Top Banner
INVITATION TO BID Bid #11/12- 25 Printing of the 2012 - 2013 Student Handbook The District Board of Trustees of Valencia Community College Florida (also referred to as “Valencia” or the “College”) is accepting sealed bids for the printing of the 2012 – 2013 Student Handbook. The sealed bids will be received in the Procurement Department before 2:00PM, on Tuesday, April 17, 2012. All accepted bids shall be publicly opened and read aloud shortly afterward in Building 14, Room 100A, West Campus, 1800 S. Kirkman Road, Orlando, FL 32811. Any bid received after the specified time and date will be considered late and unopened. Any bid submitted orally, e-mail, or facsimile will not be accepted. Section 60A-1.002 FAC states "The agency shall reserve the right to waive any minor irregularities in an otherwise valid bid or proposal or offer to negotiate." The District Board of Trustees of Valencia Community College Florida hereby reserves the right to waive minor irregularities in any or all bids and to accept or reject, in part or in full, any or all bids.
29

25-StudentHandbookITB1

Mar 08, 2016

Download

Documents

http://valenciacollege.edu/procurement/documents/25-StudentHandbookITB1.pdf
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: /25-StudentHandbookITB1

INVITATION TO BID

Bid #11/12- 25 Printing of the 2012 - 2013 Student Handbook

The District Board of Trustees of Valencia Community College Florida (also referred to as “Valencia” or the “College”) is accepting sealed bids for the

printing of the 2012 – 2013 Student Handbook.

The sealed bids will be received in the Procurement Department before 2:00PM, on Tuesday, April 17, 2012. All accepted bids shall be publicly opened and read aloud shortly afterward in Building 14, Room 100A, West

Campus, 1800 S. Kirkman Road, Orlando, FL 32811. Any bid received after the specified time and date will be considered late and unopened. Any bid

submitted orally, e-mail, or facsimile will not be accepted. Section 60A-1.002 FAC states "The agency shall reserve the right to waive any minor irregularities in an otherwise valid bid or proposal or offer to negotiate."

The District Board of Trustees of Valencia Community College Florida hereby reserves the right to waive minor irregularities in any or all bids and to accept or reject, in part or in full, any or all bids.

Page 2: /25-StudentHandbookITB1

2

Valencia Community College

TABLE OF CONTENTS

DESCRIPTION PAGES

General Bid Terms & Conditions 3-12

Contractual Terms & Conditions 13-19

Specifications 20-22

Bid Proposal Form 23

Forms 24-28

Statement of No Bid 29

Page 3: /25-StudentHandbookITB1

3

GENERAL BID TERMS AND CONDITIONS

1. SUBMISSION OF BID

Bid 11/12-25 is due before 2:00PM on Tuesday, April 17, 2012. The Bid shall be mailed or hand delivered in a sealed envelope to:

Valencia Community College

Procurement Office 1800 S. Kirkman Road Building 14, Room 100

Orlando, FL 32811 Phone: 407-582-5532

Fax: 407-582-1209 E-mail: [email protected]

All correspondence regarding this Invitation to Bid should be directed to the above referenced information.

The Bid number is required on the sealed envelope along with the Name

of bidder/contractor (hereinafter called the “contractor” or “firm”). Unidentified packages will not be opened.

The following documents are required for your bid submittal: 1. Bid Proposal Form, Page 23 2. Authorized Signatories Form, Page 24

3. Acknowledgement of Addenda, Page 25 4. References, Page 26

5. Drug Free Workplace Form, Page 27 6. Conflict/ Non-Conflict of Interest Statement, Page 28 7. Descriptive literature or detailed specifications for any equivalent

products proposed. 8. All contractors shall submit a current photocopy of their

Occupational License regardless of the state and/or county that the contractor is from.

9. All contractors must submit a completed and signed W-9 form which

is an IRS requirement. Contractors are instructed NOT to fax their bid. Faxed bids shall be

rejected as non-responsive regardless of where the fax is received.

Respondents are cautioned that they are responsible for delivery to the

specific location cited in the bid. Therefore, if your bid is delivered by an express mail carrier or by any other means, it is your responsibility

Page 4: /25-StudentHandbookITB1

4

to ensure delivery to the specific address. This office will not be responsible for deliveries made to any place other than the specified

address.

The College shall in no way be responsible for delays caused by any occurrence, of any nature whatsoever. The time/date stamp clock

located in the Procurement Office shall serve as the official authority to determine receipt of any bid. The bid date and time shall be

scrupulously observed. Bids received after the specified date and time shall be considered non-responsive and therefore not eligible for consideration.

All bids must be typewritten or filled in with pen and ink, and must be signed in ink by an officer or employee having authority to bind the

company or contractor. Errors, corrections, or changes on any document must be initialed by the signatory of the bid.

Contractors shall not be allowed to modify their bids after the opening time and date. Bids may be examined during normal working hours, after evaluation as permitted by law.

2. PRICE

Price(s) quoted must be the price(s) for new merchandise or service

unless otherwise specified. Any bids containing modifying or escalator clauses will not be considered unless specifically requested in the bid specifications.

3. DELIVERY

Deliveries resulting from this bid are to be made during the normal working hours of the College. Delivery shall be according to the

delivery specifications attached herein under specifications. Time is of the essence and the contractor must deliver the handbooks to the specified college locations on or before June 1, 2012. Should the

contractor, to whom the order or contract is awarded, fail to deliver on or before June 1, 2012, the College reserves the right to CANCEL the order or contract and make the purchase elsewhere, and the awarded

contractor will be required to compensate the College for the difference in price paid for the alternate product. The successful contractor(s)

shall be responsible for making any and all claims against carriers for missing or damage items.

Failure of the awarded contractor to meet this delivery requirement may result in default and termination of the delivery order or contract.

Page 5: /25-StudentHandbookITB1

5

It is hereby understood and mutually agreed that the time of delivery is an essential condition of this contract.

Delivery Locations:

East Campus

Shipping & Receiving Dock

701 North Econlockhatchee Trail Orlando, FL 32825

Osceola Campus (curbside)

1800 Denn John Lane Kissimmee, FL 34744

West Campus Shipping & Receiving Dock

1800 South Kirkman Road

Orlando, FL 32811

Winter Park Campus (curbside) 850 West Morse Boulevard

Winter Park, FL 32789

4. PALLETIZE

Shipment(s) shall be palletized.

5. REFERENCES

A list of 3 companies including contact names shall be submitted to be considered for this Invitation to Bid.

6. LICENSES AND PERMITS

Prior to furnishing the requested product(s) or service(s), it shall be the

responsibility of the awarded contractor to obtain, at no additional cost to the College, any and all licenses and permits required to complete

the contractual service. These licenses and permits shall be readily available for review by the Director of Procurement or his designee.

7. AWARD

The College reserves the right to award this contract to the contractor whose proposal is determined to be most advantageous with respect to price, conformance to the specifications, quality, and service.

Page 6: /25-StudentHandbookITB1

6

8. F.O.B. POINT

The F.O.B. point shall be delivered to the location(s) specified herein.

The bid amount shall include all costs of packaging, transporting, delivery, and unloading (THIS INCLUDES INSIDE DELIVERY IF REQUESTED) to designated point within Orange/Osceola County.

9. FEDERAL AND STATE TAX

The College is exempt from Federal and State Sales and Use Taxes for tangible personal property (Certificate of Registry for tax transmissions

under Chapter 32, Internal Revenue Code and Florida Sales/Use Tax Exemption Certificate). Contractors doing business with the College

shall not be exempted from paying sales tax to their suppliers for materials to fulfill contractual obligations with the college nor shall any contractor be authorized to use the College’s Tax Exemption Number in

securing such materials.

10. ACCEPTANCE/REJECTION/CANCELLATION

“Acceptance” as herein used means the acceptance by Valencia

Community College, the Director of Procurement, or his authorized designee.

A bid shall constitute an irrevocable offer for a period of ninety (90) days from the bid opening date or until the date of award, whichever is

earlier. In the event that an award is not made by the College within ninety (90) days from the bid opening date, the contractor may withdraw his bid or provide a written extension of their bid.

The College reserves the right to accept or to reject any or all bids and

to make the award to that contractor who, in the opinion of the College, will be in the best interest of and/or the most advantageous to the College. The College also reserves the right to reject the bid of any

contractor who has previously failed in the proper performance of an award or to deliver on time contracts of a similar nature or who, in the College’s opinion, is not in a position to perform properly under this

award. The College reserves the right to inspect all facilities of contractors in order to make a determination as to the foregoing. The

College reserves the right to waive any irregularities and technicalities and may, at its discretion, request a re-bid.

The College reserves the right, and the Director of Procurement, has absolute and sole discretion, to cancel a solicitation at any time prior to

approval of the award by District Board of Trustees of Valencia Community College Florida when such approval is required. The

Page 7: /25-StudentHandbookITB1

7

decision to cancel a solicitation cannot be the basis for a protest pursuant to the College code.

11. BRAND NAME OR EQUIVALENTS Not applicable for this bid

Unless otherwise specified, the mention of a particular manufacturer’s

brand name or number in the specification does not imply that this particular product is the only one that will be considered for purchase.

This reference is intended solely to designate the type or quality of merchandise that will be acceptable. Equivalent offers will be considered and must include descriptive literature and/or

specifications. Failure to provide descriptive literature and/or specifications with equivalent offers will result in the disqualification of

the bid. The determination as to whether any alternate product or service is or

is not equivalent shall be made solely by the College and such determination shall be final and binding upon all contractors. The College reserves the right to request and review additional information

to make such a determination.

Although the College provides for the consideration of alternate bids, it reserves the right to make an award to be most advantageous to the College. Such award may not necessarily be given to the lowest bid

offered.

12. NO BID

Where more than one item is listed, any items not bid upon must be

indicated “NO BID”. If no items are bid on, the “Statement of No Bid” must be returned, and with the envelope plainly marked “NO BID” and

with the bid number.

13. CONFLICT OF INTEREST

The award is subject to provisions of applicable State Statutes. All

contractors must disclose with their bid the name of any officer, director, or agent who is also an employee of the College. Further, all contractors must disclose the name of any College employee who owns,

directly or indirectly, an interest in ten percent (10%) or more in the contractor’s firm or any of its branches. Should the awarded contractor

permanently or temporarily hire any College employee who is, or has been, directly involved with the contractor prior to or during performance of the resulting contract, the contract shall be subject to

immediate termination by the College. The Conflict/Non-Conflict of Interest Statement shall be completed and submitted as part of this bid

package.

Page 8: /25-StudentHandbookITB1

8

14. LEGAL REQUIREMENTS

Federal, State, County and local laws, ordinances, rules, and regulations that in any manner affect the items covered herein apply.

Lack of knowledge by the contractor shall in no way be a cause for relief from responsibility.

1. Contractors doing business with the College are prohibited from discriminating against any employees, applicant, or client because of race, religion, color, disability, national origin,

gender, or age with regard to but not limited to the following: Employment practices, rates of pay or other compensation

methods, and training selection.

2. Minority/Women Business Enterprises (M/WBE) indicates a

business entity of which 51% or more is owned and operated by a minority. In this instance, minority group members are citizens

of the United States or lawfully admitted permanent residents who are African American, Hispanics, Women, Native Americans, Asian-Pacific, Asian-Indian and Disabled Veterans. Businesses

wishing to participate in the College procurement process as an M/WBE are required to complete a Supplier Business Profile,

W-9 form and submit certification to attain recognition as such. You may contact the Procurement Office for information and assistance.

15. UNIFORM COMMERCIAL CODE (applies to goods only)

The Uniform Commercial Code (Florida Statutes, Chapter 672) shall

prevail as the basis for contractual obligations between the awarded contractor and the College for any terms and conditions not specifically

stated in this Invitation for Bid. 16. MISTAKES

In the event of extension error(s), the unit price will prevail and the contractor’s total offer will be corrected accordingly. In the event of additional errors, the extended totals will prevail and the contractor’s

total will be corrected accordingly. Contractors must check their bid proposal where applicable. Failure to do so will be at the contractor’s

risk. Bids having erasures or corrections must be initialed in ink by the contractor.

17. EEO STATEMENT

The College is committed to assuring equal opportunity in the award of

contracts and, therefore, complies with all

Page 9: /25-StudentHandbookITB1

9

laws prohibiting discrimination on the basis of race, color, religion, marital status, national origin, handicap, age and gender.

18. BID TABULATION AND RESULTS

Will be made available on the Valencia Community College Procurement website at:

http://www.valenciacc.edu/procurement/bids.cfm

19. PROTEST OF SPECIFICATIONS

Any Notice of Protest involving the specifications/terms/conditions or any other aspect of the Invitation To Bid must be filed in writing within

seventy-two (72) hours after the posting of the solicitation. Formal written protest must be filed within ten (10) days after the date of the Notice of Protest is filed; noting references to the specific statutes the

protest is based upon. Failure to file a Notice of Protest or failure to file a formal written protest within the time prescribed shall constitute a

waiver of proceeding under chapter 120 FS.

20. PROTEST OF AWARD

The recommended award will be posted for review electronically on the

Procurement web-site prior to submission through the appropriate approval process. “Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, or failure to post the bond or other

security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida

Statutes”.

21. BID AND RELATED COSTS

By submission of a bid, the contractor agrees that all costs associated

with the preparation of their will be the sole responsibility of the contractor. The contractor also agrees that the College bears no responsibility for any costs associated with the preparation of the bid

and/or any administrative or judicial proceedings resulting from the solicitation process.

22. PUBLIC ENTITY CRIME

A person or affiliate who has been placed on the convicted contractor

list following a conviction for a public entity crime 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

estate property to a public entity, may not be awarded or perform work as a bidder, supplier, sub-contractor, contractor, or consultant under a

Page 10: /25-StudentHandbookITB1

10

contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Florida

Statute Section 287.017, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted contractor

list.

23. DRUG-FREE WORKPLACE FORM

Whenever two or more bids or replies that are equal with respect to price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services,

a bid or reply received from a business that certifies that it has implemented a drug-free workplace program shall be given preferences

in the award process. Reference Florida Statutes 287.087. The Drug-Free Workplace Form, attached hereto, must be submitted prior to award of the bid. Failure to submit this form may result in

rejection/disqualification of your bid.

24. CERTIFICATION OF INDEPENDENT PRICE DETERMINATION

By submission of this bid, the contractor certifies as to its own

organization, that in connection with this procurement:

1. The prices in this bid have been arrived at independently, without consultation, collusion, communication, or agreement for the purpose of restricting competition, as to any matter relating to

such prices with any other contractor or with any competitor;

2. Unless otherwise required by law, the prices which have been

quoted in this bid have not been knowingly disclosed by the contractor and will not knowingly be disclosed by the contractor

prior to opening, directly or indirectly, to any other contract or to any other competitor, and;

3. No attempt has been made or will be made by the contractor to

induce any other person or contractor to submit or not to submit

a bid for the purpose or restricting competition.

25. AS SPECIFIED

All items delivered must meet the specifications herein. Items delivered not as specified will be returned at the contractor’s expense. The

College may return, for full credit, any unused items received which fail to meet the College’s performance standards. Replacement items meeting specifications must be submitted within a reasonable time

after rejection of the non-conforming items.

Page 11: /25-StudentHandbookITB1

11

26. ESTIMATED QUANTITIES

The College reserves the right to increase or decrease estimated quantities as required. It is understood by all contractor’s that these

are only estimated quantities and the College is not obligated to purchase any minimum or maximum amount during the life of this contract. The contract resulting from this solicitation shall be non-

exclusive unless otherwise stated and the College may procure the goods or services covered by the contract from other sources at its discretion.

27. SAMPLES

Samples of any product for demonstration may be furnished upon request for a quality test or comparison without cost to the College.

28. WARRANTY Not applicable for this bid

The awarded contractor shall fully warrant all equipment furnished hereunder against defect in materials and/or workmanship. Should

any defect in materials or workmanship, except ordinary wear and tear, appear during the above stated warranty period, the awarded

contractor shall repair or replace same at no cost to the College, immediately upon written notice for the Director of Procurement or his assigned designee. All warranty provisions of the Uniform Commercial

Code shall additionally apply.

29. MANUALS Not applicable for this bid

The following manuals, in the quantities indicated shall be delivered

with each piece of equipment. The cost of these manuals shall be included in the unit price.

30. COPIES

Copies of documents, records, materials, and/or reproductions upon request will be charged in accordance with the College’s fee schedule. Copyrighted materials may be inspected, but cannot be copied or

reproduced per Federal Law.

31. SUSTAINABILITY

All printed and photocopied documents related to the fulfillment of this

bid and any resulting contracts must, whenever practical, use recycled paper, be double-sided, and otherwise fully comply with the provisions of the College’s Purchasing Policy. For purposes of review and in the

interest of the College’s Sustainable Paper Use Policy and sustainable

Page 12: /25-StudentHandbookITB1

12

business practices in general, the College encourages the use of submittal materials (i.e. paper, dividers, binders, brochures, etc.) that

contain post-consumer recycled content and are readily recyclable. The College discourages the use of materials that cannot be readily recycled

such as PVC (vinyl) binders, spiral bindings, and plastic or glossy covers or dividers. Contractors are encouraged to print/copy on both sides of a single sheet of paper wherever applicable (if sheets are

printed on both sides, it is considered to be two pages).

32. PRICE ADJUSTMENT

Written request for price adjustments may be made every twelve (12) months, no less than 30 days prior to the requested effective date. Any

increased price adjustment(s) must be accompanied by written justification attesting that the request is a bonafide cost increase to the contractor. All price adjustments must be accepted by the Director of

Procurement. Adjustment in price shall be accomplished by written addendum to this contract.

33. SUBCONTRACTING

Contractors subcontracting any portion of the work shall state the name, address and phone number of the subcontractor performing the work. Please provide a list with your bid forms included in your bid

package. A written agreement from the college must validate the use of any subcontracting work.

Page 13: /25-StudentHandbookITB1

13

CONTRACTUAL TERMS AND CONDITIONS

1. CONTRACTUAL AGREEMENT

This Invitation to Bid shall be included and incorporated in the final contract or purchase order. The order for contract precedence will be the contract (purchase order), bid document and response. Any and all

legal actions associated with this Invitation to Bid and/or the resultant contract (purchase order) shall be governed by the laws of the state of

Florida.

2. INDEMNIFICATION FOR TORT ACTIONS/LIMITATION OF

LIABILITY

The provisions of Florida Statute 768.28 applicable to the College, apply in full to this contract. Any legal actions to recover monetary damages in tort for injury or loss of property, personal injury, or death caused by

the negligent or wrongful act or omission of any employee of the College acting within the scope of their office or employment are subject to the

limitations specified in this statute.

No officer, employee or agent of the College acting within the scope of

their employment or function shall be held personally liable in tort or named as a defendant in any action for injury or damage suffered as a result of any act, event or failure to act.

The College shall not be liable in tort for the acts or omissions of an

officer, employee or agent committed while acting outside the course and scope of their employment. This exclusion includes actions committed in bad faith or with malicious purpose, or in a manner

exhibiting wanton and willful disregard of human rights, safety, or property.

To the fullest extent permitted by law, the contractor shall defend,

indemnify, and hold harmless the College, its officials, agents, and employees from and against any and all claims, suits, judgments,

demands, liabilities, damages, cost and expenses (including attorney’s fees) of any kind or nature whatsoever arising directly or indirectly out of or caused in whole or in part by any act or omission of the contractor

or its subcontractors (if any), anyone directly or indirectly employed by them, or anyone for whose acts any of them may be liable; excepting

those acts or omissions arising out of the sole negligence of the College.

Provided, however, if the contract between the College and the

contractor is deemed by a court of competent jurisdiction to be a construction contract for purposes of Section 725.06, Florida Statutes,

Page 14: /25-StudentHandbookITB1

14

any obligation of the contractor to defend, indemnify or hold harmless the College, shall be limited to an obligation to indemnify or hold

harmless the College, it’s officers and employees from liability damages, losses, and costs, including but not limited to reasonable attorney’s

fees, to the extent caused by the negligence, recklessness or intentionally wrongful conduct of the contractor and persons employed or utilized by the contractor in the performance of the contract.

3. SUCCESSORS AND ASSIGNS

The College and the contractor each binds itself and its partners, successors, executors, administrators and assigns to the other party of

this contract and to the partners, successors, executors, administrators and assigns of such other party, in respect to all covenants of this

contract. Except as above, neither the College nor the contractor shall assign, sublet, convey or transfer its interest in this contract without the written consent of the other. Nothing herein shall be construed as

creating any personal liability on the part of any officer or agent of the College which may be a party hereto, nor shall it be construed as giving any rights or benefits hereunder to anyone other than the College and

the contractor.

4. PRICING/AUDIT

The awarded contractor shall maintain adequate records to justify all prices for all items invoiced as well as all charges, expenses and costs incurred in performing the work for at least three (3) years after

completion of this contract. The College shall have access to such books, records, subcontract, financial operations, and documents of the contractor or its subcontractors as required complying with this

section for the purpose of inspection or audit during normal business hours at the contractor’s place of business.

5. TERMINATION

A. Termination for Default:

The College may, by written notice to the contractor, terminate this contract for default in whole or in part (delivery orders, if applicable) if the contractor fails to:

1. Provide products or services that comply with the

specifications herein or fails to meet the College’s performance standards

2. Deliver the supplies or to perform the services within the time specified in this contract or any extension

Page 15: /25-StudentHandbookITB1

15

3. Make progress so as to endanger performance of this

contract

4. Perform any of the other provisions of this contract. Prior to termination for default, the College will provide adequate

written notice to the contractor through the Director of Procurement, affording him/her the opportunity to cure the deficiencies or to submit a specific plan to resolve the deficiencies

within ten (10) days (or the period specified in the notice) after receipt of the notice. Failure to adequately cure the deficiency

shall result in termination action. Such termination may also result in suspension of purchasing goods/services with the College. The contractor and its sureties (if any) shall be liable for

any damage to the College resulting from the contractor’s default of the contract. This liability includes any increased costs

incurred by the College in completing contract performance. In the event of termination by the College for any cause, the

contractor will have, in no event, any claim against the College for lost profits or compensation for lost opportunities. After a receipt of a Termination Notice and except as otherwise directed

by the College the contractor shall:

A. Stop orders/work on the date and to the extent specified. B. Terminate and settle all orders and/or subcontracts

relating to the performance of the terminated work. C. Transfer all work in process, completed work, and other

materials related to the terminated work as directed by the College.

D. Continue and complete all parts of that work that have not

been terminated.

If the contractor’s failure to perform the contract arises from

causes beyond the control and without the fault or negligence of the contractor, the contract shall not be terminated for default. Examples of such causes include (1) Acts of God or the public

enemy, (2) acts of a government in its sovereign capacity, (3) fires, (4) floods, (5) epidemics, (6) strikes and (7) unusually severe weather.

Page 16: /25-StudentHandbookITB1

16

B. Termination for Convenience:

The College, by written notice, may terminate this contract, in

whole or in part, when it is in the College’s best interest. If this contract is terminated, the College shall be liable only for goods or services delivered and accepted. The College’s Notice of

Termination may provide the contractor thirty (30) days prior notice before it becomes effective. However, at the College’s sole option, a termination for convenience may be effective

immediately and may apply to delivery orders (if applicable) or to the contract in whole.

6. AVAILABILITY OF FUNDS

The obligations of the College under this award are subject to the availability of the funds lawfully appropriated for its purpose by the

State of Florida and the District Board of Trustees.

7. PAYMENT

Partial payments in the full amount for the value of items received and accepted may be requested by the submission of a properly executed invoice, with supporting documents if required. Payment for accepted

equipment/supplies/services will be accomplished by submission of an invoice to:

Valencia Community College Accounts Payable

PO Box 3028 Orlando, FL 32802 Phone (407) 582-3309

Invoices must include the purchase order number resulting from this

Invitation to Bid.

8. DEBRIS

Awarded contractor shall be responsible for the prompt removal of all

debris, which is a result of this contractual service.

9. INSURANCE REQUIREMENTS

A. Before execution of the contract by the College and/or

commencement of the services to be provided by the Contractor, under the terms of this Contract, the Contractor shall file with

the College, current Certificates of Insurance indicating required

Page 17: /25-StudentHandbookITB1

17

types and coverage amounts, on forms acceptable to the College, as follows:

1. All insurance policies shall be issued by companies

authorized to do business under the laws of the state of Florida and acceptable to Orange/Osceola County.

2. The Certificates shall clearly indicate that the contractor has obtained insurance of the type, amount and classification as required for strict compliance with this

insurance section.

3. No material change or cancellation of the insurance shall be effective without thirty (30) days prior written notice to the College.

B. The contractor shall require and ensure that each of its

subcontractors providing services hereunder (if any) procures and maintains, until the completion of the services, insurance of the types and to the limits specified herein.

C. Coverage Required:

1. Workers’ Compensation - The contractor shall provide coverage for its employees with statutory workers’

compensation limits, and no less than $100,000.00 for Employers’ Liability. Said coverage shall include a waiver of subrogation in favor of the College and its agents,

employees and officials.

2. Commercial General Liability - The contractor shall provide

coverage for all operations including, but not limited to Contractual, Products and Completed Operations, and

Personal Injury. The limits shall not be less than $500,000.00 per occurrence, Combined Single Limits (CSL) or its equivalent. The General Aggregate limit shall either

apply separately to this CONTRACT or shall be at least twice the required occurrence limit.

3. Business Automobile Liability - The contractor shall provide coverage for all owned, non-owned and hired vehicles with limits of not less than $500,000.00, per

occurrence, Combined Single Limits (CSL) or its equivalent. 4. The “District Board of Trustees of Valencia Community

College Florida” shall be specifically included as an additional insured on the general liability policy.

Page 18: /25-StudentHandbookITB1

18

D. All such insurance required of the contractor shall be primary to,

and not contribute with, any insurance or self-insurance maintained by the College.

E. Any exceptions to the insurance requirements in this section

must be approved in writing by the College.

F. Compliance with these insurance requirements shall not relieve

or limit the contractor’s liabilities and obligations under this

contract. Failure of the College to demand such certificate or other evidence of full compliance with these insurance

requirements or failure of the College to identify a deficiency from evidence provided will not be construed as a waiver of the contractor’s obligation to maintain such insurance.

10. CONTRACT TERM/RENEWAL

A. The contract resulting from this Invitation to Bid shall commence

effective upon execution by both parties.

B. The Procurement Department shall issue a separate purchase

order against the term contract on an ‘as needed’ basis.

C. If the quantity of a unit priced item in this contract is an

estimated quantity and the actual quantities ordered are more

than 50% above the estimated quantity, the College shall enter into negotiations with the contractor for a lower unit price which

will be incorporated into the contract. Failure of the contractor to agree to a reduced unit price may result in the termination of the contract and resolicitation of the requirement.

D. Any order issued during the effective period of this contract, but

not completed within that period, shall be completed by the contractor within the time specified in the order. The contract shall govern the contractor’s and the College’s rights and

obligations with respect to that order to the extent as if the order were completed during the contract’s performance period.

11. USE OF CONTRACT BY OTHER AGENCIES

At the option of the contractor, the use of the contract resulting from

this solicitation may be extended to other governmental agencies, including the State of Florida, its agencies, political subdivisions, other community colleges, counties, and cities.

Page 19: /25-StudentHandbookITB1

19

Each governmental agency allowed by the contractor to use this contract shall do so independent of any other governmental entity.

Each agency shall be responsible for its own purchases and shall be liable only for goods or services ordered, received and accepted. No

agency receives any liability by virtue of this bid and subsequent contract award.

Page 20: /25-StudentHandbookITB1

20

SPECIFICATIONS

Without limitation, the college desires to contract with a single contractor who is capable of meeting the specifications as described herein.

COVER OPTION 1

Quantity: 46,000 80# Cover Neenah Esse Pearlized white Flat: 22 x 8.5

Finished: 5.5 x 8.5 Ink: 2 metallic PMS with bleeds/0

Finishing: fold over front and back covers and glue (double thick) COVER OPTION 2

Quantity: 46,000 80# Cover Neenah Eggshell white Flat: 22 x 8.5

Finished: 5.5 x 8.5 Ink: 4/0 with bleeds

Finishing: fold over front and back covers and glue (double thick) INSIDE TEXT PAGES

70# Accent Opaque Text white Finished: 5.5 x 8.5

Ink: K/K, no bleeds TABS OPTION 1

Set of 2 tabs in each book (2 tabs x 46,000 books = 92,000) Finished: 5.5x 8.5 80# Cover Neenah Esse Pearlized white

Ink: 2 metallic PMS, no bleeds

TABS OPTION 2 Set of 2 tabs in each book (2 tabs x 46,000 books = 92,000) Finished: 5.5 x 8.5

80# Cover Neenah Eggshell white Ink: 4/0, no bleeds

BOOKMARK OPTION Quantity: 46,000

Red Silk Ribbon – 1/4 inch wide Glue into back cover (either option)

FINISHING Drill the entire book for double wire o.

Page 21: /25-StudentHandbookITB1

21

Use silver wire o. Total text pages: 241 + Cover

Qty: 46,000 Proof provided to the College 5/14 or sooner

Digital Files & Cover: The College will provide cover and content digital files to the contractor on or

before 5/7/2012. Delivery:

The College is a multi-campus institution. The F.O.B. point shall be delivered to the location(s) specified herein. Deliveries will be split in the following

quantities between the various locations:

Campus Name

Point Person

Delivery Location

Mail Code

Quantity City, Zip Code

Winter Park Melanie

Price

Curbside MC: 5-1 2,000 Winter

Park, 32789

Winter Park Sunni Prevatt

Curbside MC: 5-1 2,000

Winter Park,

32789

Osceola Cheri Root Curbside MC: 6-1 5,000 Kissimmee, 34744

Osceola Deanne Abrams

Curbside MC: 6-1 5,000 Kissimmee, 34744

West Campus

Sally Witkamp

S & R Dock MC: 4-10

8,000 Orlando, 32811

West Campus

Lazaro Comacho

S & R Dock MC: 4-5 8,000 Orlando, 32811

West Campus`

Melissa Sztelle

S&R Dock MC: 4-19

20 Samples

Orlando, 32811

East Campus

Shirley Boyette

S & R Dock MC: 3-15

8,000 Orlando, 32825

East Campus

Gerald Jones

S & R Dock MC: 3-8 8,000 Orlando, 32825

Please label all boxes separately for each point person and the boxes labeled with the name, campus, mail code and quantities.

Product must be delivered on or before June 1, 2012.

Samples: Provide 20 printed samples to Melissa Sztelle at 1800 S. Kirkman Road, Orlando, FL. 32811

Packing Specifications: Each box must be marked with label of amount and contents before delivery.

Page 22: /25-StudentHandbookITB1

22

Additional Specifications:

Upload to Valencia’s FTP or vendor’s FTP. All costs of proofing requirement, delivery and return shipping responsibility

of the contractor. The College shall not pay for any overruns associated with this project, Written agreement from the college must validate use of subcontracted work,

A 15% discount will be taken as penalty for late delivery.

Page 23: /25-StudentHandbookITB1

23

BID PROPOSAL FORM Cost Page

Bid # 11/12-25 Printing of the 2012-2013 Student Handbook

Cover Option #1 Total Cost as specified, including delivery, Qty: 46,000

$

Cover Option #2 Total Cost as specified, including delivery, Qty: 46,000

$

Inside Text Total Cost Pages 241 pages as specified, including delivery,

Qty: 46,000

$

Tabs Option 1 Total Cost as specified, including delivery, (2 tabs x 46,000

books = 92,000 tabs)

$

Tabs Option 2 Total Cost as specified, including delivery, (2 tabs x 46,000

books = 92,000 tabs)

$

Bookmark Options Total Cost as specified, including delivery, Qty: 46,000

$

_______________________________________________________

Name of Company submitting bid

_______________________________________________________ E-Mail Address

Page 24: /25-StudentHandbookITB1

24

AUTHORIZED SIGNATORIES FORM: The contractor represents that the follow ing

person is authorized to sign contracts and related documents to w hich the contractor w ill

be duly Bond

Identification (Company Name, and DBA name – if applicable)

Purchasing Address

City

State

ZIP

Alternate Purchasing Address (if applicable)

City State

ZIP

Remittance Address

City

State

ZIP

Phone Number

Facsimile Number

Web Address

E-mail Address

Contact Person

Title

Company Status: Small Business Non-Profit Government ______ Sole Proprietor

Corporation Partnership

Type of Service or Commodity (Required to be added to supplier list)

Federal Employer Identification Number (FEIN, 9-digit)

OR Social Security Number (SSN)

Are you a 1099

recipient?

Yes No

If YES, under what name. (A W9 form must be filled out and signed before payment is permitted)

Ownership (reference Federal Register 49 CFR, Part 23 and 287.094 Florida statutes)

Is your company at least 51% owned, controlled, and actively managed by: Disabled Veteran

Minority Person(s) Woman or Women Certified by State, County, City or FMSDC? Y N

For Minority Ownership (check applicable box)

African American Hispanic American Asian American Native American

Other ___________ If Certified, please submit certificate

Name (Print)

Authorized Signature

Title

Page 25: /25-StudentHandbookITB1

25

ACKNOWLEDGEMENT OF ADDENDA

The contractor shall acknowledge receipt of any addenda issued to the solicitation by completing the blocks below or by completion of the applicable

information on the addendum and returning it no later than the date and time for receipt of the bid. Failure to acknowledge an addendum that has a material impact on the solicitation may negatively impact the responsiveness

of your bid or proposal. Material impacts include but are not limited to changes to specifications/scope of work, delivery time, performance period, quantities, bonds, letters of credit, insurance, qualifications, etc.

Addendum Number Date Signature

Page 26: /25-StudentHandbookITB1

26

REFERENCES:

List three (3) customers for the goods or services specified in the solicitation in the spaces provided below giving the company name, contact person,

address, telephone number, and date services were performed, as described.

1.

Name of Company

Descript ion of goods/services

Contact Name

Address

Address

Phone

E-mail Address

2.

Name of Company

Descript ion of goods/services

Contact Name

Address

Address

Phone

E-mail Address

3.

Name of Company

Descript ion of goods/services

Contact Name

Address

Address

Phone

E-mail Address

Page 27: /25-StudentHandbookITB1

27

DRUG-FREE WORKPLACE FORM

The undersigned contractor, in accordance with Florida Statute 287.087 hereby certifies that _________________________________________________ does: Name of Business

1. Publish a statement notifying employees that the unlawful

manufacture, distribution, dispensing, possession, or use of a

controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

2. Inform employees about the dangers of drug abuse in the workplace,

the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse

violations.

3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Paragraph 1.

4. In the statement specified in Paragraph 1, notify the employees that, as

a condition of working on the commodities or contractual services that

are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or

nolo contendere to, any violation of Florida Statute 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after

such conviction.

5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted.

6. Make a good faith effort to continue to maintain a drug-free workplace

through implementation of Paragraphs 1 thru 5.

As the person authorized to sign this statement, I certify that this firm

complies fully with above requirements. ___________________________________ Contractor’s Signature

___________________________________ Date

Page 28: /25-StudentHandbookITB1

28

CONFLICT/NON-CONFLICT OF INTEREST STATEMENT

CHECK ONE

[ ] To the best of our knowledge, the undersigned contractor has no potential conflict of interest due to any other clients, contracts, or property interest for this project.

OR

[ ] The undersigned contractor, by attachment to this form, submits information which may be a potential conflict of interest due to other

clients, contracts, or property interest for this project.

LITIGATION STATEMENT

CHECK ONE

[ ] The undersigned contractor has had no litigation and/or judgments entered against it by any local, state or federal entity and has had no litigation and/or judgments entered against such entities during the

past ten (10) years. [ ] The undersigned contractor, BY ATTACHMENT TO THIS FORM,

submits a summary and disposition of individual cases of litigation and/or judgments entered by or against any local, state or federal

entity, by any state or federal court, during the past ten (10) years. ____________________________________ Company Name

____________________________________ Authorized Signature

____________________________________ Name (Print or Type)

____________________________________ Title

Failure to check the appropriate blocks above may result in disqualification of your proposal. Likewise, failure to provide documentation of a possible conflict of interest, or a summary of past litigation and/or judgments, may

result in disqualification of your proposal.

If you do not intend to bid on this Requirement, please return this form immediately to:

Page 29: /25-StudentHandbookITB1

29

PROCUREMENT OFFICE 1800 S. Kirkman Road, Bldg 14, Room 100

Orlando, FL 32811 FAX: 407-582-1209

STATEMENT OF NO BID

We, the undersigned, have declined to bid on Bid #11/12- 25

Printing of the 2012 – 2013 Student Handbook Reason:

_____ Specifications “too tight”, geared toward one brand or manufacturer (explain below).

_____ Insufficient time to respond.

_____ Specifications unclear (explain below).

_____ We do not offer this product or an equivalent. _____ Our product schedule does not permit us to perform.

_____ Unable to meet Specifications.

_____ Unable to meet Bond requirements.

_____ Other _____________________________________________________

________________________________________________ Company Name ________________________________________________ Address

________________________________________________

________________________________________________ Phone Number

________________________________________________ Signature