 29528-6005, or hand delivered to the Office of Procurement Services,Ilorry County Schools Attention Denise Richardson, 335 Four Mile Rd., Conway, South Carolina.

c. Bids shall be submitted no later than the stated date and time as indicated in the Invitation for Bids in the

place and manner as described in paragraph l b above and on the date indicated by the Invitation for Bids.

Bids received after these times are considered late bids. Late bids shall not be considered, unless improper

handling by District employees caused the delay.

d. The District shall not accept responsibility for unidentified bids.

e. In the event that a bid is unintentionally opened prior to the official time set for the bid opening, theemployee opening such a bid shall immediately inform the Director of Procurement or designated assistant.The person who opens the bid will immediately write his signature and position on the envelope and deliver itto the Director of Procurement, The Director or designee shall immediately write on the envelope anexplanation of the opening, the date and time of opening, and the invitation for bids' number. The Directoror designee and the employee shall sign and reseal the envelope immediately.

h. All prices and quotations shall be entered in ink or typewritten and shall remain firm for not less than forty-five (45) days from the date of the bid. Mistakes may be crossed out and corrections inserted adjacent theretoand shall be initialed in ink by the person signing the bid. The bidder shall insert the net per stated unit andthe extension against each item, which he/she proposed to deliver. The prices shall include in the grand totalcolumn all delivery charges, installation, and applicable taxes when necessary.

2. TAXES: When applicable, South Carolina sales tax shall be shown as a separate entry on the bid totalsummation. In other words, there shall be a bid subtotal with South Carolina tax added in to create a grand total.When required, exemption certificates shall be furnished on forms provided by the vendor.

3. PROPRIETARY INFORMATION: Bidders shall visibly mark as "CONFIDENTIAL" each part of their bid,which they consider proprietary information. Price may not be considered confidential proprietary information.

4. AMBIGUOUS BIDS: Bids, which are uncertain as to terms, delivery, quantity, or compliance with requirementsand/or specifications, may be rejected as non-responsive.

5. CONVENANT AGAINST CONTINGENT FEES: The vendor warrants that no person or selling agency hasbeen employed or retained to solicit or secure this contract upon an agreement or understanding for a commission,percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial orselling agencies maintained by the vendor for the purpose of securing business. For breach or violation of thiswarranty, Horry County Schools shall have the right to annul this contract without liability or in its discretion todeduct from the contract price or consideration, or otherwise recover the full amount of such commission,percentage, brokerage, or contingent fee.

6. BIDDER 'S QUALIFICATIONS:

a. Bids shall be considered only from bidders who are regularly established in the business called for and whoin the judgment of the District are financially responsible and able to show evidence of their reliability,ability, experience, equipment supervised by them to render prompt and satisfactory service in the volumecalled for under this contract.

7. ACKNOWLEDGMENT OF AMENDMENTS TO INVITATIONS FOR BIDS:

a. Bidders shall acknowledge receipt of any amendments to this solicitation either by signing and returning one(1) copy of the amendment or by letter.

3

Page 4: INVITATION FOR BIDS Horry County Schoolsbids.centerdigitalgov.com/docs/2011/05/Bid_Document...Horry County Schools INVITATION FOR BIDS May 5, 2011 OPENING DATE AND TIME: Monday, May

b. Horry County Schools must receive the acknowledgment by the time, date and at the place specified forreceipt of bids.

8. AFFIRMATIVE ACTION: The successful bidder will take affirmative action in complying with all Federal andState requirements concerning fair employment, employment of the handicapped, and concerning the treatment ofall employees, without regard or discrimination by reason of race, color, religion, sex, national origin and/orphysical handicap.

9. EXPLANATION TO PROSPECTIVE BIDDERS:

a. Any prospective bidder desiring an explanation or interpretation of this solicitation shall request it in writingsoon enough to allow a reply to reach all prospective bidders before submission of their bids.

b. Oral explanation and/or instructions given before the award of the contract shall not be binding.

c. Any information given to a prospective bidder pertaining to this solicitation shall be furnished promptly toother prospective bidders as an amendment, if that information is necessary in submitting bids or if the lackof it would be prejudicial to other prospective bidders.

10. AWARDING POLICY: The District reserves the right to select and award on an individual item basis, lot(group) basis or an "all or none" basis, whichever the District determines to be most advantageous. Therefore,individual prices per item must be indicated on the bid form. Bidders are encouraged to offer discounts forconsideration of consolidated award. Furthermore, the District, in determining the lowest responsible bidder oneach of the items shall consider, in addition to the bid price, the quality, training, suitability and adaptability of theservices required by this solicitation, The District reserves the right to reject or accept any or all bids and to waiveany informalities and/or irregularities thereof.

In the event that identical bids are received on like items, the Director of Procurement, subject to the approval ofthe Chief Financial Officer, shall award bids by whichever of the following procedures is deemed mostappropriate under the circumstances:

♦ Should there be a Horry County firm tied with an out-of-county firm, the award shall be madeautomatically to the Horry County firm.

♦ Should there be a South Carolina firm tied with an out-of-state firm, the award shall be madeautomatically to the South Carolina firm.

♦ Tie bids involving South Carolina produced or manufactured products, when known, and itemsproduced or manufactured out of the state shall be resolved in favor of the South Carolina commodity.

♦ Tie bids involving Horry County firms shall be resolved by the flip of a coin in the ProcurementDepartment witnessed by at least two people.

♦ Tie bids involving South Carolina firms not located within Horry County shall be resolved by the flip ofa coin in the Procurement Department witnessed by at least two people.

♦ These are the only conditions under which any preference is shown in a tie bid.

11. WITHDRAWAL OF BIDS : Any bidder may withdraw his bid prior to the closing time scheduled for the receiptof bids. No bid shall be withdrawn for a period of forty-five (45) days after the scheduled closing time for thereceipt of bids. The District reserves the right to award the contracts within a period of forty-five (45) days.

12. SUBMISSION OF DATA: Each bidder, upon request, shall submit evidence of liability insurance, Workmen'sCompensation (if required), and other data regarding experience relating to this bid and proposes to satisfy therequirements of this solicitation and fulfillment of a contract.

13. ACCIDENTS: The vendor shall hold the District harmless from any and all damages and claims that may arise byreason of any negligence on the part of the vendor, his agents or employees in the performance of this contract. Incase any action is brought against the District or any of its agents or employees, the vendor shall assume fullresponsibility for the defense thereof. Upon his failure to do so after proper notice, the District reserves the rightto defend such action and charge all costs thereof to the vendor. The vendor shall take all precautions necessary toprotect the public against injury.

14. STATEMENT OF COMPLIANCE AND ASSURANCES: By submitting a bid and signing the bid schedule,vendors are providing written assurance of non-collusion and understanding and acceptance of all general andspecial conditions stated in this contract. In addition, this signature certifies that the firm or agency represented inthe bid submitted complies with all applicable federal and state laws and regulations.

4

Page 5: INVITATION FOR BIDS Horry County Schoolsbids.centerdigitalgov.com/docs/2011/05/Bid_Document...Horry County Schools INVITATION FOR BIDS May 5, 2011 OPENING DATE AND TIME: Monday, May

15. BIDDER RESPONSIBILITY : Each bidder shall fully acquaint himself/herself with conditions relating to thescope and restrictions attending the execution of the work under the conditions of this bid. It is expected that thiswill sometimes require on-site observation. The failure or omission of a bidder to acquaint himself/herself withexisting conditions shall in no way relieve the bidder of any obligations with respect to this bid or contract.

16. FAILURE TO SUBMIT BID: Recipients of this solicitation not responding with a bid should not return thissolicitation, unless it is specified otherwise. Instead, they should advise the issuing office by letter or postcardwhether they want to receive future consideration for similar requirements. If a recipient does not submit a bid orfails to respond by submitting a "no bid" for three (3) consecutive bids for the same commodity, they may beremoved from the applicable vendor list.

17. EXAMINATION OF RECORDS:

a. The Superintendent of Hurry County Schools or his/her duly authorized representative(s), and/or dulyauthorized representative(s) from the External Auditor shall, until three (3) years after final payment underthis contract, have access to and the right to examine any of the Contractor's directly pertinent books,documents, papers or other records involving transactions related to this contract.

b. The contractor agrees to include in first-tier subcontracts under this contract a clause to the effect that thesuperintendent of Horry County Schools or his duly authorized representative(s), and/or duly authorizedrepresentative(s) from the office of the External Auditor shall, until three (s) years after final payment underthe subcontract, have access to and the right to examine any of the subcontractor's directly pertinent books,documents, papers or other records involving transactions related to the subcontract(s).

18. BID BOND : Bids will be accompaniedtotal dollar value of the submitted bid.J-WConditions.

ified check equal to three percent (3%) of thefired, it shall be stated so in the Special Bid

19. MATERIALS REQUIRED : Materials required must be in conformity with the specifications and shall besubject to inspection and approval after delivery, and shall comply in quality and type of material and method ofmanufacture with all applicable local or state laws pertaining thereto. The right is reserved to reject and return atthe risk and expense of the vendor such portions of any shipment that may be defective or fail to comply withspecifications and without validating the remainder of the order.

20. SAMPLES: Bidders may be requested to submit samples of all manufactured articles required. Samplessubmitted by the successful bidders shall remain in custody of the School District until all units purchased underthe various contracts have been delivered and accepted. The District reserves the right to disassemble any unit andsubject each unit to any test necessary to determine its strength of character without being responsible for damageto the unit caused thereby. When cuts, drawings, samples, catalog references of detailed descriptions are requiredto support quotations or items included in the bid, it is to be understood that whatever is submitted with the bid incompliance with that requirement, will represent what the bidder actually is offering and not the specifications.

21. PACKAGING AND DELIVERY: All Shipments shall be FOB to the school district locations specified.Purchase order numbers and/or contract number(s) as appropriate, must be clearly stated on each carton orpackage, shipping ticket, invoice, and any/all other information related to the order.

22. "OR APPROVED ALTERNATE" CLAUSES: Certain processes, types of equipment or kinds of materials aredescribed in the specifications and on the drawings by means of trade names and catalog numbers. In eachinstance where this occurs, it is understood and inferred that such description is followed by the words "orapproved alternate". Such method of description is intended merely as a means of establishing a standard ofcomparison. However, the District reserves the right to select the items that, in the judgment of the District, arebest suited to the needs of the District, based on price, quality, service, availability and other relative factors.Bidders must indicate brand name, model, model number, size, type, weight, color, etc. of the item bid if notexactly the same as the item specified. Vendor's stock number or catalog number is not sufficient to meet thisrequirement. If any bidder desires to furnish an item different from the specifically mentioned in thespecifications, he/she shall submit with his bid the information, data, pictures, cuts, designs, etc., of the materialhe/she plans to furnish so as to enable the District to compare the material specified; and, such material will begiven due consideration. The District reserves the right to insist upon and receive the items as specified, ifsubmitted items do not meet the District's standards for acceptance.

5

Page 6: INVITATION FOR BIDS Horry County Schoolsbids.centerdigitalgov.com/docs/2011/05/Bid_Document...Horry County Schools INVITATION FOR BIDS May 5, 2011 OPENING DATE AND TIME: Monday, May

23. PATENTS: The vendor shall hold the District, its officers, agents, and employees harmless from liability of anynature or kind whatsoever, on account of use by the publisher or author, manufacturer or agent, of any copyrightedor non-copyrighted composition, secret process, article or appliance furnished or used under this bid.

24. INSTALLATION: Where equipment is called for to be installed under this bid, it shall be placed, leveled andaccurately fastened into place by the vendor. He/she shall be responsible for obtaining dimensions and other suchdata, which may be required to assure exact fit to work under another contract or as intended by the District. Thevendor shall be responsible for providing an appropriate amount of lead-in for equipment requiring electrical,water or other basic service. The District will normally be responsible for bringing the appropriate service to thelead-in. The vendor shall completely remove from the premises all packaging, crating, and other litter due tohis/her work. He/she shall also be responsible for the cost of repair of any damage to existing work, which iscaused by him/her during the installation of his/her equipment.

25. GUARANTEE: The vendor shall supply a guarantee for all workmanship for the equipment that he/she isfurnishing for a period comparable to the standards in the industry. When defects or faulty materials arediscovered during the guarantee period, the vendor shall, immediately, upon notification by the District, process athis/her own expense, to repair or replace the same.

26. SERVICE DATA MANUALS: The Contractor agrees to furnish two (2) copies of a manual, handbook, orbrochure containing operation and maintenance instructions (to include pictures, illustrations, schematics, andcomplete repair/test guides as necessary). Where applicable, it shall include electrical data and connectiondiagrams for all utilities. The instructions shall also contain a complete list of all replaceable parts showing partnumbers, nomenclature and quantity required.

27. PROPER INVOICE: Invoices submitted for payment for goods or services provided under this contract shallcontain, as a minimum, the following information:

• Name of business concern• Contract number or other authorization for delivery of service or property• Complete description• Price and quantity of property or service actually delivered or executed• Shipping and payment terms.

• Name where applicable

• Title, telephone number and complete mailing address of responsible official to whom payment is to be sent;and

• Other substantiating documentation of information as required by the contract.

28. TIME OF COMPLETION: Date of delivery shall be a consideration factor in the awarding process. Thebidder shall include with his/her bid delivery dates for each item as requested, and shall furnish all items inaccordance with the bid solicitation unless an extension was granted by the District in writing.

29. SERVICE FACILITIES: In considering the equipment bid, the District shall take into consideration pastperformances of existing installations, service and maintenance facilities provided by the bidder. The biddershall have available a local service organization that is trained in the proper servicing of equipment.

30. PERFORMANCE BOND : The successful bidder shall furnish within ten (10) calendar days, after writtennotice is issued indicating bid acceptance, a performance bond. Contractor shall provide and bear the burden ofthe cost of the performance bond. The bond shall represent one hundred percent (100%) of the total bid sum.The bond shall be issued by a Surety Co sei South Carolina, with an "A" minimumrating of performance as listed in the currei t p ida on B st ting Guide, Property Liability", whichshall indicate a financial strength rating a ( e total bid sum. Each bond shall beaccompanied by a "Power of Attorney" authorizing the attorney-in-fact to bind the surety and certified to includethe date of the bid bond.

31. LIQUIDATED DAMAGES: Should the Contractor fail to complete the contract within the established timelimit, or at the later date as authorized in writing by the Director of Procurement, he/she shall pay liquidateddamages in the sum of one hundred dollars ($100.00) per day or an amount stated in the Special Bid Conditions.

32. S. C. LAW CLAUSE: Upon award of a contract under this bid, the person, partnership, association, orcorporation to whom the award is made must comply with the laws of South Carolina which require such personor entity to be authorized and/or licensed to do business in this State. Notwithstanding the fact that applicablestatus may exempt or exclude the successful bidder from requirements that it be authorized and/or licensed to dobusiness in this state, by submission of this signed bid, the bidder agrees to subject itself to the jurisdiction andprocess of the courts of the State of South Carolina as to all matters and disputes arising or to arise under thecontract and the performance thereof, including any questions as to the liability for taxes, licenses, or fees leviedby the State.

6

Page 7: INVITATION FOR BIDS Horry County Schoolsbids.centerdigitalgov.com/docs/2011/05/Bid_Document...Horry County Schools INVITATION FOR BIDS May 5, 2011 OPENING DATE AND TIME: Monday, May

33. COMPETITION: There are no Federal or State laws that prohibit bidders from submitting a bid lower than aprice or bid given to the United States Government. Bidders may bid lower than United States GovernmentContract price without any liability because the State is exempt from the provisions of the Robinson-Patman Actand other related laws.

34. EXCUSABLE DELAY: The Contractor shall not be liable for any excess costs if the failure to perform thecontract arises out of causes beyond the control and without the fault or negligence of the contractor. Such causesmay include, but are not restricted to acts of God or of the public enemy, acts of the government in either itssovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, andunusually severe weather; but in every case the failure to perform must be beyond the control and without the faultor negligence of the contractor. If the failure to perform is caused by the default of a subcontractor, and if suchdefault arises out of causes beyond the control of both the contractor and subcontractor, and without the fault ornegligence of either of them, the contractor shall not be liable for any excess costs or failure to perform. unless thesupplies or services to be furnished by the subcontractor were obtainable from other sources in sufficient time topermit the contractor to meet the required delivery schedule.

35. ASSIGNMENT: No Contract may be assigned, sublet, or transferred without a written consent of the Director ofProcurement.

36. SPECIFICATIONS: Any deviations from specifications indicated herein must be clearly pointedout; otherwise, it will be considered that the items offered are in strict compliance with thesespecifications, and the successful bidder shall be held responsible thereof. Deviations must beexplained in detail on separate sheets and be attached to the submitted bid.

37. PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, ANDIMPROVEMENTS:

a. The Contractor shall preserve and protect all structures, equipment, and vegetation (such as grass, trees, andshrubs) on or adjacent to the work site, which is not to be removed and which does not unreasonably interferewith the work required under this contract. The Contractor shall only remove trees when specificallyauthorized to do so, and shall avoid damaging vegetation that will remain in place. If any limbs or branchesof trees broken during contract performance, or by any careless operation of equipment, or by workmen, theContractor shall trim those limbs or branches with a clean cut and paint the cut with tree pruning compoundas directed by the District representative(s).

b. The Contractor shall protect from damage all existing improvements and utilities at or near the work site andon adjacent property of a third party, the locations of which are known to or should be known by theContractor. The Contractor shall repair any damages to those facilities, including those that are the propertyof a third party resulting from failure to comply with the requirements of this contract or failure to exercisereasonable care in performing the work. If the Contractor fails or refuses to repair the damaged property, theDistrict representative(s) may recommend that the necessary work be performed and charge the cost to theContractor.

38. Documentation contained in Official Quote/Bid Form shall be completed and submitted along with bid.

39. TERMINATION: Subject to the provisions below, the contract may be terminated by the Director ofProcurement providing a thirty (30) day advance notice in writing is given to the Contractor.

a. Termination for Convenience : In the event that this contract is terminated or canceled upon request and forthe convenience of the District without the required thirty (30) day advance notice, then the District shallnegotiate reasonable termination costs, if applicable.

b. Termination for Cause : Termination by the District for cause, default or negligence on the part of theContractor shall be excluded from the foregoing provision; termination costs, if any, shall not apply. Thethirty-day (30) advance notice requirement is waived and the default provision in the bid shall apply.

40. DEFAULT: In case of default, the District reserves the right to purchase any or all items in open market,charging the Contractor with any excessive costs. Should such charges be assessed, no subsequent bids of thedefaulting contractor shall be considered unless assessed charge has been satisfied.

41. This contract is subject to the Drug Free Workplace Act if the stated or estimated value is Fifty Thousand Dollarsor more . The contractor shall comply with all terms and conditions of the Drug Free Workplace Act, S. C.CODE ANN. 44-107-10 et seq. (1976 as amended ), if this contract is for a stated or estimated value of FiftyThousand Dollars or more . By signing this bid, you are certifying that you will comply with the Drug FreeWorkplace Act.

7

Page 8: INVITATION FOR BIDS Horry County Schoolsbids.centerdigitalgov.com/docs/2011/05/Bid_Document...Horry County Schools INVITATION FOR BIDS May 5, 2011 OPENING DATE AND TIME: Monday, May

42. PROTEST RIGHTS: Any offeror who feels he/she has been aggrieved because of this solicitation orsubsequent award of contract has a right to protest and to present an appeal in accordance with Section 11-35-4210(1) of the South Carolina Code of Laws. Any protest must be submitted to the Districts' Procurement Officein writing. The aggrieved person may contact the Procurement Office for details.

43. CONTRACT AWARD: Once a decision has been reached, a Notice of Intent to Award and/or Contract Awardidentifying the offeror to whom the District intends to award shall be mailed to all offerors. The notice shall alsobe posted in the District's Office of Procurement Services for public review.

8

Page 9: INVITATION FOR BIDS Horry County Schoolsbids.centerdigitalgov.com/docs/2011/05/Bid_Document...Horry County Schools INVITATION FOR BIDS May 5, 2011 OPENING DATE AND TIME: Monday, May

SPECIAL BID CONDITIONS

1. The Horry County School District is requesting inside delivered prices for 90 Fujitsu Scansnap S 1500 Desktop Scanners for Horry CountySchools. Quantities are listed on the bid schedule. These quantities shall have deliveries to multiple locations, however a large portionestimated at 35 shall be delivered to the District Office and the remaining 55 to be delivered to different locations. Please provide alternateprice for total delivery to the District Office.

2. No deviations from the above specified item shall be accepted.

3. A Contract shall be awarded by HCS to the lowest responsible and responsive bidders in accordance with the provisions and conditions ofthis solicitation and the District ' s procurement code.

4. Submitted bid prices shall be all inclusive . The District shall not honor any hidden costs that may be invoiced at a later date relating toitems in this solicitation.

5. A purchase order number shall be issued for this order . No orders shall be placed without a purchase order . No orders shall be shippedwithout a purchase order number prior to shipment . Purchase orders numbers shall appear on all invoices..

6. Horry County Schools reserves the right to accept or reject any or all bids and to waive any informalities and/or irregularities thereof.

7. All bids shall be typed or written legibly in ink. Bidders are cautioned to verify bids prior to submission. No bid shall be withdrawn orchanged after it has been opened except as may be provided for in the District ' s procurement code.

8. If any item has been deleted from the market and/or upgraded with different models while the contract is in effect, the vendor shall offerthe replacement model at the quoted price.

Contractors are responsible for the conduct of their employees , representatives and agents and for their subcontractors ' and sub-subcontractors ' employees , representative and agents . Suppliers are considered contractors , subcontractors or sub-subcontractorswhen the performance of their work ( including deliveries ) is conducted on District property. All such businesses /individuals shallcomply with the following:

I. No drugs, alcohol, tobacco products, knives, firearms or other weapons on District property.2. No fraternizing with, threats to, use of abusive or profane language or improper attire or actions while on District property or

adjacent thereto.3. Take all necessary precautions to ensure the safety of children and employees when performing contracted work or

making/accepting deliveries on District property.4. Secure SLED (State Law Enforcement Division) criminal background checks on every employee, representative and agent

performing work, making deliveries or in any other way conducting business on District property. Ensure that no personhaving been convicted of violent crimes, crimes against children, illegal drug distribution, or other crimes of moral turpitudeis assigned or performs work on District property. SLED background checks shall be maintained on file at the main office ofthe Contractor and made available to District personnel or the District's legal counsel immediately upon request.

5. Not employ or contract with, during the performance of the contract, any illegal alien workers or otherwise violate theprovisions of the federal Immigration Reform and Control Act of 1986, as may be amended.

6. Not violate the provisions of the South Carolina Illegal Immigration Reform Act, as may be amended, beginning January 1,2009, and abide by this Act regardless of the number of employees employed. Participation in E-Verify through the Dept. ofHomeland Security is required by the District regardless of the number of employees you employ.

7. Provide picture ID badges for all persons performing work on District property and ensure they are worn at all times. The IDshall include the name of the individual, his/her picture and the name of their employer.

Contractors are to ensure that their subcontractors, sub-subcontractors, as well as suppliers who meet the "contractor, subcontractor orsub-subcontractor" definition above are advised of these requirements and comply with them. These are mandatory conditions fordoing business (whether directly or indirectly) with Horry County Schools. The District, at its discretion, may perform randomcompliance checks. Any Contractor, subcontractor, sub-subcontractor, or supplier found not to be in compliance with theserequirements shall result in termination of any existing contract or non-award of a contract.

9

Page 10: INVITATION FOR BIDS Horry County Schoolsbids.centerdigitalgov.com/docs/2011/05/Bid_Document...Horry County Schools INVITATION FOR BIDS May 5, 2011 OPENING DATE AND TIME: Monday, May

Horry County Schools

OFFICIAL QUOTE / BID FORM(S)

Date of Offer:

Offeror Firm /Company Name:

Offeror Mailing/Street Address:

Offeror City / State / Zip:

Telephone Number:

Website Address:

Name / Title of Authorized Agent:

Signature of Authorized Agent:

Telephone Number:

E-mail Address:

Spin#

Please answer the following questions:

HORRY COUNTY SCHOOLS

QUOTE / BID # 1011-66

Federal Identification Number:

Fax Number:

Fax Number:

1 Are you certified as a MOB/WOB (minority-owned business/woman-owned business) by the State of South Carolina? q Yesq No If yes, provide certification number: If no, would you qualify as a MOB/WOB based on the District'srequirement of at least fifty-one percent (51%) ownership by a woman or person of ethnic (non-white) origin? q Minority-owned q Woman-owned

2. Acknowledge receipt of all addenda issued: Addendum No. Offeror' s InitialsAddendum No. Offeror 's InitialsAddendum No. Offeror' s Initials

3. Have you clearly listed any deviations from the requested specifications and fully explained such deviations ? q Yes q No

If you have not provided products /services to Horry County Schools in the past or have not updated your vendor profile with Horry CountySchools via a completed vendor application within the past three (3) years , contact the quote/bid contact person for a vendor application.ion.

10

Page 11: INVITATION FOR BIDS Horry County Schoolsbids.centerdigitalgov.com/docs/2011/05/Bid_Document...Horry County Schools INVITATION FOR BIDS May 5, 2011 OPENING DATE AND TIME: Monday, May

BID SCHEDULE /SPECIFICATIONS

Bid 1011-66

Quantity

90

90

Description

Fujitsu Scansnap S1500 Desktop Scanner(Delivery tomultiple locations) Part# PA03586-6005

Optional

Fujitsu Scansnap S1500 Desktop Scanner(Delivery toDistrict Office only) Part# PA03586-6005

Unit Cost Extended Cost

Delivery ARO (After Receipt of Order)

I1