10-13

advertisement
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
MiraCosta Community College District
One Barnard Dr.
Oceanside, CA 92056
Phone: 760-795-6755
Fax: 760-795-6795
LETTER TO BIDDERS
March 11, 2013
Please find enclosed our Bid No. 10-13 calling for Audio Visual Equipment and Supplies. You will note that this bid is
being issued by the North County Educational Purchasing Consortium comprised of
the following districts:
1.
2.
3.
4.
5.
6.
7.
8.
9.
Bonsall Union School
Cardiff School
Carlsbad Unified School
Del Mar Union School
Encinitas Union School
Escondido Union High School
Escondido Union Elementary School
Fallbrook Union Elementary School
Fallbrook Union High School
10.
11.
12.
13.
14.
15.
16.
17.
18.
Julian Union High School
Julian Union School
MiraCosta Community College
Oceanside Union School
Palomar Community College
Poway Unified School
Romona Unified School
Rancho Santa Fe School
San Dieguito Union High School
19.
20.
21.
22.
23.
24.
25.
26.
San Marcos Unified School
Solana Beach School
San Pasqual Union School
Spencer Valley School
Vallecitos School
Valley Center-Pauma Unified
Vista Unified School
Warner Unified School
This Consortium has been formed to assist all North County School Districts in obtaining quality items for a reasonable
price. Please be advised that any award resulting from this bid will be awarded by the Consortium. This district will be
responsible for monitoring contract terms and conditions only. The Consortium will review the bids and make the
award(s).
During the tenure of the contract each Consortium member will be placing its own individual orders. It shall be the sole
responsibility of the ordering district to receive, inspect, accept, and pay for its own individual orders. Whatever price is
stated in the contract shall apply across the board to all members of the Consortium.
At times, it may be necessary to add a new member to the Consortium. It shall be understood by the successful bidder
that the new member shall be entitled to order from this contract and shall further be entitled to use the same terms and
conditions offered to existing members.
In addition the Consortium has granted to other educational districts in San Diego County the right to participate
in Consortium bids as associate members. A list of the districts who are eligible to become associate members
forms part of our standard boilerplate. These associate members will be charged a fee to participate in
Consortium bids, and upon participation, they shall be afforded the same pricing, terms and conditions offered
to member districts. A list of the associate member districts whose needs have been addressed will be attached
to and form part of our bid documents for that bid, and purchases by other districts are not permitted.
Additionally, when the contract is awarded by the Consortium the successful vendors will be notified of the
names of those districts who have participated. Bidders should be aware that since the needs of these associate
member districts will have been addressed in the bid specifications, this is NOT considered by the Consortium
to be piggybacking, but rather a cooperative purchasing situation.
Should you have any additional questions pertaining to this matter, please call the undersigned at 760-795-6755.
Sincerely,
Kim Simonds
Buyer
Page - 1
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN that the North County Educational Purchasing Consortium of San Diego County, California,
acting by and through its Governing Board, hereinafter referred to as the Consortium will receive up to, but not later than
2:00 PM on Thursday, May 30, 2013 sealed bids for the award of a contract for the following:
Audio Visual Equipment and Supplies
Consortium Bid No. 10-13
Such bids shall be received in the office of MiraCosta Community College District, One Barnard Dr., Oceanside, CA
92056 and shall be opened at the stated time and place.
Each bid must conform and be responsive to this invitation, the Information for Bidders, the Specifications, and all other
documents comprising the pertinent Contract Documents. Copies of the Contract Documents are now on file and may be
obtained online beginning April 22, 2013 on the MiraCosta College Bid Opportunities Website found at:
http://www.miracosta.edu/administrative/purchasing/bidopportunities.html.
The Consortium reserves the right to reject any or all bids, to accept or to reject any one or more items of a bid, or to
waive any irregularities or informalities in the bids or in the bidding.
No bidder may withdraw his bid for a period of sixty (60) days after the date set for the opening of bids.
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Secretary of the Board: Lynne Kotas
Publication:
Publication Dates:
North County Times
04/21/13 & 04/28/13
Page - 2
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
TABLE OF CONTENTS
LETTER TO BIDDERS ......................................................................................................................................................... 1
NOTICE TO BIDDERS ......................................................................................................................................................... 2
TABLE OF CONTENTS........................................................................................................................................................ 3
INFORMATION FOR BIDDERS ........................................................................................................................................... 4
BID FORM............................................................................................................................................................................. 7
NON-COLLUSIVE BIDDING DECLARATION ..................................................................................................................... 8
SPECIAL PROVISIONS........................................................................................................................................................ 9
AGREEMENT ..................................................................................................................................................................... 11
MEMBER DISTRICTS ........................................................................................................................................................ 15
ASSOCIATE MEMBER DISTRICTS .................................................................................................................................. 16
DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) REQUIREMENTS ................................................................. 17
RESOURCES AND INFORMATION ............................................................................................................................... 20
FORM 8350: .................................................................................................................................................................... 21
DOCUMENTATION OF DISABLED VETERAN BUSINESS ENTERPRISE PROGRAM REQUIREMENTS ................. 21
ADDITIONAL DISABLED VETERAN BUSINESS ENTERPRISE CONTACTS .............................................................. 23
DVBE PROGRAM REQUIREMENTS SUPPLIER CHECKLIST ..................................................................................... 24
BIDDER DECLARATION ................................................................................................................................................ 25
Page - 3
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
INFORMATION FOR BIDDERS
1.
SECURING DOCUMENTS: Specifications and other contract document forms will be available without charge,
and may be secured by prospective bidders at the office of:
Kim Simonds, Buyer
MiraCosta Community College District
One Barnard Dr., Oceanside, CA 92056
2.
PROPOSALS: Bids to receive consideration shall be made in accordance with the following instructions:
a) Bids shall be made upon the form therefore obtained at the office of Purchasing Department properly
executed. Bids shall be written in ink or by typewriter before submission. Bids are to be verified as they cannot
be corrected after bids are opened. The signature of all persons signing shall be in longhand. The completed
form shall be without interlineations, alterations, or erasures. Alternative proposals will not be considered unless
requested in the specifications. No oral or telegraphic modifications will be considered.
b) Before submitting a bid, bidders shall carefully examine specifications, and the forms of other documents.
They shall fully inform themselves as to all existing conditions and limitations, and shall insure that unit cost and
total cost is reflected in the bid. No allowance will be made because of lack of such examination or knowledge.
c) The use of the name of a manufacturer, or any special brand or make, in describing any item in the Contract
Documents does not restrict bidders to that manufacturer or specific article. An equal of the named product will
always be given due consideration.
d) All equipment on which bids are submitted must in all cases be equal or better in quality and utility to those
manufacturers or brands specified by the Consortium.
e) The make or brand and grade of the article on which bid is submitted should be stated in the bid form. When
the make or brand and grade of the article is not stated it will be understood to be the specific article named by
the Consortium.
f)
No bid shall include California sales or use tax, or Federal excise tax.
g) All bids on items shall be f.o.b. school districts.
h) No charge for packing, draying, postage, express, or for any other purpose will be allowed over and above
the prices bid.
i) Bids shall be delivered to said MiraCosta Community College District or its representative, at its office on
or before the day and hour set for the opening of bids in the NOTICE TO BIDDERS published in the North County
Times, which bids shall be enclosed in a sealed envelope bearing the description of the bid call, the name of the
bidder, to see that the bid is received in proper time. Any bids received after the scheduled closing time for
receipt of bids shall be returned to the bidder unopened.
j)
When requested bidders shall submit properly marked samples of each such article, on which bid is made to:
MiraCosta Community College District
Each sample submitted must be marked in such manner that the marking is fixed, so that the identification of the
sample is assured. Such marking shall state (1) name of bidder, (2) number of bid, (3) item number. Bid and
samples must not be sent in the same package.
k) Samples of items, when required, must be furnished free of expense to the Consortium and if not destroyed
by tests, will, upon request, be returned at the bidders expense.
l) All articles awarded on contract shall be subject to inspection and rejection. All expenses incurred in
connection with furnishing articles for inspection shall be borne by the vendor.
Page - 4
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
3.
ADDENDA OR BULLETINS: Any addenda or bulletins issued by the North County Educational Purchasing
Consortium during the time of bidding or forming a part of the documents issued to the bidder for the preparation
of the bid shall be covered in the bid and shall be made a part of the Contract.
4.
WITHDRAWAL OF BIDS: Any bidder may withdraw their bid, either personally or by a written request, at any
time prior to the scheduled time for opening of bids, but not after.
5.
OPENING OF BIDS: Bids will be opened at the time and place scheduled in the NOTICE TO BIDDERS.
6.
AWARD OR REJECTION OF BIDS: The Contract will be awarded to the lowest responsive and responsible
bidder(s). The Governing Board of the North County Educational Purchasing Consortium, however, reserves the
right to reject any or all bids, to accept or reject any one or more items of a bid, to award more than one contract
where product equivalency cannot be easily cannot be easily determined, and to waive any informality in the bids
or in the bidding.
7.
WITHDRAWAL OF BIDS AFTER OPENING: No bidder may withdraw their bid for a period of sixty (60) days
after the date set for the opening thereof.
8.
AGREEMENT: The form of agreement, which the successful bidder, as contractor, will be required to execute, is
included in the contract documents and should be carefully examined by the bidder. The agreement will be
executed in two (2) original counterparts. The complete contract consists of the following documents: The Notice
to Bidders, the Information for Bidders, the Accepted Bid, the Specifications, and the Agreement, including all
modifications thereof duly incorporated therein. All of the above documents are intended to cooperate and be
complementary so that any instructions or requirements called for in one and not mentioned in the other, or vice
versa, are to be executed the same as if mentioned in all said documents. The intention of the documents is to
include all labor, materials, equipment, transportation and services necessary for the proper delivery and
installation of all items called for in the Contract.
9.
INTERPRETATION OF DOCUMENTS: If any person contemplating submitting a bid for the proposed contract is
in doubt as to the true meaning of any part of the specifications, or other proposed contract documents, or finds
discrepancies in, or omissions from the specifications, they may contact: Kim Simonds, Bid Administrator to
request an interpretation or correction thereof. The Consortium may require that such request be in writing, in
which case the person submitting the request will be responsible for its prompt delivery. Any interpretation or
correction of the proposed documents will be made only by Addendum duly issued by said Bid Administrator and
a copy of such Addendum will be mailed or delivered to each person receiving a set of such documents. The
North County Educational Purchasing Consortium will not be responsible for any other explanation or
interpretation of the proposed documents.
10.
BIDDERS INTERESTED IN MORE THAN ONE BID: No person, firm, or corporation shall be allowed to make or
file or be interested in more than one bid for the same work, unless alternate bids are called for. A person, firm, or
corporation submitting a sub-proposal to a bidder, or who has quoted prices on materials to a bidder, is not
thereby disqualified from submitting a sub-proposal or quoting prices to other bidders.
11.
ASSIGNMENT OF CONTRACT: No assignment by the Contractor of any contract to be entered into hereunder
or any part thereof, or of funds to be received thereunder by the Contractor, will be recognized by the Consortium
unless such assignment has had the prior approval of the Consortium and the surety has been given due notice
of such assignment in writing and has consented thereto in writing.
12.
BID SECURITIES, PERFORMANCE BONDS, PAYMENT BONDS: When requested on page 1 of the bid, bids
shall be accompanied with a certified or cashier’s check or bidder’s bond made out on the form approved by the
Consortium, in an amount as indicated on page 1, and made payable to the order of the North County
Educational Purchasing Consortium. Said check or bond shall be given as a guarantee that the bidder will, if
awarded the contract, enter into the contract, a copy of which is contained in the contract documents, and in case
of a refusal or failure to enter into said agreement within five (5) days after being requested to do so by the
Consortium the check or bond, as the case may be, shall be forfeited to the Consortium. If the proposal is not
accepted by the Consortium within sixty (60) days after the time set for the opening of bids, or if the successful
bidder executes and delivers said contract, the certified checks or bid bonds will be returned. Any bidder not
providing the required bid security will be considered non-responsive and the bid shall be rejected.
Page - 5
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
If any other bonds or guarantees are required by the Consortium of the bidders or the successful bidders, those
bonds or guarantees are so stated in the Specifications of these bid documents.
13.
DEMONSTRATIONS: If the Consortium considers a need, bidders shall be required to arrange demonstrations
of items or services bid. Failure to be able to provide such working demonstration may disqualify the bidder's bid
submittal.
Unless otherwise requested by the Consortium, bidders shall be required to provide the requested
demonstrations at the Designated Bid Coordinator's District facility. ALL DEMONSTRATIONS SHALL BE
PROVIDED FREE OF CHARGE TO THE CONSORTIUM. Bidders may be required to reimburse the Consortium
for travel to demonstrations not held at a Member District's facility.
14.
EQUAL BIDS: When bids are equal, they shall be awarded by a drawing of lots, and shall be witnessed by three
(3) impartial observers.
15.
ESTIMATED USAGE QUANTITIES: The Consortium anticipates contract term requirements in the dollars
indicated for the supplies/equipment listed in the bid sheets. The Consortium, however, does not guarantee
orders in these amounts nor shall the Consortium be required to limit its orders to only those figures. This is an
indefinite-quantity bid. Bidders shall not specify minimum or maximum quantities or charges for specific order
types. Unlimited orders within the term of the contract shall be allowed to all members and associate members of
the Consortium at the prices bid.
Page - 6
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
BID FORM
To:
North County Educational Purchasing Consortium, acting by and through its Governing Board, herein called the
Consortium:
1.
Pursuant to and in compliance with your Notice to Bidders and other documents relating thereto, the
undersigned Bidder, having familiarized the terms of the Agreement, the Specifications, and other Contract
Documents, hereby proposes and agrees to perform, within the time stipulated, the Contract, including all of its
component parts, and everything required to be performed, all in strict conformity with the specifications and
other Contract Documents, including Addenda Nos.____, ____, ____, and ____, on file at the Purchasing Office
of said District for the prices set opposite the articles listed herein.
2.
It is understood that the Consortium reserves the right to reject this bid in whole or in part; to waive
informalities in the bids or bidding, and that this bid shall remain open and not be withdrawn for a period of sixty
(60) days from the date prescribed for the opening of this bid.
3.
It is understood that the successful bidder will be required to deliver: Audio Visual Equipment and
Supplies.
This bid is to cover the period of June 1, 2013 through May 31, 2014
4.
It is understood and agreed that if written notice of the acceptance of this bid is mailed, telegraphed, or
delivered to the undersigned within sixty (60) days after the opening of the bid, or at any time thereafter before
this bid is withdrawn, the undersigned agrees that they will execute and deliver to the Consortium a contract in the
form attached hereto in accordance with the bid as accepted, all within TEN (10) days after the receipt of
notification of award, and that performance of the contract shall be commenced immediately by the undersigned
bidder, upon due execution and delivery to the Consortium of the Contract, and shall be completed by the
Contractor in the time specified in Paragraph 2 of the Agreement of said Contract Documents.
5.
Notice of acceptance or request for additional information should be addressed to the undersigned at the
address stated below.
________________________________
Legal Name of Bidder
By ______________________________
Signature of Authorized Officer or Agent
Address
_________________________________
_________________________________
_________________________________
Toll-free
Telephone
_________________________________
Fax
_________________________________
E-mail
__________________________________
Note: Failure to provide a local toll-free telephone number will cause your bid to be rejected as non-responsive.
Page - 7
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
NON-COLLUSIVE BIDDING DECLARATION
(To be executed by Bidder and submitted with bid)
I, ________________________________________ declare as follows:
That I am the ___________________________of ______________________________________________________
the party making the attached bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the
bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly
or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone
shall refrain from bidding, that the bidder has not in any manner, directly or indirectly, sought by agreement,
communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead,
profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body
awarding the contract of anyone interested in the proposed contract; that all statements contained in this bid are true,
and, further, that the bidder has not, directly or indirectly, submitted his bid price or any breakdown thereof, or the
contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation,
partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a
collusive or sham bid.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.
Executed the ______ day of _________________, 20___, at __________________________________________,
_________________________________________________
Signature of Bidder
Page - 8
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
SPECIAL PROVISIONS
1.
AWARD AND ADMINISTRATION: This contract is being awarded by the North County Educational Purchasing
Consortium and will be administered by Poway Unified School District.
2.
ORDERING: All North County Member and Associate Member School Districts are entitled to utilize this
contract. A list of current members and associate members are a part of these documents.
Other districts may be added by amendment to this contract. Each individual district listed above will be
responsible for ordering, receiving, inspecting, accepting and paying for all orders placed.
3.
TERMS: All terms set forth in the bid shall apply to all districts using this contract. Terms shall include but not be
limited to price, delivery, applicable discounts, service, and packaging.
4.
INCREASE OR DECREASE IN PRICE:
a. Increase in Price: During the life of this contract, the contractor may request a price increase not to exceed
7% for good cause. Good cause will be determined in the sole discretion of the Consortium. The decision of the
Consortium shall be final. The contractor is expected to perform at the bid price throughout the term of the
contract. A price increase request, however, will be considered. When addressing the question of whether there
is good cause to grant a price increase, the contractor must submit a request in writing thirty (30) calendar days
in advance of the next scheduled meeting of the Consortium. A determination of good cause will take into
consideration increases in costs such as raw materials and labor. The contractor must present written evidence
of good cause and shall bear the full burden of providing such evidence. No increase will be allowed sooner than
180 calendar days from the date of contract award, including thirty (30) calendar days advance written notice.
b. Decrease in Price: During the life of the contract including any extensions, there may be a general published
manufacturer’s price change or a general market change, as evidenced by prices paid by other governmental
entities or private organizations. The change in price may relate to the cost of materials, labor, or distribution of
the product or service specified. Should such a change in price occur, the contractor has an affirmed duty to
notify the Consortium of decreases in price and to extend the full decrease to the Consortium. Failure of
contractor to notify the Consortium and/or extend such decrease may be deemed a breach of contract.
5.
EVALUATION CRITERIA: This bid will be evaluated on the following factors: price, competency, credibility,
discounts offered, e.g. quantity, trade, or term, compliance with all aspects of the specifications, exceptions that
may be noted, and any other factors that may arise during the review process after bid opening. It should be
noted the NCEPC reserves the right to award sections by either line item or by grouping which ever is determined
to be in the best interest of the NCEPC membership.
6.
PIGGYBACKING: If awarded a contract against this bid, under no circumstances may the Consortium's award
be used to promote sales at the prices quoted to Districts other than Consortium members and associate
members.
7.
MINIMUM ORDERS: Districts are encouraged to place minimum orders of $100.00; however this is not always
possible. For orders under $100.00 the vendor shall have the option to assess a freight/delivery charge not to
exceed the actual delivery cost to the vendor.
8.
MULTIPLE AWARDS: On this order the Consortium reserves the right to award this contract to multiple bidders,
or to group like items in sections. Pursuant to Public Contract Code Section 20118.1, the Consortium intends to
award a single contract “as a whole” to the lowest responsive responsible bidders who meet all the bid
specifications and bid condition requirements.
9.
DELIVERY: It is the expectation of the Consortium that delivery will take place within fifteen (15) calendar days
after receipt of the order unless different arrangements are agreed upon by the ordering district. Delivery shall be
made within the confines of San Diego County as designated by the ordering district. The parties to this contract
shall be excused from performance thereunder during the time and to the extent that they are prevented from
obtaining, delivering, or performing by act of God, fire, strike, loss or shortage of transportation facilities, lockout,
industry wide shortage, or commandeering of materials, products, plants or facilities by the government, when
satisfactory evidence thereof is presented to the NCEPC, provided that it also established that the
nonperformance is not due in part to the fault or neglect of the party not performing.
Page - 9
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
10.
LATE FEES: In the event that the contractor fails to deliver the ordered goods by the time specified in the
contract, the ordering district may impose a late fee charge. This charge shall be taken as a credit against the
contractor's invoice to the ordering district. The late fee charge shall be imposed at a rate of 2.5% per calendar
day against the total dollar value (before tax) of the late delivered goods. Assessment of late fees shall not negate
any of the other rights and remedies stipulated in the contract. Any agreement between ordering district and
contractor changing the specified delivery date must be in writing. Late fees will be assessed if contractor fails to
meet the revised delivery date. In no instance shall any late fees assessed exceed the dollar value of the late
delivered goods.
11.
BRAND NAMES AND MODEL NUMBERS: Brand names and model numbers where specified have been shown
due to existing standards set by some of the participating districts. Specific makes and models are required in
some circumstances in order to be compatible with existing district equipment.
Bidders may find discrepancies in the model numbers given in that the model number may be an old one and the
items is now referred to by a new number. Consideration will be given in that situation. Please note that you are
bidding on the same item as specified by designating "New Number" in the "Brand/Model" area, should that be
the case.
12.
MATERIAL SAFETY DATA SHEETS: Material Safety Data Sheets (MSDS) marked with the appropriate bid
item number, must be included with the bid on items where indicated in the specifications. BIDDERS MAY BE
CONSIDERED NON-RESPONSIVE AND BIDS MAY BE REJECTED DUE TO FAILURE TO INCLUDE MSDS
WITH BID DOCUMENTS.
13.
MANUFACTURER'S SPECIFICATIONS: An additional sheet with manufacturer's specifications and a picture of
the specific items bid, marked with the appropriate bid item number, must be included with the bid on those items
so indicated in the specifications. Awarded Vendors will be required to deliver catalog brochures of equipment
awarded to all NCEPC Members and Associate Members.
14.
SAMPLES: Bidders are required to submit properly marked samples of each item listed in the specifications, on
which bid is made to the North County Educational Consortium, c/o Poway Unified School District, Purchasing
Department. Each sample submitted must be marked in such a manner that the marking is fixed, so that the
identification of the sample is assured. Such marking shall state (1) the name of the bidder, (2) the number of the
bid, (3) the item number. Bid and samples must not be sent in the same package. Samples must be submitted
prior to the date and time shown for the bid opening, as stated in the Notice to Bidders.
15.
TOLL-FREE TELEPHONE NUMBER: All responding vendors outside the San Diego County area must provide
a toll-free telephone number on their bid form. Acceptance of collect calls is not an acceptable alternative.
Failure to provide a toll-free telephone number on the bid form by vendors outside the San Diego County area will
cause the entire bid to be considered non-responsive and rejected.
16.
PERCENTAGE DISCOUNT: All bidders will provide a percent off on catalog prices to be utilized. The
Consortium is seeking full-service bidders capable of providing a wide range of materials to member districts. A
percentage off catalog items will be utilized in determining responsive bidders.
17.
DISABLE VETERAN BUSINESS ENTERPRISE PARTICIPATION: Bidders must complete and include the
Documentation of Disabled Veteran Business Enterprise Program Requirements form (STD 840) and the Bidder
Declaration form (GSPD-05-105) with the bidder’s bid submission prior to the deadline to submit bids. The
requirements are included in this bid package.
Page - 10
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
AGREEMENT
THIS AGREEMENT, made and entered into this
day of
, 20___, by and between the North County
Educational Purchasing Consortium, San Diego County, California, hereinafter called the Consortium, and
__________________________________ hereinafter called the Contractor.
WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these presents do
covenant and agree with each other, as follows:
1.
THE CONTRACT DOCUMENTS: The complete contract consists of the following documents: The Notice
to Bidders, the Information to Bidders, the Accepted Bid, the General Specifications, and the Agreement, including all
modifications thereof duly incorporated therein. Any and all obligations of the Consortium and the Contractor are fully set
forth and described therein or are reasonably inferable that any work called for in one and not mentioned in the other, or
vice versa, is to be executed the same as if mentioned in said documents. The documents comprising the complete
Contract are sometimes hereinafter referred to as the Contract Documents, or the Contract.
2.
THE MATERIALS AND SUPPLIES: The contractor agrees to furnish the item or items of the stated bid
listed herein, and all transportation, service, labor, and material necessary to furnish and deliver same in good condition,
in the manner designated in, and in strict conformity with the specifications and other contract documents, at the price or
prices hereinafter set forth. Member districts shall not be responsible for the care or protection of any property, material,
or parts ordered against said contract before date of delivery to the respective district. It is understood by the Contractor
that all items or service will be promptly delivered to the ordering district
(List of Items awarded is attached for Bid 10-13, Audio Visual Equipment and Supplies)
3.
PAYMENTS. Within thirty (30) days after delivery of any or all of the items hereinabove set forth and their
acceptance by the ordering district, the ordering district agrees to pay to the Contractor, and the Contractor agrees to
accept in full payment therefor, the sums set opposite each item.
4.
TERMINATION FOR DEFAULT: If the said Contractor fails or neglects to supply or deliver any of said
goods, articles, or service at the prices named and at the times and places above stated, the Consortium may, with final
notice and demand, cancel and rescind this contract or may purchase said goods, supplies, or services elsewhere, and
hold said Contractor responsible and liable for all damages which may be sustained thereby, or on account of the failure
or neglect of said Contractor in performing any of the terms and conditions of this contract; it being specifically provided
and agreed that time shall be the essence of this agreement.
The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the
Consortium.
5.
CONSORTIUM'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF:
The Consortium may authorize a member district to withhold a sufficient amount or amounts of any payment otherwise
due to the Contractor, as in its judgment may be necessary to cover defective items not remedied, and the Consortium
may apply such withheld amount or amounts to the payment of such claims, in its discretion.
6.
EXTRA AND/OR ADDITIONAL SPECIFICATIONS AND CHANGES: Should the Consortium at any time
during the performance of the contract, request any alterations, deviations, additions, or omissions from the
Specifications or other Contract Documents, it shall be at liberty to do so, and the same shall in no way affect or make
void the Contract, but the cost will be added to or deducted from the amount of said Contract price, as the case may be,
by a fair and reasonable valuation.
The estimated cost of a proposed change shall be established in one or more of the following methods:
a)
By an acceptable lump sum proposal from the Contractor.
b)
By unit prices agreed upon by the Consortium and the Contractor.
No change shall be made in any specification of any item under the Contract unless a written statement setting
forth the object of the change, its character, amount, and the expense thereof is first submitted to the Consortium and
written consent thereto obtained.
Page - 11
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
7.
TIME OF COMPLETION: The Contractor shall begin performance of the Contract promptly upon due
execution and delivery to the Consortium of the Contract and Bond (if required). The Contractor is obligated to completely
and satisfactorily perform the Contract within the period or periods specified in the Contract documents.
8.
DEFENSE AND IDEMNITY: (A) Neither the consortium nor any ordering district shall be liable for, and
Contractor shall defend and indemnify the Consortium and any and all ordering Districts and their officers, agents,
employees and volunteers (collectively “Consortium Parties”), against any and all claims, deductibles, self-insured
retentions, demands, liability, judgments, awards, fines, mechanics’ liens or other liens, labor disputes. Losses,
damaged, expenses charges or costs of any kind or character, including attorneys’ fees and court costs (hereinafter
collectively referred to as “Claims”), which arise out of or are in any way connected to the work covered by this Agreement
arising either directly or indirectly from any act, error, omission or negligence of Contractor or its officers, employees,
agents, contractors, licensees, or servants, including without limitation, claims caused by the concurrent negligent act,
error or omission, whether active or passive of Consortium Parties. Contractor shall have no obligation, however, to
defend or indemnity consortium Parties from a claim if it is determined by a court of competent jurisdiction that such claim
was caused by the sole negligence or willful misconduct of Consortium Parties.
(b) Contractor shall defend and indemnify the Consortium Parties and their officers, agents and employees from every
claim or demand made and every liability, loss, damage or expense, or any nature whatsoever, which may be incurred by
reason of any liability for damages which may arise from the furnishing or use of any copyrighted or uncopyrighted matter
or patented or unpatented invention under this Agreement.
9.
THE ORDERING DISTRICT’S INSPECTOR: All items shall be subject to the inspection of the ordering
district. Inspection of the items shall not relieve the Contractor from any obligation to fulfill this Contract. Defective items
shall be made good by the Contractor, and unsuitable items may be rejected, notwithstanding that such defective work
and materials have been previously overlooked by the ordering district and accepted. If any items shall be found
defective at any time before final acceptance of the complete delivery, the Contractor shall forthwith remedy such defect
in a manner satisfactory to the ordering district.
10.
REMOVAL OR REJECTED ITEMS: All items rejected by the ordering district at any time prior to final
inspection and acceptance shall at once be removed from the place of delivery by the Contractor who shall assume and
pay the cost thereof without expense to the ordering district , and shall be replaced by satisfactory items.
11.
DELAY DUE TO UNFORESEEN OBSTACLES: The parties to this Contract shall be excused from
performance thereunder during the time and to the extent that they are prevented from obtaining, delivery, or performing
by act of God, fire, strike, loss or shortage of transportation facilities, lockout, or commandeering of materials, products,
plants or facilities by the government, when satisfactory evidence thereof is presented to the other party, provided that it is
also established that the non-performance is not due in part to the fault or neglect of the party not performing.
12.
ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, convey, sublet, or otherwise
dispose of this Contract or any part thereof, or any right title, or interest therein, funds to be received hereunder, or any
power to execute the same without the consent in writing of the Consortium.
13.
CONTRACTOR IS NOT AN OFFICER, EMPLOYEE, OR AGENT OF THE CONSORTIUM: While
engaged in carrying out and complying with the terms and conditions of this Contract the Contractor is an independent
contractor, and is not an officer, employee or agent of the Consortium or its member districts.
14.
INSURANCE PERMITS AND LICENSES REQUIRED OF THE CONTRACTOR: Contractor agrees to
carry a commercial general and automobile liability insurance policy with limits of One Million Dollars ($1,000,000) per
occurrence combined single limit for bodily injury and property damage in a form mutually acceptable to the parties to
protect Contractor and Consortium and Ordering District against liability or claims of liability which may arise out of this
Agreement. In addition, Contractor agrees to provide an endorsement to this policy stating, “Such insurance as is
afforded by this policy shall be primary, and any insurance carried by the Consortium and Ordering District shall be
excess and noncontributory.” No later than ten (10) working days after the execution of this Agreement, Contractor shall
provide Consortium and Ordering District with copies of the policy or policies of insurance evidencing all coverages and
endorsements required hereunder including a provision for a thirty (30) day written notice of cancellation or reduction in
coverage. Contractor agrees to name Consortium and Ordering district(s) and their officers, agents and employees as
additional insured under said policy. Bidders who have questions about insurance coverages are requested to present
questions prior to bid opening in accordance with the provisions of Section 9 of the Information for Bidders.
Page - 12
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
The contractor and all of its employees or agents shall secure and maintain in force such licenses and
permits as are required by law, in connection with the furnishing of materials, articles, or services covered under this
Contract. All operations and materials shall be in accordance with the law.
15.
CONDITIONAL BID: The Consortium reserves the right to reject a bid which imposes conditions, or
terms, n purchases, which were not specified in the original bid documents.
16.
HAZARD CONDITIONAL BID: Contractor shall comply with all Environmental Laws and all other laws,
rules regulations, and requirements regarding Hazard Materials, health and safety, notices and training. Contractor
agrees that it will not store any hazardous Materials at an Consortium or ordering district Facility without prior approval of
Consortium or ordering district or in violation of the applicable site storage limitations imposed by Environmental law.
Contractor agrees to take at its expense, all action necessary to protect third parties, including, without limitations,
employees, student and agents of the Consortium or ordering district from any exposure to Hazardous materials
generated or utilized in its performance under this Agreement.
Contractor agrees to report to the appropriate
governmental agencies all discharges, releases and spills of Hazardous Materials that are required to be reported by an
Environmental Law and to immediately notify the District of it. As used in this section, the tern “Environmental Law”
means any and all federal, state or local laws or ordinances, rules, decrees, orders, regulations or court decisions
(including the so-called “common law”), including, but not limited to the Resource Conservations and Recovery Act,
relating to hazardous substances, hazardous materials, hazardous waste, toxic substances, environmental conditions or
other similar substances or conditions. As used in this section the term “Hazardous Materials” means any chemical,
compound, materials, substance or other matter that (a) is a flammable, explosive, asbestos, radioactive nuclear
medicine, vaccine, bacterial, virus, hazardous waste, toxic, overtly injurious or potentially injurious materials, whether
injurious or potentially injurious by itself or in combination with other materials; (b) is controlled referred to, designated in
or governed by any Environmental Laws; (c) gives rise to any reporting, notice or publication requirements under any
Environmental Laws, or (d) is any other materials or substance giving rise to any liability, responsibility or duty upon the
District with respect to third person under any Environmental Laws.
17.
CONTACT WITH STUDENTS: Contractor will not permit any of it employees who perform services under
this Agreement to come in contact with pupils or communicate with pupils. In the event Contractor fails to prevent its
employees from having contact with pupils or communicating with pupils and injury results from failure to prohibit pupil
contact or communication, Contractor shall defend, indemnify, protect, and hold the Consortium and the ordering district,
its agents, officers and employees harmless from and against any and all claims, demands, liability, judgments, awards,
losses, injury damages, expenses, charges or costs of any kind or character whether to the Consortium or ordering
district or to any person or property which arise from or are connected with or are caused or claim to be caused by
Contractor’s failure to prohibit its employees, subcontractors or agents from having pupil contact or communication. Any
subcontractors hired by Contractor shall be subject to and shall comply with this section and it shall be the Contractor’s
responsibility to require compliance with this section. Contractor and subcontractor shall be jointly and severally liable for
any injury that results from subcontractor’s failure to comply with this provision. Based on the determination that neither
Contractor nor any subcontractor of Contractor will have contact with pupils, no fingerprinting of Contractor or its agents,
subcontractors or employees is required by this Agreement.
18.
COMPLIANCE WITH APPLICABLE LAWS: Contractor agrees to comply with all federal, state and locals
laws, rules regulations and ordinances that are now or may in the future become applicable to Contractor, contractor’s
business, equipment and personnel engaged in operations covered by this Agreement, or occurring out of the
performance of such operations.
19.
SEVERABILITY: If any term, condition or provision of this Agreement is held by a court of competent
jurisdiction to be invalid, void, or unenforceable, the remaining provisions will nevertheless continue in full force and effect
and shall not b affected, impaired or invalidated in any way.
20.
SUCCESSORS: All terms of this contract shall be binding upon, inure to the benefit of, and be
enforceable by the parties hereto and their respective heirs, legal representatives, successors and assigns.
21.
PROVSIONS REQUIRED BY LAW DEEMED INSERTED: Each and every provision of law and clause
required by law to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and
enforced as thought it were included herein, and if through mistake or otherwise any such provision is not inserted, or is
not correctly inserted, then upon application of either party, the contract shall forthwith by physically amended to make
such insertion or correction.
22.
AUDIT AND INSPECTION OF RECORDS: At any time during normal business hours and as often as
Consortium may deem necessary, Contractor shall make available to Consortium for examination at Consortium’s
primary administration offices, all data, records, investigation reports and all other materials respecting matters covered
Page - 13
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
by this Agreement and Contractor will permit Consortium to audit, and to make audits of all invoices and other data
related to all matters covered by this Agreement.
23.
WARRANT OF AUTHORITY: Each of the parties signing this Agreement warrants to the other that he or
she has the full authority of the entity on behalf of which his or her signature is made.
IN WITNESS WHEREOF, the Consortium, by order of its Governing Board, has caused this instrument to be duly
subscribed by the Secretary of said Board, and the contractor has caused this instrument to be duly subscribed and
executed, all on the date first hereinbefore set forth.
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
San Diego County, California
By: _________________________________
Bid Administrator
By: _________________________________
Contractor (Authorized Agent Signature)
Address:
____________________________
____________________________
____________________________
Approved by the Governing Board on
__________________________________
Page - 14
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
MEMBER DISTRICTS
Bonsall Union School District
31505 Old River Road
Bonsall, CA 92003-0003
Cardiff School District
1888 Montgomery Avenue
Cardiff-by-the-Sea, CA 92007-2313
Carlsbad Unified School District
6225 El Camino Real
Carlsbad, CA 92009
Del Mar Union School District
225 Ninth Street
Del Mar, CA 92014-2716
Encinitas Union School District
101 S. Rancho Santa Fe Road
Encinitas, CA 92024-4349
Escondido Union School District
2310 Aldergrove Ave
Escondido, CA 92029
Escondido Union High School District
302 N. Midway Drive
Escondido, CA 92027-2741
Fallbrook Union Elementary School DIst
321 Iowa Street
Fallbrook, CA 92028-2108
Fallbrook Union High School
2234 S Stage Coach Lane
Fallbrook, CA 92088
Julian Union High School District
1656 Highway 78; PO Box 417
Julian, CA 92036-0417
Julian Union School District
1704 Cape Horn Drive; PO Box 337
Julian, CA 92036-0337
MiraCosta Community College
One Barnard Drive
Oceanside, CA 92056-3899
Oceanside Unified School District
2111 Mission Avenue
Oceanside, CA 92058
Palomar Community College
1140 W. Mission Road
San Marcos, CA 92069
Poway Unified School District
13626 Twin Peaks Road
Poway, CA 92064-3034
Ramona Unified School District
720 Ninth Street
Ramona, CA 92065-2399
Rancho Santa Fe School
5927 La Granada; PO Box 809
Rancho Santa Fe, CA 92067-0809
San Dieguito Union High School District
San Marcos Unified School District
1 Civic Center Drive, Suite 250
San Marcos, CA 92069-2952
San Pasqual Union School District
15305 Rockwood Road
Escondido, CA 92027
Solana Beach School District
309 N. Rios Avenue
Solana Beach, CA 92075-1298
Spencer Valley School District
4414 Highway 78 & 79; PO Box 159
Santa Ysabel, CA 92070-0159
Vallecitos School District
5211 Fifth Street
Fallbrook, CA 92028-9796
Valley Center-Pauma Unified School Dist
Vista Unified School District
1234 Arcadia Avenue
Vista, CA 92084-3495
Warner Unified School District
30951 Highway 79; PO Box 8
Warner Springs, CA 92086-0008
710 Encinitas Boulevard
Encinitas, CA 92024
28751 Cole Grade Road
Valley Center, CA 92082-6599
Warner
Page - 15
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
ASSOCIATE MEMBER DISTRICTS
Alpine Union School District
1323 Administration Way
Alpine, CA 91901-9401
Cajon Valley Union School District
225 Roanoke Road
El Cajon, CA 92020
Chula Vista Elementary School District
84 East “J” Street
Chula Vista, CA 91910
Coronado Unified School District
555 D Avenue
Coronado, CA 92118-1799
Grossmont Cuyamaca Community College
8800 Grossmont College Drive
El Cajon, CA 92020-1799
Grossmont Union High School District
PO Box 1043
La Mesa, CA 91944-1043
Jamul-Dulzura Union School Dist
14581 Lyons Valley Road
Jamul, CA 91935-9701
Lakeside Union School District
P. O. Box 578
Lakeside, CA 92040-0578
La Mesa-Spring Valley School District
4750 Date Avenue
La Mesa, CA 91941-5293
Lemon Grove School District
8025 Lincoln Street
Lemon Grove, CA 91945-2515
Mountain Empire Unified School Dist
3291 Buckman Springs Road
Pine Valley, CA 91962-4003
National School District
1500 N Avenue
National City, CA 91950-4827
San Diego Unified School District
2351 Cardinal Lane, Bldg M
San Diego, CA 92123-3799
Santee School District
9880 Riverwalk Drive
Santee, CA 92071-5209
San Ysidro School District
4350 Otay Mesa Road
San Ysidro, CA 92173-1685
South Bay Union School District
1111Saturn Boulevard
San Diego, CA 92154-2097
Sweetwater Union High School Dist
1130 Fifth Avenue
Chula Vista, CA 91911-2896
Southwestern College
900 Otay Lakes Road
Chula Vista, CA 91910-7299
San Diego County Office of Ed
6401 Linda Vista Road
San Diego, CA 92111-7399
Page - 16
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) REQUIREMENTS
Please read the requirements and instructions carefully before you begin.
AUTHORITY. Ed Code: 17076.11 and 17070.10
The minimum DVBE participation percentage (goal) is 3% for this solicitation unless another percentage is
specified in the solicitation.
INTRODUCTION. The bidder must complete the identified forms and fully document at least one of the options (A or B) in
this document to comply with this solicitation’s DVBE program requirements. Bids or proposals (hereafter called “bids”)
that fail to submit all required forms and fully document and meet one of the DVBE program requirement options
shall be considered non-responsive.
PLEASE READ ALL INSTRUCTIONS CAREFULLY. These instructions contain information about the DVBE program
requirements, bidder responsibilities, requirements for performing and documenting each of the two available options
(Option A or Option B) as detailed below. Bidders are responsible for thorough review and compliance with these
instructions. Complete and document your option selection and related information on the forms identified herein.
To meet the DVBE program requirements, bidders must complete and fully document at least one of the
following compliance options:
Option A - Commitment to full DVBE participation - For a bidder who is a DVBE or who is able to meet the
commitment to use identified certified DVBE(s) to fulfill the full DVBE participation goal.
Option B - Good Faith Effort - For a bidder documenting its completed effort, made prior to the bid due date, to
obtain DVBE participation that may result in partial or no DVBE participation. (For partial participation, identified
certified DVBE(s) must be used).
OPTION A – COMMITMENT -- Commit to meet or exceed the DVBE participation requirement in this solicitation by either
Method A1 (bidder is a California certified DVBE) or A2 (bidder is not a California certified DVBE). Bidders must
document DVBE participation commitment by completing and submitting the Form 8350, Documentation of Disabled
Veteran Business Enterprise Program Requirements and the Bidder Declaration form located elsewhere within the
solicitation document. Failure to complete and submit the required forms as instructed shall render the bid nonresponsive.
At the District’s option prior to award of the contract, a written confirmation from each DVBE subcontractor identified on
the Bidder Declaration must be provided. As directed by the District, the written confirmation must be signed by the
bidder and/or the DVBE subcontractor(s). The written confirmation may request information that includes but is not
limited to the DVBE scope of work, work to be performed by the DVBE, term of intended subcontract with the DVBE,
anticipated dates the DVBE will perform required work, rate and conditions of payment, and total amount to be paid to the
DVBE. If further verification is necessary, the District will obtain additional information to verify the above requirements.
Method A1. Certified DVBE bidder:
a. Commit to performing at least 3% of the contract bid amount (unless otherwise specified) with the prime bidder’s firm
or in combination with another DVBE(s).
b. Document option intention on Form 8350 (Section A) and document DVBE participation on the Bidder Declaration
form.
c.
At the District’s option a DVBE bidder working in combination with other DVBEs shall submit proof of its commitment
by submitting a written confirmation from the DVBE(s) identified as a subcontractor on the Bidder Declaration form.
When requested, the document must be submitted to the address or facsimile number specified and within the
timeframe identified in the notification. Failure to submit the written confirmation as specified may be grounds for bid
rejection.
Page - 17
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
Method A2. Non-DVBE bidder:
a. Commit to using certified DVBE(s) for at least 3% (unless otherwise specified) of the bid amount.
b. When a bidder commits to less than the required 3% DVBE participation or its commitment may fall below 3% such
as when specific line items/groups are not selected for award, then Option B, Good Faith Effort must be completed.
c.
Document option intention on the Form 8350 (Section A) and document DVBE participation on the Bidder Declaration
form. Note: If Option B is selected, see Good Faith Effort documentation requirements below.
d. At the District’s option prior to contract award, a bidder is to submit proof of its commitment by submitting a written
confirmation from each DVBE identified as a subcontractor on the Bidder Declaration form. The awarding
department contracting official named in the solicitation may contact each listed DVBE, by mail, fax or telephone, for
verification of the bidder’s submitted DVBE information. When requested, the document must be submitted to the
address or facsimile number specified and within the timeframe identified in the notification. Failure to submit the
written confirmation as specified may be grounds for bid rejection.
OPTION B – GOOD FAITH EFFORT (GFE) performance and documentation requirements must be completely satisfied
prior to bid submission if the bidder is unable to obtain and commit to the full DVBE participation percentage goal
(Option A). Perform and document the following Steps 1 through 5 on both pages of Form 8350. Failure to perform and
document GFE Steps 1 through 5 as instructed, which includes properly completing and submitting both pages of Form
8350 and the Bidder Declaration form, shall result in the bid being deemed non-responsive. Step 3, Advertisement, is
required unless specifically waived for this solicitation due to time limits imposed by the awarding department.
Step 1: Awarding Department
Contact the department’s contracting official named in this solicitation for any DVBE suppliers, if available, who may have
identified themselves as potential subcontractors or to obtain suggestions for search criteria to possibly identify DVBE
suppliers for the solicitation. The contact must be fully documented and the results described on Form 8350, Section B,
Step 1.
Step 2: Other State and Federal Agencies, and Local Organizations
All three entities must be contacted. For searches that are accomplished online, attach screen print(s) of Web results
for verification. The screen prints should be current and coincide with the goods/services sought in the District’s
solicitation.
STATE:
Access the list of all certified DVBEs by using the Department of General Services, Procurement Division
(DGS-PD), Office of Small Business and DVBE Services (OSDS) online certified firm database at
www.eprocure.dgs.ca.gov. Begin by selecting “Small Business & Disabled Veterans Business Enterprise
Services.” Click on SB/DVBE Search. Search by Keywords and/or click on “Include SIC Codes in
Search” if you wish to also search by SIC codes. For questions regarding the online certified firm
database and the CSCR, please call the OSDS at (916) 375-4940 or send an email to:
OSDCHelp@dgs.ca.gov. All contacts must be fully documented and the results described on form 8350,
Section B, Step 2.
FEDERAL:
Search the U.S. Small Business Administration’s (SBA) Central Contractor Registration (CCR) on-line
database at www.ccr.gov/ to identify potential DVBEs and click on the "Dynamic Small Business Search"
button. Search options and information are provided on the CCR Dynamic Small Business Search site.
First time users should click on the “help” button for detailed instructions. You must fully document this
contact and describe the results on the Form 8350, Section B, Step 2.
LOCAL:
Contact at least one local DVBE organization to identify DVBEs. For a list of local DVBE organizations,
please refer to the DVBE Resource Packet or go on line to
http://www.documents.dgs.ca.gov/pd/smallbus/RefOrg.pdf
You must fully document your contact with local DVBE organizations and describe the results on the
Form 8350, Section B, Step 2.
Page - 18
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
Step 3: Advertisements
Advertisements are mandatory unless waived by the awarding department within the solicitation.
CONTENT REQUIREMENTS: Include all of the following in your advertisement(s): (1) company name; (2) contact name; (3)
address; (4) telephone and facsimile numbers (if applicable); (5) e-mail address (if applicable); (6) the District’s
solicitation number; (7) description of goods and/or services for which subcontractor participation is sought (Note: It must
be goods and/or services for which the subcontractor will be performing a commercially useful function); (8) the
location(s) of work to be performed; (9) the District’s bid due date and/or your due date for receiving DVBE responses.
HOW MANY & WHERE TO PUBLISH: Bidders must publish at a minimum, two (2) ads: one (1) each in a trade paper and a
DVBE focus paper unless the paper has a dual purpose (fulfilling both trade and focus requirements as defined in CCR,
Title 2, §1896.61(k)), in which case one (1) ad is acceptable in lieu of the two (2) mentioned above. Please see the DVBE
Resource Packet for a list of acceptable publications.
WHEN: Pursuant to CCR §1896.63(2), advertisements must be published after the solicitation’s release date and at least
14 days prior to the bid due date, unless a different time period is expressly established in this solicitation.
DOCUMENT & SUBMIT: On the Form 8350, Section C, Step 3, document the publication name(s) where advertisement(s)
were published, the contact name and phone number, and the date of publication. Include a copy of the advertisement(s)
with your bid.
Step 4: Invitations to Participate
WHO: Invite (solicit) DVBEs who can provide relevant goods and/or services to this solicitation to subcontract
with you. Conducting Steps 1 through 3 produces a list of DVBEs from which you may choose potential DVBE
subcontractors to contact. Bidders are advised to contact as many DVBEs (who provide relevant goods and/or
services in the applicable location(s)) as possible. Only California certified DVBEs should be contacted -please refer non-California certified DVBEs to the OSDS to learn about certification
FOR WHAT: Solicit DVBEs for goods and/or services relevant to the District’s solicitation. If you are unable to
identify specific portions of the proposed contract to subcontract, the District encourages bidders to avoid making
a predetermination that no DVBEs are able to perform or no portions of the work can be subcontracted, without
first contacting and soliciting participation from them. This allows DVBEs to respond whether they can or cannot
provide goods or services related to the solicitation, and provides a bidder with responses for consideration.
HOW TO INVITE & CONTENT REQUIREMENTS: Written invitations are required. At a minimum, invitations must
contain all of the following: (1) company name; (2) contact name; (3) address; (4) telephone and facsimile (if
applicable) numbers; (5) return e-mail address (if applicable); (6) the District’s solicitation number; (7) description
of goods and/or services for which subcontractor participation is sought (Note: It must be goods and/or services
for which the subcontractor will be performing a commercially useful function); (8) the location(s) of work to be
performed; (9) the District’s bid due date and/or your due date for receiving DVBE responses.
The invitation should also include the anticipated schedule for subcontractor performance and terms/conditions
related to payment of the subcontractor.
WHEN: Provide DVBEs with a reasonable time period to receive and respond to your invitation, and to be
considered by you for participation as described in Step 5 (below), prior to your bid submission.
DOCUMENT & SUBMIT: Bidders must document the completed contacts on Form 8350. Attach additional copies
of Form 8350 as necessary to list your DVBE contacts. You are required to attach a copy of: (1) each invitation
or offer sent by mail, fax or e-mail; and (2) should include confirmation of transmittal or delivery. Your bid may be
considered non-responsive if it fails to include copies of the written invitations and delivery confirmations.
Step 5: Consider all responding DVBEs for contract participation
Consideration must be based on business needs for this contract and the same evaluation criteria must be applied to
each potential DVBE subcontractor offering the same goods and services. Any firm selected for participation must be
documented on the Bidder Declaration form. Bidders must commit to using the certified DVBEs in the capacity and for
the amount identified on the Bidders Declaration form. Any firm not selected must be identified on the Form 8350,
Section C, and the reason for non-selection documented on the form. Attach additional copies of Form 8350 as
necessary to list all of your DVBE contacts that were not selected.
Page - 19
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
RESOURCES AND INFORMATION
For questions regarding bid documentation requirements, contact the contracting official at the awarding
department for this solicitation. The Department of General Services, Procurement Division (DGS-PD) publishes a
list of trade and focus publications to assist bidders in meeting these contract requirements. To obtain this list, please
contact the DGS-PD Office of Small Business and DVBE Services and request the “DVBE Resource Packet.”
FOR:
Service-Disabled Veteran-owned businesses in
U.S. Small Business Administration (SBA):
Use the Central Contractor Registration (CCR) on-line database.
Internet contact only –Database: www.ccr.gov/.
California (Remember to verify each DVBE’s
California certification.)
Local Organizations (see the DVBE Resource Packet available
from DGS-PD DVBE Program Section listed below)
FOR:
List of potential DVBE subcontractors
DGS-PD Office of Small Business and DVBE Services (OSDS)
707 Third Street, Room 1-400, West Sacramento, CA 95605
FOR:
ï‚· Directory of California-Certified DVBEs
ï‚· Certification Applications
ï‚· Certification Information
ï‚· Certification Status, Concerns
ï‚· General DVBE Program Info.
ï‚· DVBE Resource Packet
ï‚· DVBE Business Utilization Plan
ï‚· Small Business/DVBE Advocates
Website: www.pd.dgs.ca.gov
OSDS Receptionist, 8 am-5 pm: (916) 375-4940
PD Receptionist, 8 am-5 pm:
(800) 559-5529
Fax:
(916) 375-4950
Email:
osdchelp@dgs.ca.gov
ADVERTISEMENT FORMAT EXAMPLE
Commercially Useful Function Definition
This example offers a suggested format that
includes required information outlined in Option B,
Good Faith Effort, Step 3. You can substitute the
applicable information for the bolded, italicized
words.
California Code of Regulations, Title 2, § 1896.61(l):
DVBEs are invited to participate as a potential
subcontractor to perform a commercially useful
function specific to DGS’ IFB No. 12345 for fencing
materials in Chowchilla.
As defined in MVC §999, a person or an entity is deemed to perform a
"commercially useful function" if a person or entity does all of the following:
DVBE responses due to me 1/1/02;
Bids due to the State 1/15/02.
Contact: ABC Company
Jane Doe, General Manager
The term "DVBE contractor, subcontractor or supplier" means any person
or entity that satisfies the ownership (or management) and control
requirements of §1896.61(f); is certified in accordance with §1896.70; and
provides services or goods that contribute to the fulfillment of the contract
requirements by performing a commercially useful function.




Is responsible for the execution of a distinct element of the work of the
contract.
Carries out the obligation by actually performing, managing, or
supervising the work involved.
Performs work that is normal for its business services and functions.
Is not further subcontracting a portion of the work that is greater than that
expected to be subcontracted by normal industry practices.
A contractor, subcontractor, or supplier will not be considered to perform a
commercially useful function if the contractor's, subcontractor's, or
supplier's role is limited to that of an extra participant in a transaction,
contract, or project through which funds are passed in order to obtain the
appearance of disabled veteran business enterprise participation.
123 Main Street, Sacramento, CA 95814
voice: 555/555-5555; fax: 555/555-5556
or e-mail: jane.doe@abcco.com
Page - 20
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
FORM 8350:
DOCUMENTATION OF DISABLED VETERAN BUSINESS ENTERPRISE PROGRAM REQUIREMENTS
A. Designation Of Option – Check the appropriate box(es) to indicate the option(s) with which you choose to comply,
complete the applicable sections and attach the required supporting documentation. You are advised to read all
instructions carefully prior to completing this form. Remember that only California certified DVBEs who can provide
related goods and/or services may be used to satisfy these program solicitation requirements. DVBEs must perform a
commercially useful function. During contract performance, all requests for substituting DVBE subcontractors must be
made in accordance with the provisions of California Code of Regulations, Title 2, §1896.64(c).
OPTION A – I commit to meeting the full DVBE Agreement participation requirement.
Complete:
FORM 8350 (check the box on this form) and
Bidder Declaration form (located elsewhere in the solicitation)
OPTION B – I performed and documented a Good Faith Effort (GFE) in an attempt to obtain DVBE
participation.
Complete:
FORM 8350 (check the box on this form),
FORM 8350, Section B (for GFE Steps 1 & 2),
& Section C (for GFE Steps 3-5), and
Bidder Declaration form (located elsewhere in the solicitation)
B. Documentation of Good Faith Effort Steps 1 and 2 – Full information must be provided. Remember to
carefully read all instructions prior to completing this form. Please refer to the Resources packet for detailed contact information.
STEP 1. Contact the Awarding Department (the contracting official, unless another contact is specified) to identify
potential DVBE subcontractors, and document this contact below.
Date Contacted
/ /
Describe Result
Contact Name
Telephone Number
(
)
-
ext.
STEP 2. Contact all of the following and document your contacts as required: Other State and federal agencies and local
organizations to identify potential DVBE subcontractors. Attach screen print(s) of Web Results for verification.
Other State Agency – Procurement Division, Office of Small Business and DVBE Services (OSDS)
PHONE
CONTACT
Date
/
OR
Telephone Number
/
Date
ONLINE
SEARCH
/
/
Contact Name
I contacted the OSDS for a list of California
certified DVBEs.
(916) 375-4940
Internet Address
www.pd.dgs.ca.gov
I searched the OSDS online database to
identify California certified DVBEs.
Describe Result
Federal Agency – U.S. Small Business Administration (SBA) online database
Date
/
/
Internet Address
www.ccr.gov/.
I searched the federal online database for
California DVBEs.
Describe Result
Local DVBE Organizations – Contact at least one local DVBE organization – refer to the DVBE Resource Packet for a list of
acceptable contacts. (www.documents.dgs.ca.gov/pd/smallbus/RefOrg.pdf)
Date
/
Organization Name
Contact Name
Telephone Number and/or Internet Address
(
)
www.
Organization Name
Contact Name
Telephone Number and/or Internet Address
(
)
www.
/
Describe Result
Date
/
/
Describe Result
Go to Page 2, Section C to continue Good Faith Effort documentation 
Page - 21
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
FORM 8350 cont’d
DOCUMENTATION OF DISABLED VETERAN BUSINESS ENTERPRISE PROGRAM REQUIREMENTS
C. Documentation of Good Faith Effort Steps 3, 4 and 5 – Full information must be provided.
STEP 3. Publish advertisements: At least two (2) advertisements: One (1) ad in an accepted trade paper; and one (1) ad in an
accepted DVBE focus paper (please see the DVBE Resource Packet for a list of all accepted publications and a sample
advertisement format); unless the paper is an approved dual purpose (fulfilling both trade and focus requirements), in which case
one (1) ad is acceptable. Document this step as required and remember to attach a copy of your advertisement(s).
Focus Paper Name (list full name)
Contact Name
Telephone Number
(
Address
)
-
Date Ad Published
/
Trade Paper Name (list full name)
Contact Name
/
Telephone Number
(
Address
)
-
Date Ad Published
/
/
I certify the ad was placed to reach both trade and focus audiences through this one publication.
Trade and Focus Paper Name (list full name)
Contact Name
Telephone Number
(
Address
)
-
Date Ad Published
/
/
STEP 4 & STEP 5. Document your completed contacts with (Step 4) and consideration of (Step 5), relevant DVBEs.
Business reasons for non-selection must be explained. Attach additional pages to list all other DVBE contacts (you
may use ATTACHMENT B). Copies of all written invitations must be attached. Delivery confirmations should also be
attached and submitted with the bid.
Date Contacted
/
DVBE Company Name
/
DVBE Contact Name & Reference #
Telephone Number
(
)
-
Fax Number
(
)
-
ext.
E-mail (if available)
Street Address, City, State, and Zip Code
DVBE was selected and is listed on the Bidders Declaration Pg
Date Contacted
/
DVBE not selected for the following business reasons:
DVBE Company Name
/
DVBE Contact Name & Reference #
Telephone Number
(
)
-
Fax Number
ext.
(
)
E-mail (if available)
-
Street Address, City, State, and Zip Code
DVBE was selected and is listed on the Bidders Declaration Pg
Date Contacted
/
DVBE not selected for the following business reasons:
DVBE Company Name
/
DVBE Contact Name & Reference #
Telephone Number
(
)
-
Fax Number
ext.
(
)
E-mail (if available)
-
Street Address, City, State, and Zip Code
DVBE was selected and is listed on the Bidders Declaration Pg
DVBE not selected for the following business reasons:
Page - 22
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
ADDITIONAL DISABLED VETERAN BUSINESS ENTERPRISE CONTACTS
This document may be used as a continuation from Section C, STD. 840, Steps 4 & 5
Date Contacted
/
DVBE Company Name
/
DVBE Contact Name & Reference #
Telephone Number
(
)
-
Fax Number
ext.
(
)
E-mail (if available)
-
Street Address, City, State, and Zip Code
DVBE was selected and is listed on the Bidders Declaration Pg
Date Contacted
/
DVBE not selected for the following business reasons:
DVBE Company Name
/
DVBE Contact Name & Reference #
Telephone Number
(
)
-
Fax Number
ext.
(
)
E-mail (if available)
-
Street Address, City, State, and Zip Code
DVBE was selected and is listed on the Bidders Declaration Pg
Date Contacted
/
DVBE not selected for the following business reasons:
DVBE Company Name
/
DVBE Contact Name & Reference #
Telephone Number
(
)
-
Fax Number
ext.
(
)
E-mail (if available)
-
Street Address, City, State, and Zip Code
DVBE was selected and is listed on the Bidders Declaration Pg
Date Contacted
/
DVBE not selected for the following business reasons:
DVBE Company Name
/
DVBE Contact Name & Reference #
Telephone Number
(
)
-
Fax Number
ext.
(
)
E-mail (if available)
-
Street Address, City, State, and Zip Code
DVBE was selected and is listed on the Bidders Declaration Pg
Date Contacted
/
DVBE not selected for the following business reasons:
DVBE Company Name
/
DVBE Contact Name & Reference #
Telephone Number
(
)
-
Fax Number
ext.
(
)
E-mail (if available)
-
Street Address, City, State, and Zip Code
DVBE was selected and is listed on the Bidders Declaration Pg
DVBE not selected for the following business reasons:
Page - 23
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
DVBE PROGRAM REQUIREMENTS SUPPLIER CHECKLIST
Please do not submit this checklist with your bid. It is provided for your use only. Checking every box of your elected
compliance option does not guarantee that your bid will be deemed compliant.
OPTION A: COMMITMENT TO DVBE AGREEMENT PARTICIPATION
FORM 8350 - included with bid
Designated the Commitment Option in Section A – Checked the first box of the form FORM 8350
Bidder Declaration form completed and included with bid
Proposed DVBE participation meets the 3% requirement (unless a different percentage is specified)
OPTION B: GOOD FAITH EFFORT (GFE)
FORM 8350 included with bid
Designated the GFE Option in Section A – checked the second box of the form FORM 8350
Bidder Declaration form completed and included with bid (any participation obtained is identified on the form)
(Step 1) Contacted the Awarding Department and listed the contact information and results
(Step 2) Contacted Other State agency (Office of Small Business and DVBE Services) and listed the contact
and results – if a DVBE search was conducted online, included a screen print with bid
(Step 2) Searched the Federal U.S. Small Business Administration (SBA) using the Central Contractor
Registration (CCR) on-line database, noted the results and included a screen print with bid
(Step 2) Contacted Local DVBE Organization(s) and listed the contact and results – if a DVBE search was
conducted online, included a screen print with bid
(Step 3) Advertised – IF NOT WAIVED IN THE SOLICITATION
ï‚· Listed full information for the advertisement(s) and publication(s)
ï‚· At least 2 ads (one in a trade publication and one in a DVBE focus publication); OR 1 ad in one
approved dual-purpose publication (for approved publications. Attached a copy of the advertisement(s)
and affidavit(s) of publication
ï‚· The advertisements were published at least 14 days prior to the bid due date (or lesser time as
specified)
ï‚· The advertisements included required contact information
(Step 4) Listed on FORM 8350 all DVBEs contacted that were not selected to perform as subcontractors
ï‚· Attached copies of the invitations sent to DVBEs
ï‚· Invitations included the required contact information
ï‚· Attached copies of the delivery confirmations for invitations to DVBEs (e.g. mail receipts, fax
confirmations, etc.)
(Step 5) Listed the business reasons for non-selection of DVBEs contacted
Page - 24
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
BIDDER DECLARATION
Page - 25
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid No. 10-13
Page - 26
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Group 1 - Promeathean
Item Est. Usage Unit
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item Description
Model #
1
24
Each
ACTIVEBOARD
378PRO Series 78”, 12800 x 9200 Resolution, Overall dimensions
1868mm x 1329mm (73.5 in x 52.3 in) Includes: 2 Teacher ActivPens, 2
Student ActivPens, 5m` (16ft) USB cable, wall mounting brackets, 1
Amp PSU, Installation Guide (includes safety guidelines) Access to
ActivInspire Professional Edition via download from Promethean
Planet, Mains cable (power cord) shipped separately
AB378PUS
2
0
Each
AB395PUS
3
0
Each
4
12
Each
5
0
Each
6
1
Each
ACTIVEBOARD
395Pro, 95" Electromagnetic IWB, w/Dual User capability-Integrated
speakers and amplifier, Two USB Ports for connection of peripherals
and multimedia devices, ActivInspire Software
ACTIVEBOARD
387Pro, 87" Electromagnetic IWB, w/Dual User capability-Integrated
speakers and amplifier, Two USB Ports for connection of peripherals
and multimedia devices, ActivInspire Software
ACTIVEBOARD
300pro Series, wireless upgrade “hub”
ACTIVEBOARD
+2 V4 Adjustable Pro 87” System - Includes ActivBoard Adjustable
Mount Version 4, Promethean PRM short throw projector and
ActivInspire Software
ACTIVESLATE 60
Range 100m(328ft)(Free space), Output rate 100 coordinate pairs per
second, Resol 1000 pts per inch, LCD interface for interactive setup
and status feedback. Includes: 1 ActivPen (teacher), pen holder, PSU
for recharging, Quick Start guide
7
0
Each
ACTIVOTE
Student Response voting device, Promethean product, Six voting keys
plus registration key, range up to 100 feet, Includes: 32 ActiVote
devices w/ case, ActivInspire Pro Edition DVD, 1 ActivHub, 1 security
screwdriver, Quick Start Guide (batteries included in device)Windows
XP & Vista
AV3-KIT32 AMER
8
5
Each
ACTIVE EXPRESSION
Student Response system device, Promethean product, Compatibility
Windows Win 98(SE), 2000/XP, Windows 7, NT, ME, Mac, Mac OS x
Recommended, includes carrying case, quick start guide, 32 units in
set
AE2KIT32AMEU
Price
Extension
AB387PUS
11177
ABAS387PDST
ActivSlate 60
Page - 27
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item
Est. Usage
Unit
Item Description
9
0
Each
ACTIVE EXPRESSION
Student Response system device, Promethean product, Compatibility
Windows Win 98(SE), 2000/XP, Windows 7, NT, ME, Mac, Mac OS x
Recommended, includes carrying case, quick start guide, 24 units in
set
AE2KIT24AMEU
Model #
10
0
Each
1-PRM-UPG
11
2
Each
ACTIVEWAND
Activewand Extension. Promethean product. Wand hovers, clicks,
draws. Comfortable handle & easy-to-use click button. Weight 11.5,
size mm 1170 x 890
ACTIVEWAND
ActiveWand 50 (for use w/ 100, 300 and 300 Pro Series ActivBoards).
Cordless, battery-free pen w/ side switch for left mouse click function;
allows for rollover on board, compatible w/ dual-user functionality in
ActivInspire Pro Edition. 21”L, Weight 3.2oz
12
2
Each
ACTIVEWAND
ActiveExpression Student Response device, Single Unit, Windows
Compatible
Price
Extension
ACTIVWAND50
AE201AMEU
Page - 28
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Group 2 - FRONTROW (formerly Calypso)
Item Est. Usage Unit Item Description
Model #
13
0
Kit
EZ-Room 300
Includes: Encore (control software), CM-3000 (networked, 32W audio
amplifier), and CP-450 (Cat5 wall plate) *bid to be awarded to
authorized installer only*
EZ-Room 5300
Includes: CB5000 (network controller), CM3000 (32W Audio
amplifier), CP650 (Cat5 wall plate), Encore, maestro, secure
equipment box, universal projector mounts, 6.5” 2-way plenum
speakers & mounts; *bid to be awarded to authorized installer only*
14
0
Kit
15
0
Kit
EZ-Room 5100 system
Includes: CB5000 (network controller), CA1000 (32W Audio amplifier),
CP650 (Cat5 wall plate), oncore, maestro, secure equipment box,
universal projector mounts, 6.5” 2-way plenum speakers & mounts
*bid to be awarded to authorized installer only*
FrontRow
EZ ROOM 5100CMP
16
0
Kit
EZ-Room 5100CM system
Includes: CB5000 (network controller), CA1000 (32W Audio amplifier),
CP650 (Cat5 wall plate), oncore, maestro, secure equipment box,
universal projector mounts, 6.5” 2-way non-plenum speakers &
mounts. *bid to be awarded to authorized installer only*
FrontRow
EZ ROOM 5100CM
17
0
Kit
FrontRow
EZ ROOM 500
18
0
Kit
EZ-Room 500 system
Includes: CB5000 (network controller), CA1000 (32W audio amplifier),
CP650 (Cat5 wall plate), oncore, maestro (no speakers, no box). *bid
to be awarded to authorized installer only*
EZ-Room 200 system
Includes: CB2000 (wall mounted controller), CA1000 (audio amplifier),
CP450 (wall plate)*bid to be awarded to authorized installer only*
19
0
Kit
SYMBIO
Includes: Receiver, teacher transmitter/microphone, 50’ of sensor
cabling, sensor, power supply and microphone wall charger.
Integrates into an ezRoom or existing amplifiers or powered speakers.
FrontRow
890-15-510-00
20
0
Pair
21
0
Pair
Speakers
Ceiling mount, two plenum rated, 8ohm, 6.5”
Speakers
Ceiling mount, two non-plenum rated, 8ohm, 6.5”
Price
Extension
FrontRow
EZ ROOM 300
FrontRow
EZ ROOM 5300
FrontRow
EZ ROOM 200
FrontRow
652WCM-PL
FrontRow
652WCM
Page - 29
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Item
Est. Usage
Unit
22
0
Kit
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item Description
Model #
950H Microphone, Student
Includes: 950H student microphone transmitter, charger, battery and
drop-in charging station. To be used with FrontRow Symbio, Lasso
and Pro Digital Systems.
Price
Extension
FrontRow
202-01-440-00
Page - 30
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Group 3 - Camcorders / Cameras
Item Est. Usage Unit Item Description
Model #
23
2
Each
DUAL FLASH MEMORY
2.7” Touch panel widescreen color lcd, built-in flash, usb 2.0 high
speed terminal, component and composite output, 15x optical/18x
advanced zoom /300x digital lens, 32GB internal flash drive or sd/sdhc
memory card, 3.3 megapixel camera, 24p & 30p frame modes, Video;
appx 2.9 megapixels (2304x1296); advanced zoom on: appx
2.07megapixels (1920x1080), Photo: 16:9 appx 2.99 megapixels
(2304x1296) 4:3 appx 3.31 megapixels (2100x1575), 3.5mm stereo
mini-jack, 3.5mm 4 pole mini-jack (video/audio output only), weight:
appx 13.4 oz (including battery pack, memory card, grip belt); includes
wireless controller, stereo video cable, usb interface cable, compact
power adapter, battery pack, component cable, Pixela ImageMixer
3SE Video editing software, music cd and Digital Video solution disk
FLASH MEMORY
2.7” Widescreen color lcd, built-in digital camera, records to 32GB SD
memory cards, (not supplied), 20X HD video lens, advanced video
snapshot lets you create 2-4 or 8 second movie clips with music, appx
2.39 megapixels, video: appx 1.56 megapixels (1664x936) photo: 16:9
appx 1.56 megapixels, usb 2.0 hi speed terminal, component and
composite (output), HDMI mini connector (output), CEC and x.v. color
supported, 3.55 stereo mini jack, includes stereo video cable, usb
interface cable, compact power adapter, battery pack, component
cable, Pixela ImageMixer 3SE Video editing software, music cd and
Digital Video solution disk.
24
1
Each
25
4
Each
HD
15x lens, 32GB Internal Flash Drive/SDHC Card Slot 2.7" Multi-Angle
Vivid Widescreen LCD, 1920x1080, 3.3M still Canon Vixia HF20 ONLY.
Canon
Vixia HF20
26
2
Each
FLASH MEMORY HD
8.0 megapixel camera, 3.5” high resolution touch panel lcd screen,
viewfinder, 10x optical/200x Digital zoom lens, 32GB internal flash
drive with dual memory card slots (SD/SDHC/SDXC), HDMI mini
connector. Includes camcorder, battery pack, compact power
adapter, wireless controller, usb cable, stereo video cable, component
cable, Pixela video browser software, transfer utility and photo
applications/music cd-roms.
Canon
Vixia HF S30
Price
Extension
Canon
Vixia HF M31
Canon
Vixia HF R200
Page - 31
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item
Est. Usage
Unit
Item Description
Model #
27
0
Each
Pure Digital Technologies
F460
28
0
Each
29
0
Each
30
1
Each
MINI-HD
Flip-out USB arm, smooth multi-step 2x digital Pure Digital
Technologies F460 ONLY.
VIDEO
Flip Ultra HD, 8GB, high def flash camcorder (ASIN B0040702HK)
Includes video camera, rechargeable battery pack, wrist strop, soft
protective case & user guide
VIDEO
Flip, Ultra HD, 7GB, high def flash camcorder (ASIN B0040702IE)
Includes video camera, two (2) AA batteries, wrist strap, carrying
pouch, manual, FlipShare software
DIGITAL
Still, 3.0” lcd screen, 16.1 megapixel high-sensitivity CMOS sensor for
exceptional low-light performance,12.1 megapixels, 5X optical 4X
digital zoom, 1080p full HD video, SD Memory. Includes camera,
battery pack, usb interface cable, wrist strap, digital camera solution
cd-rom. Specify color when ordering: black, blue, green, pink, red or
silver.
31
30
Each
DIGITAL Olympus
12.0 megapixel, 5X wide angle optical, image stabilization, XD/micro
SD-Picture Card supported, AF Tracking, Intelligent Auto + Shadow
Adjustment, Movie & Sound Capable, High 1600 ISO, 2.7 color LD
display, In-Camera Help Guides. STATE COLOR WHEN ORDERING
Olympus
FE4020
Price
Extension
Flip
U32120
Flip
U260
Canon
ELPH 110HS
Page - 32
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Group 4 - Carts
Item Est. Usage
Audio Visual Equipment and Supplies, Bid
No. 10-13
Unit
Item Description
Model #
32
0
Each
Bretford
A2642 E-5
33
0
Each
34
0
Each
35
0
Each
AV CART- ADJUSTABLE
Features five-height capability: 26,30,34,38, and 42", two-outlet
electrical assembly. Requires Minor Assembly. 5” casters
AV CART - ADJUSTABLE
26” – 42” w/ three 18x24 shelves. With 25’ surge protected 4-outlet
and 5” caster. Shipped disassembled.
FLAT PANEL TV CART
Recommended for flat panel televisions, up to 42”
CART, LAPTOP CART
Micro computer 32 unit, charge up to 32 netbook computers, 2
shelves/8 compartments each, 32 UL electrical system includes
automatic timer and 16 outlet charger unit. Steel construction, 5"
swivel casters (2 locking). Includes 14 gauge locking point and 40mm
resettable combination lock for security
36
0
Each
37
0
Each
38
0
Each
MID-SIZE MONITOR / TV CART
44" high w/ 5" casters (2 lock). Black. Recommended for use w/ up to
27" monitors. Pyramid design. Two 22" x 32" shelves. One twooutlet electrical assembly. Shipped assembled.
MULTIMEDIA PRESENTATION CART
Large cart supports a variety of equipment on open shelves. Laptop
shelf may be set at seated or standing heights and rear cord
management bins keep cables neat and out of the way. 4-outlet
electrical unit that mounts to the cord bin. 32 x 24 x 42. Shipped
disassembled.
CART, MULTIMEDIA PRESENTATION CART
Compact cart is ideal for presentations. Laptop shelf may be set at
seated or standing heights and optional 3-outlet electrical unit
mounts to the top shelf. 24 x 18 x 42. Shipped disassembled.
Price
Extension
VTI
MFC4226E
Bretford
TC12FCFF
Bretford
NETBOOK32
Bretford
BB44-E5
Bretford
ECILS1F-BK
Bretford
ECILS2M-BK
Page - 33
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Group 5 - Audio Player/Recorders/VCR/DVD Players/Multimedia/Blu-Ray Players
Item
Est. Usage
Unit
Item Description
39
7
Each
Califone
1300 AV
40
0
Each
CASSETTE PLAYER/RECORDER
AC/battery cassette recorder includes 2.5" speaker, Output One Watt,
2.25" headphone jacks, built-in condenser mic, remote mic, auxiliary
inputs, external DC power jack, and 3-wire AC cord.
CASSETTE PLAYER/RECORDER
2W Amp Power Output, 3.5" round speaker, 120 seconds FF/Rew.
time (C-60), built-in electric mic, ALC record level control, full auto
stop (all modes), record, play, cue, review, eject, pause, volume, hi/lo
tone controls, ICIA standard 2x3 digit tape counter, 5hp, 1hp/speaker,
1/4" phone output jacks, auxiliary, 3/5 mm mic, 2.5mm remote input
jacks, 120 VAC/50-60hz or 6 C cell power requirements.
Model #
41
46
Each
CASSETTE RECORDER/ AM/FM / CD
Dual cassette, 20 programmable CD player, built-in mic, built-in
listening center with 5 headphone jacks, 2x counter for cassette, voice
over P.A. function with mic (3851AV) and remote control with CD
functions
Califone
2455AV 03
42
13
Each
CASSETTE RECORDER / AM/FM / CD
Dual stereo cassette deck, high power output, back lit LCD display,
mega bass sound system, 4-band graphic equalizer, CD player w/ 1 bit
D/A converter, 2 speed tape to tape dubbing, AM/FM stereo tuner, 20
track RMS, AMS and search play for CD, clock timer, detachable bass
reflex speakers, AC/DC power supply, telescopic antenna for FM.
With remote control.
Califone
2385AV03
43
25
Each
CASSETTE RECORDER / AM/FM / CD
Top loading CD player tailored for school use with skip, search,
random play and brightly visible lcd display. 2 watts RMS powerful
enough for classes up to 40 people. Four recessed 4-way speakers
behind protective steel grills. Auto-stop cassette player records from
the cd player, radio. CD digital counter, 3.5mm headphone jack (on
rear). AC and battery operation for indoor/outdoor flexibility.
Califone
Spirit 1776
44
24
Each
CD PLAYER, PERSONAL
Includes headphones
Price
Extension
Califone
3432IR
Califone
CD102
Page - 34
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item
Est. Usage
Unit
Item Description
45
6
Each
DVD PLAYER
Single disc, Dolby Digital and DTS output, 16 bit audio, 192kHz, 12 bit
video DAC w/108 MHz, precision drive 3, w/Dynamic Tilt
compensation instant replay, instant search, resume. Black (/B).
8.23”D x 1.26”H x 12.6”W
46
6
Each
DVD/VCR Combo w/TV Tuner (Black)
Each
Model #
Price
Extension
Sony
DVP-SR-200P/B
Panasonic
Full 1080p upconversion, Digital TV Tuner (DVD), Super multi-format,
HDMI simple connection, DV input, progressive scan, VIERALinik
control, SD and USB Slot, records to DVD-R/W, DVD+R/W, DVD-RAM
or equal
DMR-EZ48VK
DVD/VCR Combo Player
4-head, combination dvd & hi-fi stereo vcr. Includes remote control,
NO tv tuner
Toshiba
SD-V296
47
21
48
3
Each
MULTIMEDIA PLAYER/RECORDER with cd, cassette, sd card slot, and usb connector
49
20
Each
Sony Blu-Ray Player
Califone
BDP-S580
Page - 35
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Group 6 - Document Camera
Item
Est. Usage
Unit
Item Description
Model #
50
20
Each
HoverCam
T3
51
25
Each
52
21
Each
53
14
Each
54
12
Each
DOCUMENT CAMERA
HoverCam T3, 3 megapixel, scan size 9” x12, USB. Includes carrying
case.
DOCUMENT CAMERA
HoverCam T3, 3 megapixel, scan size 9” x12, USB. Includes carrying
case. Purchase of 10 or more.
DOCUMENT CAMERA
HoverCam Neo 3, 3megapixel, VGA and or USB. Includes carrying
case
DOCUMENT CAMERA
HoverCam Neo 3, 3megapixel, VGA and or USB. Includes carrying
case. Purchase of 10 or more
XGA
1024x768 (XGA) 20 fps. 14” x 11” shooting size. 6X mechanical, 16X
digital zoom. Auto white balance/exposure. 2 Cold-cathode light on
gooseneck, (bulb life 20,000 hours). Internal memory for up to 64
images. JPEG via USB to PC/Mac, active 2 VGA outputs; one is passthrough. USB 2.0 support, RS-232 capable. Composite video output.
Full-screen annotation and capturing supply. IR remote control, 6’
VGA cable, DVI to VGA adapter, USB system cable, composite video
cable, 110v power cord, carrying bag. Slot for Kensington security lock
and mounting screws. Optional light box. Comprehensive 5-year
warranty.
55
4
Each
LUMENS LADIBUG DC265
The red Lumens Ladibug DC265 is a high-definition multimedia
document camera that delivers clear images and crisp text every time
with a 6x optical zoom and up to 1080p resolution. One-touch audio
and video recording and playback do not require a computer with this
camera and seamless integration with interactive whiteboards is
standard for all models, making Lumens the perfect choice for
educators.
Lumens
DC-265
Price
Extension
HoverCam
T3
HoverCam
T3
HoverCam
T3
Lumens
DC211
Page - 36
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item
Est. Usage
Unit
Item Description
Model #
56
4
Each
SXGA
1280x1024 (SXGA). 20fps/30 fps (Special Mode). 13.5” x 10.5”
shooting size, 6X optical, 4X digital. Queue Software. Twain Drivers for
use with Interactive White boards. Auto-focus white balance
exposure, microscope mode. Image freeze. Split screen. Cold-cathode
light on gooseneck, (bulb life 20,000 hours). 120 JPEG internal.
Unlimited JPEG via USB to PC/Mac active VGA pass-through. VGA
output. Composite video output. Full-screen annotation and
capturing, Built-in 110-220v switching power supply. IR remote
control, 6’ VGA cable, USB 2.0 highspeed (cable included), composite
video cable. Slot for Kensington security lock and mounting screws.
Comprehensive 5 year warranty.
Lumens
DC166
57
6
Each
XGA
850,000 pixel Progressive Scan CCD camera, Live image capture with
smooth 20fps Free angle camera and lamp arms 128X zoom for
intricate detail focus. 16x optical and 8x digital Split-Screen live video
and stored image comparison Save moving images in AVI or WMV
video format to PC through USB connection SD Memory Card image,
9-split, 16-split DVI and RGB outputs easily connect to Multimedia
projectors Convenient up-front control panel with Jog Dial Zoom
Control panel OPT button assigns frequent functions RGB In, Video
Out, S-Video Out, RS-232C connections Lightweight, just over 10 lbs,
(4.7kg), compact.
Elmo
P10
58
138
Each
HD
Full HD 1080P resolution (1920x1080), SXGA (1280x1024), XGA
(1024x768), WXGA (1280x800), 720P (1280x720), 3.4 megapixel
CMOS image sensor, 12X optical zoom with 8X digital zoom allows for
images to be enlarged up to 96 times, smooth moving images at 30
frames per second for smooth, natural-looking motion, zoom dial and
auto focus button, adjustable free-angle camera head & arm allows
for exploring from any angle for attention to be focused where
needed.; HDMI, RGB, and Composite Video outputs; RGB input;,
auto/manual/zoom sync focus. Includes ac adapter, ac cord, rgb
cable, usb cable, anti-glare sheet, remote control with strap, stage,
AAA batteries for remote, dust cover, Image Mate cd-rom, Image
Mate installation manual, instruction manual (cd-rom). 7.1 lbs.
Elmo
TT-12
Price
Extension
Page - 37
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item
Est. Usage
Unit
Item Description
Model #
59
0
Each
SXGA
SXGA/WXGA/XGA resolution, built-in microphone and advanced
software functions, 10X digital zoom, 12x17 capture area, 30 frames
per second video, microscope adapter included, store images on 1GB
internal memory or export images to a AD card using built-in SD card
slot. Includes ac power adapter w/cord, usb cable, application
software cd, remote control, (2) AA batteries, VGA cable, user guide
cd, quick start guide.
Epson
DC-11
60
4
Each
Samsung
SDP-850DX
61
20
Each
XGA
Digital Presenter, XGA, 42x optical & 3x seamless digital zoom,
850,000 pixels progressive scan CCD, 20fps real-time motion, USB 2.0
PC interface, free-angle head & body
SXGA
Afterimage-free Smooth Output w/ True SXGA at 30fps, ISP Chipset,
2D/3D Noise Reduction Technology, 6X Optical Zoom & 48X combined
zoom, Video Storage up to 640 x 512 at 30fps, Up to 4 user settings,
Image Rotation, Slide Show, Movie Player, 7.72lbs
62
0
Each
Samsung
UF-80ST
63
7
Each
XGA, DIGITAL PRESENTER
42x optical & 3x seamless digital zoom, 850,000 pixels progressive
scan CCD, 20fps real-time motion, Supports DVI output plus USB 2.0
for PC preview and capture
DOCUMENT CAMERA, WXGA
Crystal clear image quality with 3.2 megapixel sensor, 2X AVERZOOM,
8X digital zoom/pan, Fast response auto focus, Patented laser
positioning guide, Split Screen and Picture-in-Picture, AVerBox and
AVerVisor features, Built-in memory for 80 images storage, Support
1280x720 WXGA resolution, Built-in AVerVision annotation software
Better Resolution/Supports HD
Price
Extension
Samsung
SDP-860
Avermedia
AVER F30
Page - 38
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Group 8 - Luidia
Item Est. Usage
Audio Visual Equipment and Supplies, Bid
No. 10-13
Unit
Item Description
Model #
64
1
Each
eBEAM EDGE (USB)
COMPLETE interactive white board solution includes 1 Edge Receiver,
1 Stylus, 4 mounting plates, 1 usb cable, 1 wrist strap, 1 cd w/eBeam
Interact and Scrapbook software and 1 AAA battery; includes:4
interactive dry erase markers, marker sleeves and digital eraser
46002161
65
0
Each
eBEAM EDGE (BT)
COMPLETE interactive white board solution with Bluetooth includes 1
Edge Receiver, 1 Stylus, 4 mounting plates, 1 usb cable, 1 wrist strap,
1 cd w/eBeam Interact and Scrapbook software and 1 AAA
battery;with 4 interactive dry erase markers, marker sleeves and
digital eraser.
46002162
66
0
Each
eBEAM ENGAGE (USB)
1 Engage System, 1 Projection Stylus preassembled with magnetic
component, key to unlock unit, package of spare stylus tips, 2
mounting brackets with adhesive, 1 mini keyboard with charging USB
cable, 1 keyboard mounting plate, 1 USB cable, 1 power adaptor, 1
AAA battery, 1 cd with eBeam Home Interact and Scrapbook software
46002500
67
3
Each
eBEAM INSCRIBE
, Wireless Tablet, integrates with the interactive whiteboard system.
includes: stylus, eBEAM connector software (pc & mac compatible)
eBEAM series
46000811
Price
Extension
Page - 39
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Group 9 - Polyvision
Item Est. Usage Unit
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item Description
Model #
38
0
Each
ENO 2810
interactive whiteboard, pattern A , 1200mm x 2133mm (96"
diagonal): This part number includes: 1 accessory kit (stylus,
Bluetooth receiver, AAA battery, 2 extra stylus tips); mounting
brackets/anchors/screws; and 1 magnetic icon strip.
ENO 2810 (Classic)
69
0
Each
ENO 2810 W/0.5PD
70
0
Each
71
0
Each
ENO 2810 bundled with/Half day of on-site PolyVision professional
development for 15 participants
ENO 2810 bundled with/Full day of on-site PolyVision professional
development for 15 participants
ENO 2850A
interactive whiteboard, pattern A, 1077mm x 2122mm (93"
diagonal): This part number includes: 1 accessory kit (stylus,
Bluetooth receiver, AAA battery, 2 extra stylus tips); with the
magnetic mounting solution already installed on the board ; and 1
magnetic icon strip
72
0
Each
ENO Mini 2125
73
0
Each
74
0
Each
75
0
Each
ENO MINI SLATE 2125
complete stylus kit (stylus, BT dongle, extra tips)
ENO MINI SLATE 2130
complete stylus kit and educational software
ENO MINI SLATE 2130 bundled with/Half day of on-site PolyVision
professional development for 15 participants
ENO Replacement Stylus
Price
Extension
ENO 2810 W/1.0PD
ENO click 2850 A
ENO mini 2130
ENO mini 2130 w/.5PD
2002908-001
Page - 40
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Group 10 - E-PAD
Item Est. Usage
Audio Visual Equipment and Supplies, Bid
No. 10-13
Unit
Item Description
76
0
Each
RM, Easiteach Next Generation
Freedom to teach from anywhere in the classroom, Keyboard on
surface of pad, Stylus with built-in laser pointer, Wireless (RF)
operation of applications including RM Easiteach, Ergonomic design
and high performance, 60’ range for unhindered movement, 40-hour
battery life, include on-site training – has Next Generation Software
(specify MAC or PC)
0016-EPAD-ETNGP(PC)
0016-RMOOEPADS(Mac)
Model #
77
0
Each
Easiteach Starter Pack with all Tools & Handwriting
Freedom to teach from anywhere in the classroom, Keyboard on
surface of plate , Stylus with built-in laser pointer, Wireless (RF)
operation of applications including RM Easiteach, Ergonomic design
and high performance, 60-foot range for unhindered movement, 40hour battery life, includes on-site training
EP-2M or EP-2P
(M or P for Mac or PC)
Price
Extension
Page - 41
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Group 11 - Extron
Item Est. Usage
Audio Visual Equipment and Supplies, Bid
No. 10-13
Unit
Item Description
Model #
78
0
Each
EXTRON, Classroom AV System-Two Input PoleVault System
Complete audio/video solution designed for classrooms with a ceiling
mounted projector. System includes one each: PVS 305SA five input
PoleVault Switcher w/integrated audio amplifier; MLC 104 IP Plus
MediaLink Controller with IP Link; PCM 340 projector Drop Ceiling
Mount w/adjustable pole; PMK 550 pole mount kit; UPB 25 universal
projector bracket, pair of FF120 plenum-rated flat field speakers; a
length of SPK 18 precut speaker cable-plenum, 35’l; MLC IR/RS-232
projector communication cable-plenum, 50’l; MLC PWS/RS-232/VC
power, switcher communications cable-plenum, 50’l; AV RCA male-tomale VGA cable-3’l; MVGA M-M/3 male to male –to-male cable-3’l;
two input PoleVault A/V input wallplates (one PVT RGB D – PoleVault
VGA computer video and stereo audio input-Decora wallplate and
one PVT CV D – PoleVault composite video and stereo audio input for
a vcr or dvd player-Decora wallplate)
PVS 200
42-108-03
79
0
Each
EXTRON, Classroom AV System-Three Input PoleVault System
Complete audio/video solution designed for classrooms with a ceiling
mounted projector. System includes one each: PVS 305SA five input
PoleVault Switcher w/integrated audio amplifier; MLC 104 IP Plus
MediaLink Controller with IP Link; PCM 340 projector Drop Ceiling
Mount w/adjustable pole; PMK 550 pole mount kit; UPB 25 universal
projector bracket, pair of FF120 plenum-rated flat field speakers; a
length of SPK 18 precut speaker cable-plenum, 35’l; MLC IR/RS-232
projector communication cable-plenum, 50’l; MLC PWS/RS-232/VC
power, switcher communications cable-plenum, 50’l; AV RCA male-tomale VGA cable-3’l; MVGA M-M/3 male to male –to-male cable-3’l;
three input PoleVault A/V input wallplates (two PVT RGB D –
PoleVault VGA computer video and stereo audio input-Decora
wallplate, one PVT CV D – PoleVault composite video and stereo
audio input -Decora wallplate-add’l VGA input wallplate provides
increased flexibility for adding an add’l VGA source, such as a laptop
or document camera)
PVS 300
42-109-03
80
0
Each
EXTRON, Classroom AV System-Two Input WallVault System
WVS 200
Prcice
Extension
Page - 42
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Complete audio/video solution designed for classrooms with wall
mounted short-throw projectors. System includes one each: PVS
305SA five input WallVault Switcher w/integrated audio amplifier;
MLC 104 IP Plus MediaLink Controller w/IP Link; USFM 100 Short
throw projector mount; UPB 25 universal projector bracket; pair of FF
120 plenum-rated flat field speakers; MLC IR/RS-232 projector
communication cable-plenum, 50’l; MLC PW/Rs-232/VC power,
switcher communications cable-plenum, 50’l; composite video cable15’l; MVGA, M-M male-t-male micro VGA cable-15’l; two lengths of
SPK 18 precut speaker cables-plenum-235’l; two exclusive a/v input
wallplates (one PVT RGB D-VGA computer video and stereo audio
input-Decora wallplate and one PVT CV D –composite video and
stereo audio input for a vcr or dvd player-Decora wallplate).
42-163-03
WVS 300
42-164-03
81
0
Each
EXTRON, Classroom AV System-Three Input WallVault System
Complete audio/video solution designed for classrooms with wall
mounted short-throw projectors. System includes one each: PVS
305SA five input WallVault Switcher w/integrated audio amplifier;
MLC 104 IP Plus MediaLink Controller w/IP Link; USFM 100 Short
System includes one each: PVS 305SA five input WallVault Switcher
w/integrated audio amplifier; MLC 104 IP Plus MediaLink Controller
w/IP Link; USFM 100 Short throw projector mount; UPB 25 universal
projector bracket; pair of FF 120 plenum-rated flat field speakers;
MLC IR/RS-232 projector communication cable-plenum, 50’l; MLC
PW/Rs-232/VC power, switcher communications cable-plenum, 50’l;
composite video cable-15’l; MVGA, M-M male-t-male micro VGA
cable-15’l; two lengths of SPK 18 precut speaker cables-plenum-235’l;
three exclusive a/v input wallplates (two PVT RGB D-VGA computer
video and stereo audio input-Decora wallplate, one PVT CV D –
composite video and stereo audio input -Decora wallplate - add’l VGA
input wallplate provides increased flexibility for adding an add’l vga
source, such as a laptop or document camera).
82
0
Each
EXTRON * UPGRADE COST ONLY*
upgrade PVT RGB D wallplate in PoleVault/WallVault System to PVT
RGB D+ with local monitor output -Decora wallplate
PVT RGB D Plus
60-1065-03
Page - 43
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Item
Est. Usage
Unit
83
0
84
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item Description
Model #
Pair
EXTRON FLAT FIELD SPEAKER (pair)
Additional pair of speakers for Pole Vault. Patented Flat Field
Technology provides for consistent sound levels across the listening
area and reduces the number of speakers required; 1’x2’ drop-in
ceiling tile enclosure for suspended ceilings, white perforated grille
matches appearance of air conditioning vents and deters theft, UL
2043 plenum rated speaker with a full-range driver with exclusive
horn-loaded design provides extended low frequency response.
FF 120T
42-120-13
0
Each
EXTRON MICROPHONE SYSTEM-Single Pendant VoiceLift Microphone
Classroom sound field solution designed for integration in existing or
new Extron PoleVault and WallVault systems. System includes one
each: VLP 102 VoiceLift Pendant Microphone; VLR 102 VoiceLift
Receiver; 15’CAT 5 cable for connecting the Switcher and Receiver
and a VL PS510 standard wall charger
VLM 1000
42-139-01
85
0
Each
EXTRON MICROPHONE SYSTEM-Two Pendant VoiceLift Microphone
Classroom sound field solution designed for integration in existing or
new Extron PoleVault and WallVault systems. System includes two
VLP 102 VoiceLift Pendant Microphones; a VLR 102 VoiceLift Receiver;
15’CAT 5 cable for connecting the Switcher and Receiver and a VLC
102 Charging Station for Pendant microphones
VLM 2000
42-139-02
86
0
Each
EXTRON MICROPHONE SYSTEM-Pendant and Handheld VoiceLift
Microphone
Classroom sound field solution designed for integration in existing or
new Extron PoleVault and WallVault systems. System includes one
each: VLP 102 VoiceLift Pendant Microphone; VLR 102 VoiceLift
Receiver; 15’CAT 5 cable for connecting the Switcher and Receiver, a
VLH 102 handheld microphone and a VLC 202 Charging Station for
Pendants and Handheld microphones
VLM 2000H
EXTRON DTP HDMI 230 Tx
HDMI Tx
EXTRON DTP HDMI 230 Rx
HDMI Rx
EXTRON HAE 100
HDMI Audio de-embedder
EXTRON MVC 121 PLUS
Three input Mixer
EXTRON XPA 2002
Two Channel Amp, 70v
60-1271-12
87
2
88
2
89
2
90
2
91
2
Price
Extension
42-139-22
60-1271-13
60-1275-01
60-1096-01
60-883-02
Page - 44
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Item
Est. Usage
92
2
93
2
94
2
95
2
96
2
97
2
98
2
99
2
100
2
101
2
102
2
103
2
104
105
106
107
108
109
110
111
112
113
114
20
20
20
20
20
20
20
20
20
20
20
Unit
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item Description
Model #
EXTRON FF 220T
Flat Field Speakers -- Sold in Pairs
EXTRON TLP 710CV
Touch Panel, 7", Cable Cubby version
EXTRON IN1606
Six input scaling presentation switcher
EXTRON DTP HDMI 230 Tx
HDMI Tx -- Rack mount version
EXTRON DTP HDMI 230 Rx
HDMI Rx -- Rack mount version
EXTRON DTP HDMI 230 D Tx
HDMI Tx -- Decora Wall Plate version**
EXTRON DTP HDMI 230 D Rx
HDMI Rx -- Decora Wall Plate version**
EXTRON MPA 401
40w Audio Amp - 70v
EXTRON FF 220T
Flat Field Speakers -- Sold in Pairs
EXTRON TLP 710CV
Touch Panel, 7", Cable Cubby version
EXTRON IPL 250
IP Processor
EXTRON XTP T USW 103
Three Input XTP Transmitter Switcher
Extron CSR-6 Audio Adapter
Extron MLC226 IP L Black
Extron UCM-RAAP Black
Extron MLS 608D SA
Extron HDMI AAP Black
Extron XLR AAP Black
Extron MTP T 15HD A
Extron VGA AAP Black
Extron S AAP Black
Extron Video AAP Black
Extron Dual AC AAP
42-141-03
Price
Extension
60-1175-020A
60-1081-01
60-1271-12
60-1271-13
60-1215-13
60-1215-23
60-845-01
42-141-03
60-1175-020A
60-1026-81
60-1198-01
26-575-01
60-600-32
70-344-02
60-1052-03
70-616-12
70-103-11
70-558-02
70-101-13
70-101-13
70-093-12
70-584-02
Page - 45
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Group 12 - Audio Equipment
Item Est. Usage Unit Item Description
115
200
Each
116
402
Each
117
81
118
Model #
HEADPHONE STEREO DELUXE WHITE
Permanently attached 6′L straight cord, Volume control on earcups,
Ambient noise reducing earcups, PC & Mac® compatible, 3.5mm and
1/4" straight plug
HEADPHONE, STEREO, MULTI-MEDIA
Fully adjustable, lightweight headband, Recessed wiring resists prying
fingers for classroom safety Permanently attached cord with
reinforced connection, Convenient in-line volume control 3.5mm mini
plug, 8’ straight cord, Replaceable leatherette ear cushions, ABS
plastic headband and earcups for durability, Windows, iMac and Mac
compatibility
Califone
2924AVPS
Each
HEADPHONE, DELUXE STEREO
with flexible gooseneck microphone w/ 7”l cord; includes in-line
volume and mute control & mic on/off switch, (1) backwards
compatible usb 2.0 plug, pc & mac compatible, for language voice
recognition & computer applications
Califone
3066-USB
409
Each
HEADPHONE, STEREO DELUXE
Fully adjustable, Noise reducing earcup, volume control on earcup,
Permanently attached cord with reinforced connection, Mic on flex
gooseneck w/ built-in wind screen, slotted baffle prevents speaker
access, replaceable leatherette ear cushions, Windows, iMac and Mac
compatibility, 14oz
Califone
3066AV
119
365
Each
Califone
3068AV
120
0
Each
121
1
Each
HEADPHONE, STEREO/MONO, PC AND MAC COMPATIBLE
600 ohm headphone w/ appropriate cord. ¼” & mini 3.5mm plug,
right & left volume control
HEADSET
headphone microphone combo, dual analog 3.5mm jacks Sennheiser
PC151 Analog
INFRARED CLASSROOM AUDIO ENHANCEMENT SYSTEM
Wireless audio reinforcement without interference from adjacent
classrooms. System includes two ceiling mounted infrared receivers,
tow non-powered “array” speakers, rechargeable belt-pack
transmitter with lapel microphone, wall mounted and lockable metal
console to store microphones and the volume, bass and treble
controls, outputs for computers and media players.
Price
Extension
Califone
3060AV
Sennheiser
PC151 Analog
Califone
PA-IRSYS
Page - 46
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item
Est. Usage
Unit
Item Description
Model #
122
1
Each
Califone
1218AVPY
123
0
Each
124
8
Each
JACK BOX
with (8) positions, monaural, includes: ¼” dia. Jack & 3.5mm dia. Jack,
volume control, 6'l cord
KEYBOARD/MOUSE, IO Gear
Wireless Media Center Desktop (long range – 33ft from desk) , Laser
mouse, hot keys for quick access to media tasks, Windows XP/Vista,
2.4GHz bi-directional technology
LISTENING CENTER
Complete 8 headphones w/ jack panel, volume control, and hang up
steel frame w/ vinyl dust cover, spare jack, 7' cord terminating in a
1/4" phe plug, foam filled headsets adjustable, removable and
washable. Replaceable cord on headphone.
125
7
Each
126
4
Each
127
26
128
Price
Extension
IO Gear
GKM551R
Califone
1218AV-03
LISTENING CENTER
Same as Line above except permanent cord on the headphone.
LISTENING CENTER
Complete 4 headphones w/ jack panel, 4-position stereo jackbox w/
individual volume controls, CD: AC/DC operation for indoor/outdoor
use, Player has programmable memory functions, 8’ cord for
headphones, 4lbs
Califone
1218AVP-03
Califone
CD102-PLC
Each
MEGAPHONE
Handheld, 23watt Max Output, 315m range/speech/500m range
siren, compact & lightweight, wide frequency range for enhanced
audio quality, neodymium magnets and polyimide speaker
diaphragms, high durability ABS or ASA resin construction
TOA ER1215S
12
Each
MEGAPHONE
Compact Handheld, 10watt max output, 250m range speech/315m
range siren, compact & lightweight, wide frequency range for
enhanced audio quality, neodymium magnets and polyimide speaker
diaphragms, high durability ABS or ASA resin construction
TOA ER520S
129
3
Each
Califone
HBM319
130
3
Each
131
200
Each
MICROPHONE,
Headset, adjustable boom for optimal placement, for use with
Califone M319 belt pack transmitter
MICROPHONE,
over-ear, for use with Califone M319 belt pack transmitter
MICROPHONE
High Sensativity mic, 7' cable, 3.5mm plug, Windows/Mac Compatible
132
5
Each
MICROPHONE,
lapel, for use with Califone M319 belt pack transmitter
Califone
LM319
Califone
OE319
Califone
AX12
Page - 47
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item
Est. Usage
Unit
Item Description
Model #
133
10
Each
134
10
Each
135
10
Each
SPEAKER SYSTEM
PC Multimedia usage, external, stereo. Includes: 2 speakers & 1
subwoofer, 1 secondary jack for MP3, DVD or CD player, 1 aux. input
jack cables, documentation
HEADSET
Wireless Headset
HANDSET LIFTER
136
5
Each
CABLE
EHS Cable
Price
Extension
Altec Lansing
VS2721
Plantronics
CS540
Plantronics
60961-35
Plantronics
APC-41
Page - 48
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Group 12 - Projector Mounts
Item Est. Usage Unit Item Description
Model #
137
111
Each
MOUNT, PROJECTOR –PRECISION GEAR
For Projectors weighing up to 50 lbs. Provides accurate projector
image alignment. Horizontal wrench access slots and preassembled
design facilitate fast and easy installations; cable management allows
cables to be routed through projector mount out of sight; security
hardware included for theft protection. Tilt: ±20º ; Roll: ±10º ; Swivel:
360º. District must state color: Models: PRG-UNV (black), PRG-UNV-S
(silver) ,PRG-UNV-W (white)
138
0
Each
MOUNT, CEILING, LCD Projecting, Peerless
139
6
Each
140
0
Each
141
1
Each
142
0
Each
143
40
Each
MOUNT, WALL
Peerless OneMount Tilting Wall Mount for 23” – 84” LCD screens
MOUNT, PROJECTOR BMS
Close throw adjustable wall mount for short throw projectors,
including locking vanity plate, adjustable column & security projector
mount. Size: 38-64
MOUNT, PROJECTOR BRACKET WALL-MOUNT
for Hitachi CP-A300N ultra short-throw lcd video projector, 6-way
projector adjustment, includes mounting hardware
MOUNT, PROJECTOR BRACKET WALL-MOUNT
for Hitachi CP-A300N ultra short-throw lcd video projector, 6-way
projector adjustment, includes mounting hardware
MOUNT, PROJECTOR SECURITY BMS
Security projector mount for any projector. (1.8”H x 14.4”W x 12.2”
D)
Price
Extension
Peerless
PRG-UNV-(x)
Peerless
CMJ500R1
ONE-TP
BLACK
BMS
CTAWA
Hitachi
AW250NWALLARM
Hitachi
AW250NWALLARM
BMS
LCD LOC II
Page - 49
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Group 13 - PA Systems
Item Est. Usage Unit
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item Description
Model #
144
1
Each
PA SYSTEM, PORTABLE,
30 watts RMS power, Califone Presentation Pro PA-300 -P ONLY
Includes PADM-515 microphone, TP30 tripod with carry case, bracket
and an RC300 volume/mute remote control. Uses a WIRED
microphone ONLY
Califone
PA300-P
145
1
Each
PA SYSTEM, PORTABLE,
Califone WIRELESS Presentation Pro PA-319 Package 30 watts RMS
power, Califone Presentation Pro PA-300+ ONLY Includes mounting
bracket and an RC300 volume/mute remote control. Uses a WIRED
microphone ONLY (not included)
Califone
PA300+
146
1
Each
Califone
PA319 XX
147
2
Each
148
3
Each
PA SYSTEM, PORTABLE,
Contains: 1 Califone PA319UHF, 1 Califone MB350 Mounting Bracket,
N319 Transmitter, Tri-pod with bag, hard case and microphone
(specified by district):
PA319PN includes NM319 wireless neck mic;
PA319PO incl OE319 wireless over ear mic;
PA319PQ incl Q319 handheld wireless mic;
PA SYSTEM, PORTABLE,
wireless PowerPro SD package, includes (1) PA916-SD powered
portable speaker with cd player, MP3 player, built-in sd slot and usb
2.0 port
PA SYSTEM, PORTABLE,
wireless PowerPro SD package includes: (1) PA919SD Main
unit/powered portable speaker with cd player; (1) PA919PS wireless
powered companion speaker; (1) Q-316 wireless handheld mic; (1)
PADM-1515 wired xlr mic with 15”l cable; (1) RC-300 remote
volume/mute control, (2) tp-50 tripods, (1) k-201-1 mic floorstand; (1)
k-415 mic holder
149
1
Each
150
1
Each
151
1
Each
PA SYSTEM, BELT PACK TRANSMITTER, UHF,
16 selectable channels, for use with Califone PA919SD sound system
PA SYSTEM, MICROPHONE, WIRELESS,
handheld, 150’ range, lcd display screen for 16 selectable channels,
channel up & down buttons, on/off power switch for use with above
portable public address system
PA SYSTEM, SPEAKER,
wireless powered companion (additional speaker for use with above
portable PA System)
Price
Extension
Califone
PA919SD
Califone
PA919SD-A
Califone
M319
Califone
Q-319
Califone
PA919PS
Page - 50
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item
Est. Usage
Unit
Item Description
Model #
152
1
Each
PA SYSTEM, TRIPOD,
adjustable for use with Califone PA919PS speakers above
Price
Extension
Califone
TP50
Page - 51
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Group 14 - Projection Screen
Item Est. Usage Unit Item Description
Model #
153
6
Each
PROJECTION SCREEN, WALL OR CEILING
Fiberglass surface, flame and mildew resistant, in white magic glass
beaded or non-gloss matte white, tear resistant surface, metal rollers,
mounting brackets permit hanging from wall, ceiling map rail hooks or
extension brackets, 60" x 60".
Da-Lite
40184 Model B
154
28
Each
PROJECTION SCREEN, WALL OR CEILING
Fiberglass surface, flame and mildew resistant, in white magic glass
beaded or non-gloss matte white, tear resistant surface, metal rollers,
mounting brackets permit hanging from wall, ceiling map rail hooks or
extension brackets, 70" x 70".
Da-Lite
40188 Model B #60398
155
20
Each
PROJECTION SCREEN, WALL OR CEILING
HDTV Format Fiberglass surface, flame and mildew resistant, in white
magic glass beaded or non-gloss matte white, tear resistant surface,
metal rollers, mounting brackets permit hanging from wall, ceiling
map rail hooks or extension brackets, 52" x 92".
Da-Lite
Model B
156
1
Each
PROJECTION SCREEN, WALL OR CEILING
Fiberglass surface, flame and mildew resistant, in white magic glass
beaded or non-gloss matte white, tear resistant surface, metal rollers,
mounting brackets permit hanging from wall, ceiling map rail hooks or
extension brackets, 84" x 84".
Da-Lite
40197
157
6
Each
PROJECTION SCREEN, WALL OR CEILING
Fiberglass surface, flame and mildew resistant, in white magic glass
beaded or non-gloss matte white, tear resistant surface, metal rollers,
mounting brackets permit hanging from wall, ceiling map rail hooks or
extension brackets, 96" x 96".
Da-Lite
40208
158
2
Each
Da-Lite
85316 Model B
159
0
Each
160
0
Each
161
50
Pair
PROJECTION SCREEN
Da-Lite 85316, Model B with CSR manual projection screen, 60” x 80”
– matte white, 100” diagonal
PROJECTION SCREEN
Video format, ceiling/wall mount, 69”h x 92”w, 120” diagonal,
fiberglass surface with non-gloss matte white finish, steel case,
mounting hardware included.
PROJECTION SCREEN, BRACKETS
For above
PROJECTION SCREEN, T-BAR SCISSOR CLIP, ACCESSORY FOR DA-LITE
SCREEN
Specify: White (#78445) or Black (#40968)
Price
Extension
Da-Lite
74653 Model B
Dalite
40932
Da-Lite
T-Bar Scissor Clip
Page - 52
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Item
Audio Visual Equipment and Supplies, Bid
No. 10-13
Est. Usage
Unit
Item Description
Model #
162
0
Each
PROJECTION SCREEN, TRIPOD
With Keystone Eliminator. Gable type leg of high carbon steel, rugged
construction throughout, features auto push button opening and cam
lock roller system, glass bead or matte white tear resistant fiberglass
fabric, flame and mildew resistant. 60" x 60”.
Da-Lite
72262
163
0
Each
PROJECTION SCREEN, TRIPOD
Same as above, except 70" x 70".
Da-Lite
72263
Price
Extension
Page - 53
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Group 15 - Projectors
Item
Est. Usage
Unit
Item Description
164
1
Each
PROJECTOR, DLP, SVGA
2700 Lumens (High Bright) and 2200 Lumens (Eco mode), computer
and audio inputs, wireless-ready port, RS232 port, 3000:1 contrast
ratio, 16:9, 4:3, 5:4 aspect ratio, 6 segment color wheel, 3D
technology, hdmi connectivity, input sources: VGA x2, composite
video, s-video, 3.5mm stereo input, RS232C, USB B Mini; manual
zoom and focus lens,, includes power cord, rgb cable, a/v cable safety
instructions, user manual, remote control & lens cap 4.8 lbs.
Model #
InFocus
IN112
165
80
Each
PROJECTOR, DLP, XGA
3000 Lumens, (1024x768) DLP Projector with HDMI, RJ45 LAN
Network Management, 3 Ready, Dual VGA input, 10W Audio Mixer
Built-in for wireless microphone, S-Video and RCA Input, Visual PA,
User Replacement Lamp (VLT-XD280LP, 3000/6000 Hour Long Lamp
Life with 1 year lamp warranty or 500 hours (whichever comes first).
Low Maintenance, estimated lamp life rating 6000 hours (low mode),
DLP Filter Free-no filters to replace. Top Loading Lamp Access and low
power Consumption. Carry Bag included.
Mitsubishi XD550U
+EXT-PJ12-01
166
0
Each
PROJECTOR, LCD, SHORT THROW
2500 Lumens, XGA (1024 x 768), USB, RJ45 wired LAN,DLP 3D Ready
projection system, auto brightness adjustments. Includes wireless
remote control, 6’ RGB, AV and AC Power cords, manual on cd-rom
and booklet. No Lamp.
Casio
XJ-ST155
167
0
Each
Casio
XJ-ST145
168
0
Each
PROJECTOR, LCD, SHORT THROW
3000 Lumens, XGA (1024 x 768), USB, WLAN. Includes wireless remote
control, 6’ RGB, AV and AC Power cords, carry bag, manual on cd-rom
and booklet. No Lamp.
PROJECTOR, LCD, LONG THROW SLIM
2500 Lumens, XGA (1024 x 768), 2X zoom lens, hybrid light engine,
mercury free light source, built-in HDMI, DLP projection system.
Includes wireless remote control, 6’ RGB, 6’ AV and, 6’ AC Power
cords, projector and accessory soft case, manual on cd-rom and
booklet. No Lamp.
Price
Extension
Casio
XJ-A140
Page - 54
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item
Est. Usage
Unit
Item Description
Model #
169
0
Each
PROJECTOR, LCD DATA / VIDEO NOTEBOOK
3200 ANSI Lumens, SXGA, True XGA, SVGA, VGA and MAC compatible.
800:1 contrast ratio. Weight 17.2 lbs, 3 panel LCD. Quiet operation,
1024 X 768 pixels, power zoom & focus, Anti-Keystone power lens
shift, ratio 10:0~1:1, Accepts DVD & HDTV component video plus
Composite and S-Video. Displays both 4:3 and 16:9 formats. Auto
input search. Wireless remote control.
Eiki
LC-XB100A
170
5
Each
PROJECTOR, LCD MULTIMEDIA
Ultra bright 2600 ANSI lumens, 3-in-1 usb plug’n play connectivity,
weighs 5.1 lbs., SVGA (800 x 600), remote control stored within the
projector, S-Video/composite video/computer inputs, instant On/Off,
low brightness setting, keystone correction, built-in 2W speaker.
Includes carrying case and remote control. 3 yr overnight exchange
warranty
Epson
PowerLite S11
171
1
Each
PROJECTOR, Multimedia
2800 Lumens. XGA; native resolution (1024x768) 3-in-1 usb plug’n
Play instant set-up, built-in closed captioning, built-in 2W speaker,
includes remote control, power cord, computer cable, batteries, user
manual cd, and carrying case. 5.1 lbs.
Epson
PowerLite X12
172
5
Each
PROJECTOR, LCD MULTIMEDIA
2600 lumens, XGA, Bright 1024 x 768 resolution, 3LCD technology,
HDMI input, dual computer inputs, s-video, & RCA inputs, monitor
output, RJ-45 connectivity & monitoring software, powerful 16 watt
speaker, audio out, 3-in-1 USB plug & play, closed captioning, auto
keystone correction (horiz & vertical,) up to 6000 hour lamp life. No
Bag included. 6.9 lbs, 3 year overnight exchange warranty
Epson
PowerLite 93+
173
5
Each
PROJECTOR, LCD MULTIMEDIA
2600 Lumens XGA, 1024 x 768 resolution, Super bright, HDMI input,
s-video, & RCA inputs, monitor output, RJ-45 connectivity &
monitoring software, powerful 16 watt speaker, audio out, USB plug
& play, microphone input, closed captioning, content over IP, auto
keystone correction (horizontal & vertical,) up to 6000 hour lamp life.
7lbs.
Epson
PowerLite 95
V11H3832020
Price
Extension
Page - 55
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Item
Est. Usage
174
0
Unit
Each
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item Description
Model #
PROJECTOR, LCD MULTIMEDIA
2700 Lumens, WXGA; native resolution (1280x800), 3-in-1 usb plug’n
play instant set-up powerful 16W speaker and built-in microphone
input, transmits both audio and video, 3LCD technology, HDMI digital
connectivity, RJ-45 network connectivity, widescreen performance
16:10 aspect ratio. Includes power cord, computer cable (VGA),
remote control w/batteries, user manual cd, projector software cd,
quick setup sheet. 7.2 lbs.
Epson
PowerLite 96W
175
0
Each
PROJECTOR ,LCD MULTIMEDIA, Short Throw, WIDESCREEN
2000 Lumens, Native WXGA resolution, XGA 1024x768 built-in shorter
throw lens, (displays a 87” 16x10 image from 3’ away), – 4 x 3 & other
resolutions/aspect ratios, 10 watt speaker built-in, closed captioning
decoder, composite video input, s-video input, RJ-45 ethernet jack,
audio out, dual VGA. 3 year Epson Road Service overnight exchange
warranty.7.9 lbs.
Epson
PowerLite 410W
176
2
Each
PROJECTOR, LCD MULTIMEDIA, Short Throw, WIDESCREEN
2500 Lumens, WXGA, native resolution: 1280x800, aspect ratio 16:10,
throw ratio range: 0.48-065, contrast ratio up to 3000:1, no optical
zoom/manual focus, 3-in-1 usb plug’n play, 16W monaural speaker;
includes: power cord, lens cover, computer cable (VGA), remote
control, batteries, user manual cd, projector software cd, quick setup
sheet.. 8.5 lbs. 3 year Epson Road Service overnight exchange
warranty.
Epson
PowerLite 425W
V11H448020
177
0
Each
PROJECTOR, LCD MULTIMEDIA Short Throw, WIDESCREEN
3000 Lumens, WXGA, native resolution: 1280x800, aspect ratio:16:10,
throw ratio range:0.48-0.65, contrast ratio up to 3000:1, no optical
zoom/manual focus, 3-in-1 usb plug’n play, built-in 16W speaker,
microphone input and closed captioning decoder; includes: power
cord, lens cover, computer cable (VGA), remote control, batteries,
user manual cd, projector software cd, quick setup sheet.. 8.7 lbs. 3
year Epson Road Service overnight exchange warranty.
Epson
PowerLite 435W
178
0
Each
PROJECTOR, LCD MULTIMEDIA, Ultra Short Throw, WIDESCREEN
2500 lumens, Native WXGA resolution, 3LCD technology, RJ45 LAN
connectivity, built-in 10W speaker, microphone input and built-in
closed captioning decoder, USB Plug’n’Play instant set up, includes
wall mount, aspect ratio: 16:10.. 12.6 lbs. 3 year Epson Road Service
overnight exchange warranty.
Epson
PowerLite 450W
Price
Extension
Page - 56
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item
Est. Usage
Unit
Item Description
Model #
179
0
Each
PROJECTOR, INTERACTIVE LCD, Ultra Short Throw.
2500 Lumens, WXGA, native resolution:1280x800, 3LCD projection
system ; includes: projector mount, projector template sheet,
installation guide, quick users guide, 5m power cable, usb a/b cable,
computer/vga cable, user manual, interactive driver & software, pen
tray, network software, remote control w/batteries, battery charger,
two (2) interactive pens with four rechargeable batteries, 14.1 lbs. 3
year Epson Road Service Program.
Epson
BrightLink 455WI
180
0
Each
PROJECTOR, LCD, MULTIMEDIA, Ultra Short Throw
3000 Lumens, XGA,usb plug’n play instant set-up, pc-free slideshows,
3LCD, 3-chip technology, native resolution: 1024x768, aspect ratio:
4:3, 16W monorail speaker, 3500 hour lamp, includes wall mount,
power cord, 16’ computer cable, remote control w/batteries, user
manual cd, quick setup sheet & installation guide.. 11.5 lbs. Epson 3
year road service program
Epson
PowerLite 480
181
0
Each
PROJECTOR, MULTIMEDIA, EPSON POWERLITE PRO G5950NL
LENSLESS XGA, 5200 lumens, HDMI input, s-video, & RCA inputs,
monitor output, RJ-45 connectivity & monitoring software, Crestron
RoomView enabled. WILL NOT OPERATE WITHOUT A LENS, DISTRICT
SHOULD ORDER STANDARD LENS (140) BELOW, OR REVIEW EPSON
WEBSITE FOR OTHER OPTIONS.
Epson
PowerLite PRO G5950NL
183
0
Each
184
0
Each
PROJECTOR, MULTIMEDIA, EPSON POWERLITE PRO G5350NL LENS,
Standard Lens for Line 139
PROJECTOR, LCD MULTIMEDIA
2600 lumens XGA, 1024 x 768 resolution, ultra-portable (3.7 lb,) super
slim (only 1.7 inches tall.) 4000 hour lamp life, Image: 30-300 inches
(2.4 - 28.8'), Includes: power cable, computer cable, audio adapter,
remote control w/batteries, usb cable soft carrying case, software cd,
security screw, quick setup sheet.. 3.7lbs
Epson
V12H004S06
Epson
PowerLite 1750
V11H372120
185
0
Each
Epson
PowerLite 1760W
V11H361120
186
0
Each
PROJECTOR, MULTIMEDIA, EPSON POWERLITE
2600 lumens, WXGA widescreen resolution(1280 x 800) , ultraportable (3.7 lb,) super slim (only 1.7 inches tall.), 4000 hour lamp life,
HDMI connectivity
PROJECTOR, MULTIMEDIA, EPSON POWERLITE
3000 lumens, WXGA widescreen resolution (1280 x 800) , ultraportable (3.7 lbs,) super slim (only 1.7 inches tall.) 4000 hour lamp
life, USB plug and play, auto keystone (vertical and horizontal,) HDMI
connectivity, auto screen fit.
Price
Extension
Epson
PowerLite 1775W
Page - 57
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item
Est. Usage
Unit
Item Description
Model #
187
0
Each
PROJECTOR, MULTIMEDIA, EPSON POWERLITE
PROJECTOR, LCD. XGA. (1024 x 768) 3500 lumens, HDMI input, dual
computer inputs, RJ-45 + network monitoring software, content over
IP capability, USB plug & play, 16 watt speaker, audio out jack, quick
corner screen adjust. 7.4 lbs
Epson
PowerLite 1835
188
1
Each
Hitachi
CP-A301N
189
0
Each
PROJECTOR, LCD, Ultra Short Throw
3000 lumens; 3LCD, 3 chip technology, aspect ratio: 1280x800, 8.6 lbs.
Includes remote control with tow AA batteries, power cord, computer
cable and user’s and network manuals.
PROJECTOR, LCD
Ultra Short Throw LCD Projector 2500 ANSI Lumens; HDMI
(HDCP)/Component/Composite/S-Video, WXGA Resolution
(1280x800), 4000 hour hybrid filter, 2000:1 contrast ratio (using
Active Iris), 10 watt audio output, w/ power cord, RGB cable, wireless
remote control (2) AA batteries, user and network manuals; 8.6 lbs.
190
25
Each
PROJECTOR, LCD
2400 ANSI Lumens, XGA (1024 x 768), 3 LCD Technology, closed
captioning, component/composite/S-video and usb inputs, pc-less
presentation, Audio following Video switching, Audio Pass Thru,
remote control w/My Buttons, 7.9 lbs., 16-watt stereo output. Appx
6000 hrs. lamp
Hitachi
CP-X2015WN
191
4
Each
Hitachi
CP-X2011N
192
15
Each
PROJECTOR, LCD
2200 ANSI Lumens, XGA (1024 x 768), Same as above but includes:
Network Command and Control, Direct USB display function, mic
input w/ amp.,
PROJECTOR, LCD
2600 ANSI Lumens, XGA (1024x768), 3 LCD Technology, 2 RGB inputs,
RGB output, component/composite/S-video inputs, Audio following
Video switching, Audio Pass Thru, remote control w/My Buttons, 7.9
lbs., 16-watt audio. Ultra quiet Whisper Mode. Easily accessible
Hybrid Filter requires maintenance every 4000hr. Appx 3000/6000
hrs. lamp, Kens.Lock capable, Security Bar and Transition Detector
193
0
Each
PROJECTOR, LCD
2600 ANSI Lumens, XGA (1024 x 768), Same as above but includes:
Network Command and Control, Maintenance & Security,
Hitachi
CP-X2514N
Price
Extension
Hitachi
CP-AW250N
Hitachi
CP-X2511
Page - 58
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item
Est. Usage
Unit
Item Description
Model #
194
0
Each
PROJECTOR, LCD
3000 ANSI Lumens, XGA (1024x768), 3 LCD Technology, 7.9 lbs. 2
RGB inputs, RGB output, component/composite/S-video inputs. 16
watts audio output. Lamp life of 3000 hrs in standard mode and 6000
in Eco mode. Easily accessible hybrid filter requires maintenance
every 5000 hrs. Security Bar and Transition Detector. Features:
Kensington Lock capable, Digital Gamma Correction,
Whiteboard/Blackboard Mode, Input Source Naming, Power saving
mode improved
Hitachi
CP-X3011
195
5
Each
PROJECTOR, LCD
3200 ANSI Lumens, XGA (1024x768), 2 RGB inputs, RGB output,
component/composite/S-video inputs. 16 watts audio output. Lamp
life of 3000 in standard mode, 6000 hrs. in whisper mode. Direct USB
function. Mic with amp.
Hitachi
CP-X3014N
196
4
Each
PROJECTOR, LCD
3200 ANSI Lumens, XGA (1024x768), Digital Input HDMI x 1 (HDCP
compliant), Computer Input 1 15-pin mini D-sub x 1, Computer Input
2 15-pin mini D-sub x 1, Computer Monitor Output 15-pin mini D-sub
x 1, Video Input, S-Video Mini DIN 4-pin x 1, Composite Video RCA
jack x 1, Component Video 15-pin mini D-sub x 2 (shared w/analog
computer 1/2), Audio Input 3.5 mm stereo mini jack x 2, RCA jack
(L/R) x 1, Audio Output RCA jack (L/R) x 1, Network LAN Wired RJ-45
port / 100-base-T, Network LAN Wireless IEEE802.11 b/g/n - optional
wireless adapter required, USB Type A x 2 (PC-less, wireless adapter,
TB-1), Type B x 1 (USB display or mouse control), Control Terminals 9pin D-sub x 1 (RS-232 control) Lamp life of 5000 in standard mode,
6000 hrs. in whisper mode.
Hitachi
CP-X3015WN
197
0
Each
PROJECTOR, LCD
4000 ANSI Lumens, XGA (1024x768), 3 LCD Technology, 2000:1
contrast ratio, throw ration: 1.8-3.0 @ 60” screen, 1.7X zoom lens,
hdmi/component/composite/s-video, RGB in/out, horizontal/vertical
lens shift, microphone input w/amplifier, 16W speaker output.
Includes: remote control, batteries (AA), rgb cable, us power cord,
operator/safety manual, lens cap. 10.1 lbs.
Hitachi
CP-X4021N
Price
Extension
Page - 59
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item
Est. Usage
Unit
Item Description
Model #
198
0
Each
PROJECTOR, LCD
4000 ANSI Lumens, XGA (1024x768), 3 LCD Technology, 2 RGB inputs,
RGB output, component/composite/S-Video inputs, audio following
video switching, remote control w/My Buttons, 7.7 lbs., 4-watt audio.
Ultra quiet Whisper Mode. Appx. 3000 hrs. lamp, Kensington Lock
capable, Security Bar and Transition Detector. Includes internet
command & control functions. Accepts optional lenses.
Hitachi
CP-X615
199
0
Each
PROJECTOR, LCD
SHORT THROW PROJECTOR - 80" Screen diagonal at 36" distance. For
use with Interactive white boards. 2000 ANSI Lumens, XGA (1024 x
768), 3 LCD Technology, 2 RGB inputs, RGB output,
component/composite/S-video inputs, Audio following Video
switching, Audio Pass Thru, remote control w/My Buttons, 12.8lbs., 1watt audio. Ultra quiet Whisper Mode. Easily accessible Hybrid Filter
Appx 3000 lamp, Kensington Lock capable, Security Bar and Transition
Detector
Hitachi
CP-DW10
200
0
Each
201
0
Each
PROJECTOR, LCD
4000 ANSI lumens, XGA, 1024x768 rgb resolution, 2000:1 contrast
ratio, 1.7X zoom, horizontal and vertical lens shift, 16 watt audio
output, microphone input and audio standby mode 10.1 lbs
PROJECTOR, LCD
4000 ANSI lumens, WXGA,1280x800 rgb resolution, 2000:1 contrast
ratio, 1.7X zoom, horizontal and vertical lens shift, hybrid filter, 16
watt audio output, microphone input and audio standby mode 10.1
lbs
202
0
Each
PROJECTOR, LCD
5000 ANSI lumens, XGA, 1024 x 768 rgb resolution, 2000:1 contrast
ratio, 1.7X zoom, horizontal and vertical lens shift, hybrid filter, 16
watt audio output, microphone input and audio standby mode 10.1
lbs
Hitachi
CP-X5021N
203
0
Each
PROJECTOR, MULTIMEDIA MOBILE XGA
2700 lumens, 2001:1 contrast ratio, 1024 x 768 resolution, .55” 1-Chip
DMD technology, low noise operation, long-life lamp of 4000 hrs (low
mode), splash screen and wall screen support, filter free design,
instant shut down feature, DLP, Carrying Case, Quick Start Guides,
wall screen support, 12 language OSD, 7.3lbs
Mitsubishi
XD250U
Price
Extension
Hitachi
CP-X4021N
Hitachi
CP-WX4021N
Page - 60
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item
Est. Usage
Unit
Item Description
Model #
204
1
Each
PROJECTOR, LCD VIDEO, PANASONIC
2800 ANSI Lumens, XGA short-throw, 500:1 contract ratio, a/v
switching, built-in 91 watt) speakers, 1024x768 resolution, 4:3 aspect
ratio. Features white board mode for auto brightness adjustment to
suite surface, projects image up to 80”w from 2.7’. Dimensions: 127/8”w x 5-5/16”h x 12-3/32”d. Includes power cord, power cord
secure lock wireless remote control. batteries for remote (2-aaa), vga
cable, application software cd-rom and safety wire rope, carry bag
Panasonic
PT-ST10U
205
0
Each
PROJECTOR, OVERHEAD PROJECTOR
Articulating head, long lamp life, cord wrap, safety interlock, safety
thermostat, UL, CSA, 3 wire, power cord, cool stage, 120 VAC, 60hz ,
82 V, 360W, 10' power cord. 16.25"W x 16.5"D x 8.5" height base, 28"
total height. Focal length doublet 14", stage aperture 10.5", weight
18lbs. 3000 lumens output, closed articulating doublet lens, 360 watt
ENX lamp.
3M
1880
206
0
Each
PROJECTOR, OVERHEAD PROJECTOR
Articulating head, long lamp life, cord wrap, safety interlock, safety
thermostat, UL, CSA, 3-wire, power cord, cool stage, 120 VAC, 60hz,
82V, 360W, 10’ power cord. 16.25”W x 16.5”D x 8.5”H base, 28” total
height, focal length doublet 14”, stage aperture 10.5”, weight 18 lbs.,
2500 lumens output, closed articulating doublet lens, 360 watt ENX
lamp.
3M
1830
Price
Extension
Page - 61
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Group 16 - Redcat
Item
Est. Usage
207
2
Unit
Item Description
Each
REDCAT MEDIA, CLASSROOM AUDIO SYSTEM,
Model #
Price
Extension
REDCAT RC-RR
Power output: 25w, Power Supply (UL listed) 24V/2.5A, (2) stereo
audio inputs w/volume control, integrated sensor input, ALD/Aux
Audio outputs w/volume control-3.5mm on side panel, power from
receiver/amplifier, reception coverage for rooms up to 1200 sq ft
w/CA-MSC3535
Lightspeed
REDCAT Media RCM-RR
Page - 62
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Group 17 - SMART Board
Item Est. Usage Unit
208
0
Each
209
0
Each
210
0
Each
211
0
Each
212
0
Each
213
0
Each
214
0
Each
215
0
Each
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item Description
Model #
SMART Board SB660
Interactive display board, front projection, 64”
SMART Board 685
Interactive whiteboard, 77.5”w x 49.5”h x 5-1/8” d, 4000 x 4000 touch
resolution, hard-coated polyester surface is tear proof, optimized for
projection, compatible with dry-erase markers and cleaned with
whiteboard cleaner, includes two brackets w/screws and drywall
anchors, 16’ USB 2.0 cable and SMART Notebook collaborative
learning software.
Smart Technologies
SB660
Smart Technologies
SB685
SMART Board 685 bundled with Half day of on-site SmartBoard
professional development for 15 participants
SMART Board 685 bundled with Full day of on-site SmartBoard
professional development for 15 participants
SMART Board X885;
Multitouch Interactive white board, 78.5”W x51-1/8”H x6.5”D,
4000x4000 touch resolution, perform mouse functions with your
finger & write digital ink with a pen tray pen or erase with eraser.
Comes with 2 pens with comfort grip & an eraser. Freestyle
interaction allows 2 students to work together anywhere on the
surface and perform different actions at the same time. Hard-coated
steel surface is optimized for projection & compatible w/dry-erase
markers. Comes with two 32”W brackets with 10 screws and toggle
bolt anchors to wallmount the board.
Smart Technologies
SB685 w/0.5PD
Smart Technologies
SB685 w/1.0PD
Smart Technologies
SBX885
SMART Board X885 bundled with Half day of on-site SmartBoard
professional development for 15 participants
SMART Board 690
Interactive whiteboard, 85.75”w x 49.5”h x 5-1/8” d, 4000 x 4000
touch resolution, hard-coated polyester surface is tear proof,
optimized for projection, compatible with dry-erase markers and
cleaned with whiteboard cleaner, includes two brackets w/screws
and drywall anchors, 16’ USB 2.0 cable and SMART Notebook
collaborative learning software.
Smart Technologies
SBX885 w/0.5PD
Smart Technologies
SB690
SMART Board 690 bundled with Half day of on-site SmartBoard
professional development for 15 participants
Smart Technologies
SB690 w/0.5PD
Price
Extension
Page - 63
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item
Est. Usage
Unit
Item Description
Model #
216
0
Each
SMART Slate WS200 Bundle with Bluetooth Wireless Adaptor
Allows wireless control of SMARTBoard interactive whiteboard or
SMART Podium interactive pen display. 10-3/8”w x 8-1/2” h x 1” d,
rechargeable lithium-ion battery, programmable buttons, with a
tethered battery-free pen with a programmable button, 6.75” x 4.25”
electromagnetic surface with Bluetooth wireless adapter
Smart Technologies
WS200-1
217
0
Each
218
0
Each
SMART Slate WS200 bundled with Half day of on-site SmartSlate
professional development for 15 people
SMART Response LE System
with Receiver and 12 Remotes Interactive response system. Includes 1
receiver, 12 clickers-wireless handheld remotes, carrying case for 20
clickers, Phillips No. 1 screwdriver, (24) AA batteries, quick start guide
and software cd
Smart Technologies
WS200-1 w/.05 PD
Smart Technologies
SRP-LE-12
219
0
Each
SMART Response LE System with Receiver and 18 Remotes
220
0
Each
SMART Response LE System with Receiver and 24 Remotes
221
0
Each
SMART Response LE System with Receiver and 32 Remotes
Smart Technologies
SRP-LE-18
Smart Technologies
SRP-LE-24
Smart Technologies
SRP-LE-32
Price
Extension
Page - 64
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Group 18 - Star Board
Item
Est. Usage
Unit
Item Description
222
0
Each
STAR BOARD, StarBoard Link
Interactive White Board technology that may be used on any existing
dry erase or flat surface. Allows for pointer or touch control. Allows
for various screen sizes and aspect ratios. Includes StarBoard Sensor,
reflective image frame, USB connectivity and software that allows for
up to two simultaneous users and incorporates gesture recognition.
Includes on site orientation.
Model #
Hitachi
StarBoard Link
223
0
Each
STAR BOARD FX 77 Trio
Interactive white board, 77" diagonal, hand gesture operation, up to
three simultaneous users
Hitachi
FX77Trio
Price
Extension
Page - 65
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Group 19 - Televisions
Item Est. Usage Unit
224
2
Each
225
2
Each
226
2
Each
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item Description
Model #
TELEVISION, 26” LCD -LG
Native Display 1366 x 768, Dynamic Contrast Ratio: 15,000:1, Analog,
Aspect ratio 16:9
TELEVISION, 32” LCD -LG
Native Display 1366 x 768, Dynamic Contrast Ratio: 50,000:1, Analog,
Aspect ratio 16:9
TELEVISION, 42” LCD -LG
Native Display 1366 x 768, Dynamic Contrast Ratio: 50,000:1, Analog,
Aspect ratio 16:9
Price
Extension
LG Electronics
26LD352C
LG Electronics
32LD452C
LG Electronics
42LD452C
Page - 66
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Group 20 - Tripod
Item Est. Usage
227
0
Audio Visual Equipment and Supplies, Bid
No. 10-13
Unit
Item Description
Each
TRIPOD 055XB W/ 128RC FLUID HEAD
Sturdy, tubular aluminum legs have sure-grip, quick acting lever locks,
w/ a maximum elevation of 69 1/4", minimum of 22 ½", mini fluid
head measuring 5"x5"x5", fluid head pans and tilts smoothly, camera
platform w/ quick release mounting plate w/ locating pin. Head
comes w/versatile handle. Head can be tilted 45 degrees up, 90
degrees down continuously, w/ detent at 45 degree and has separate
pan and tilt locks. Vertical drag is continuously adjustable. 10 lbs.
maximum weight
Model #
Price
Extension
Bogen
055XB and 128RC
Page - 67
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Audio Visual Equipment and Supplies, Bid
No. 10-13
Group 21 - Comprehensive
Item Est. Usage Unit Item Description
228
229
230
231
232
233
234
235
236
237
238
239
240
241
242
20
20
20
20
20
20
60
20
20
20
20
20
40
40
20
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
Model #
Comprehensive 50’ Cat5 Cable Red
Comprehensive 50’ Cat5 Cable Green
Comprehensive 50’ Cat5 Cable Blue
Comprehensive 50’ Cat5 Cable Black
Comprehensive 6’ Cat5 Cable Black
Comprehensive DisplayPort M to HDMI-F
Comprehensive HDMI Cable 6’
Comprehensive HDMI Cable 3’
Comprehensive YWR Cable 6’
Comprehensive BNC Cable 3’
Comprehensive S/YC Breakout Cable 6’
Comprehensive S Cable 3’
Comprehensive BNC-F to VGA-M 6”
Comprehensive Audio Cable 6’
Comprehensive Adapter Cable
Price
Extension
CAT5E-ASY-50RED
CAT5E-ASY-50GRN
CAT5E-ASY-50BLU
CAT5E-ASY-50BLK
CAT5E-ASY-6BLK
DP2HDJ
HD-HD-6EST
HD-HD-3EST
3RCA-3RCA-6ST
BB-C-3HR
S4P-YC-6HR
S4P-S4P-3HR
VGA15PLP-5BJ-1HR
2PP-2PP-6ST
MP/2PJ-CS
Page - 68
Rev. 11/1/2011
NORTH COUNTY EDUCATIONAL PURCHASING CONSORTIUM
Group 22 - Miscellaneous
Item Est. Usage Unit
245
40
Each
246
247
20
2
Each
Each
Audio Visual Equipment and Supplies, Bid
No. 10-13
Item Description
Model #
ADAPTER
HDMI To VGA Apple TV AirPlay Mirroring for VGA Projectors
Middle Atlantic Swivel Racks
Middle Atlantic 1RU Shelf
Price
Extension
Kanex
ATVPRO
SRSR-16
U1
Page - 69
Rev. 11/1/2011
Download