JANITORIAL SERVICES

expired opportunity(Expired)
From: County of Cumberland(County)
600-JANITORIALSERVICES

Basic Details

started - 27 Jan, 2023 (15 months ago)

Start Date

27 Jan, 2023 (15 months ago)
due - 14 Feb, 2023 (14 months ago)

Due Date

14 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
600-JANITORIALSERVICES

Identifier

600-JANITORIALSERVICES
County of Cumberland

Customer / Agency

County of Cumberland
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Page 1 of 10 Internal Services Department January 27, 2023 TO: Prospective Contractors FROM: Jonathan Butler, Internal Services Director RE: Janitorial Services Cumberland County is soliciting proposals for Janitorial Services for the Cumberland County Child Support Enforcement Building. The Contractor shall provide all labor and transportation and shall perform all cleaning and coordinating in connection with accomplishment of Janitorial Services at the CUMBERLAND COUNTY CHILD SUPPORT ENFORCEMENT OFFICE, 109 BRADFORD AVENUE, FAYETTEVILLE, NC 28306. Specifications – See Sections 1 – 23 “SERVICE SPECIFICATIONS” Proposals will be received in the Internal Services Department, 426 Mayview St. at any time before 5 P.M, as per the clock located in the Internal Services office, Tuesday, February 14, 2023. Proposals may also be submitted by email to Jonathan Butler at jbutler@cumberlandcountync.gov and Taylor Trimble at
rel="no-follow" href="mailto:trtrimble@cumberlandcountync.gov">trtrimble@cumberlandcountync.gov subject line MUST read “Janitorial Services”. It is the sole responsibility of the vendor to ensure that the proposal reaches the destinations listed above by the designed time and hour. If submitting by email, it is recommended that vendors obtain confirmation that email was received. Proposals received after the specified date and time will be deemed nonresponsive and cannot be considered for award. Important Note: The Execution of Proposal (Attachment A) and all other required forms must be completed, signed and submitted with proposals. Should additional information be necessary to prepare a proposal, written questions via email relating to such information may be submitted to Jonathan Butler at jbutler@cumberlandcountync.gov no later than 5 P.M., Monday, February 6, 2023. Written questions and responses will be shared with all prospective vendors. Vendors shall rely only on written material contained in an Addendum to this RFP. Vendors should not contact any other County employees, besides those listed above, during the bid process. Vendors who contact any other County employees may be disqualified. This solicitation, all attachments and addenda are incorporated herein by reference to any executed contract resulting from this request for proposals. By submitting a proposal, the vendor agrees to meet all stated requirements, specifications, and terms and conditions stated in this solicitation. If a vendor is unclear about a requirement or specification or believes a change to a requirement would allow for the County to receive a better proposal, the vendor is urged and cautioned to submit these items in the form of a question during the question and answer period. All addendums and/or corrections will sent by email to vendors who submit an intent to bid and be posted to the Cumberland County Vendor Self Service site https://ccmunis.co.cumberland.nc.us/vss/Vendors/VBids/Default.aspx. !IMPORTANT INFORMATION! CONFIDENTIAL INFORMATION: The proposal must not contain any information marked as “confidential” or as a “trade secret” or in any other manner as to indicate that it is information protected by the Trade Secrets Protection Act ( the “Act”) as set out in Article 24 of Chapter 66 of the North Carolina General Statutes, unless the Vendor has noticed the County Finance Department of its intent to designate any mailto:jbutler@cumberlandcountync.gov mailto:trtrimble@cumberlandcountync.gov mailto:jbutler@cumberlandcountync.gov https://ccmunis.co.cumberland.nc.us/vss/Vendors/VBids/Default.aspx Page 2 of 10 information in the proposal as such and received permission from the County Finance Department to do so in writing. Vendor’s notice to the County Finance Department must be in writing and must describe the information for which confidentiality is requested and explain how the information is a “trade secret” as defined in G.S. § 66-152(3). If the County Finance Department determines the information for which confidentiality is requested is a “trade secret” covered by the Act, it will notify the Vendor how to mark the information in the proposal and will identify the measures that County will take to protect the confidentiality of the information. Vendor’s submission of a proposal after receipt of this notice from the County Finance Departments shall be deemed to be acceptance of the County Finance Department’s statement of how it will maintain confidentiality. If the County Finance Department determines the information for which confidentiality is requested is not a “trade secret” covered by the Act, it will notify vendor of that determination. Any proposal marked with any information as “confidential” or as a “trade secret” or in any other manner as to indicate that it is information protected by the Act in violation of this section shall be regarded as not responsive to the request for proposals and shall not be considered. The County reserves the right to reject any and all proposals. SERVICE SPECIFICATIONS 1. JANITORIAL SERVICES: The Contractor shall provide all labor and transportation and shall perform all cleaning and coordinating in connection with accomplishment of Janitorial Services at 109 Bradford Avenue, FAYETTEVILLE, NC 28306. Cleaning equipment and cleaning supplies will be provided by the Contractor. If any change in area or service becomes necessary, the Contracting Officer will issue a change order authorizing the change before such services are accomplished. 2. PERSONNEL: a. Quality of Personnel. All personnel employed by the Contractor in the performance of this service or any service representative of the Contractor entering the Bradford Building shall conform to all security regulations which may be in affect during the contract period and shall be subjected to such checks as may be deemed necessary to assure that no violations occur. No employee will be permitted in the Bradford Building when such a check reveals that his/her presence would be detrimental to the security of the Bradford Building or accomplishment of the work. The Contracting Officer may require the Contractor to remove any employee for misconduct or security reasons. b. Project Manager/Supervisor. The Contractor shall provide a Project Manager/Supervisor who will be responsible for the competent performance of the work. The Project Manager/Supervisor must have full authority to act for the Contractor at the Bradford Building. The Project Manager/Supervisor or a designated representative shall meet with the Building Manager as designated by the Deputy County Manager (Contracting Officer) to discuss immediate problem areas. The Project Manager/Supervisor or a representative shall respond within two (2) hours after notification. The contractor shall provide a point of contact (POC), telephone number, fax number and e-mail address to the Contracting Officer representative as a means of contact should the need arise. c. Employee's Identification. Contractor personnel must be recognizable as such while in the Bradford Building. This may be accomplished by wearing distinctive clothing bearing the name of the company, or by the wearing of a clearly readable Identification (ID) badge furnished by the contractor, made of durable material or plastic, which consists of the Contractor's company name, employee's name, picture, and the words "CUSTODIAL SERVICES". The Contractor is Page 3 of 10 responsible for acquiring an appropriate number of badges/clothing to meet their need at his/her own expense. 3. LOST AND FOUND PROPERTY. It is the responsibility of the Contractor to ensure that all articles (personal or monetary) found by the Contractor's employees are turned in to the Building Manager. 4. QUALITY CONTROL/QUALITY ASSURANCE Quality Control. The Contractor will establish a complete quality control program to ensure the requirements of the contract are provided as specified. One copy of the Contractor's Quality Control Program shall be provided to the Contracting Officer at the Pre-Work Conference. An updated copy must be provided to the Contracting Officer on contract start date and as changes occur. The program will include, but not limited to the following: ◼ An inspection system shall be established covering all the services to be performed under this contract. It must specify areas to be inspected on both a scheduled and unscheduled basis and the title of the. individual (s) who will do the inspection. ◼ A method for identifying deficiencies in the quality of services performed before the level of performance becomes unacceptable. ◼ A file of all inspections conducted by the Contractor and the corrective action taken. This document must be made available to the Contracting Officer representative, the Building Manager, during the term of the Service Agreement. ◼ Quality Assurance. The Contracting Officer representative, the Building Manager, will monitor the Contractor's performance under this Service Agreement using the quality assurance procedures specified in Paragraph 4. ◼ Performance Evaluation Meeting. The Contractor representative will meet with the Building Manager weekly during the first two months of the contract. Thereafter, meetings will be as often as necessary as determined by the Contracting Officer and his/her designated representative. A meeting will be held whenever a Contract Discrepancy Report (CDR) is issued. A mutual effort will be made to resolve all problems identified. The Contractor or his designated representative and the Building Manager will sign the written minutes of these meetings. Minutes signed by the Contractor or his designated representative and the Building Manager will be provided to the Contracting Officer. The Contracting Officer will resolve CDR differences between the Contractor and the Building Manager. ◼ Holidays, exempt as specified. Work shall not be required on the following holidays: New Years Day, Martin Luther King Birthday, Easter, Memorial Day, Fourth of July, Labor Day, Veterans Day, Thanksgiving, and Christmas. ◼ Conservation of Utilities. The contractor will be directly responsible for instructing employees in utilities conversation practices. The Contractor shall be responsible for operating under conditions that prelude the waste of utilities, which shall be included but shall not necessarily be limited to: ➢ Lights shall be used in areas where (and at the time when) work is actually being performed. ➢ Mechanical equipment controls for heating ventilation and air conditioning systems will not be adjusted by workers. ➢ Water faucets or valves shall be turned off after the required usage has been accomplished. Page 4 of 10 ➢ County telephones will not be used for personal reasons or any toll or long distance calls. 5. HOURS OF SERVICE. The Contractor and/or his/her employees should be present and shall maintain a consistent presence in the facility from 5pm until completion, Monday-Friday. 6. FURNITURE/CARPET. The County reserves the right to rearrange furniture, add furniture, remove furniture or install and remove carpeting from areas of service without additional charge to the County. 7. DAMAGE CAUSE BY THE CONTRACTOR. The contractor on behalf of his/her employees will be held accountable and liable to the county for any damages to County facilities, fixtures, furnishings, equipment, and grounds. 8. INTERFERENCE WITH GOVERNMENT OPERATIONS. The Contractor and the Contractor’s employees shall perform all routine and project work in such a way as not to interfere with regularly scheduled County operational activities at the Bradford Building 9. CIRCUMSTANCES TO BE REPORTED. The Contractor and the contractor's employees shall report any circumstance or needed repair of the facility or unusual soiling of any area which may affect the performance of the work, and unhealthful or hazardous conditions, or any delays or interference with the work caused by the employees of the County. The Contractor shall make such report immediately upon discovery to the Contracting Officer's Representative. 10. FREQUENCE OF SERVICE. The frequency of services to be performed shall be in accordance with the specifications. 11. WORK SCHEDULES. The Contractor shall prepare a detailed work schedule for services to be performed in accordance with the specifications. This schedule shall be submitted to the Building Manager for approval prior to the contract start date. 12. ACCIDENT PREVENTION AND SAFETY REQUIREMENTS. In order to provide safety controls for protection of life and health of employees and other persons, to prevent damage to property, material, supplies and equipment, and to avoid work interruptions in the performance of this contract: a. The contractor shall maintain an accurate record of and shall report to the Building Manager in the manner and on the forms prescribed by the Building Manager, exposure data and all accidents, resulting in death, traumatic injury, occupational disease, or damage to property, materials, supplies, and equipment incident to work performed under this contract. b. The Contracting Officer shall notify the contractor of any noncompliance with the foregoing provisions and the action to be taken by him. The Contractor shall, after receipt of such notice, immediately correct the conditions. Such notice, when delivered to the Contractor fails or refuses to comply promptly; the Contracting Officer may issue an order in writing. The provisions of paragraph 2, Section C of the Service Agreement will be cited. c. Compliance with the provisions of this article by all employees of the Contractor shall be the responsibility of the Contractor. d. Prior to commencement of work, the Contractor shall meet in conference with representatives of the Contracting Officer to discuss and develop mutual understanding relative to administration of overall safety program of the Contractor during the execution of any contract award. Page 5 of 10 13. FIRE, SAFETY, AND TRAFFIC REGULATIONS AND VEHICLE REQUIREMENTS. The Contractor and his personnel shall comply with all fire, safety, and traffic regulations. Failure to comply with these regulations will be considered the cause of any damage to property or injury to personnel, which may result from the non-complying act(s) and/or omission(s). The Contractor shall be responsible for instructing his workmen in appropriate safety measures and shall not permit them to utilize office furniture to stand on while high dusting/cleaning light fixtures or to place mops, brooms, machines, and other equipment in traffic lanes or other location in such manner as to create safety hazards. 14. KEY CONTROL. The Contractor shall establish a key control system so that keys issued to the Contractor by the county are not lost or misplaced and are not used by unauthorized persons. The contractor for any reason shall not duplicate County furnished keys. Procedures developed to control County furnished keys, to determine authorized persons, and a list of authorized person shall be included in the Contractor's Quality Control Program specified in Paragraph 4. The Contractor shall reimburse the County for replacement of locks or rekeying required as a result of Contractor losing any key. If a master key is lost or duplicated, the County will replace all locks and keys for that system and the total cost charged against the contractor. The Contractor shall notify the Building Manager orally within two (2) hours of discovering a key to be lost and provide written confirmation the Contracting Officer within 24 hours after a key is determined to be lost. The Contractor's use of County keys by authorized persons. The Contractor shall limit entrance to locked areas to personnel whose access has been approved in writing by the Contracting Officer. 15. In the event that weather or other conditions, which the Contractor has no control, prevent the Contractor from completing an item of work, as required by the specifications, the Contractor shall notify the COR of such conditions as soon as they arise. 16. COUNTY-FURNISHED PROPERTY AND SERVICES. The County will furnish all materials, supplies, equipment, and tools necessary to restock paper products, hand soap in restrooms, and trash can liners. County will furnish floor machine for daily floor cleaning and provide neutral floor cleaner to be used in machine. 17. SPECIFIC TASK AND STANDARDS: a. VACUUM CARPET/SPOT CLEANING. All rugs and carpet shall be free of all visible litter and soil. All spots or stains shall be removed. Tears, burns, and raveling shall be reported to Anthony Thomas custodial supervisor. b. FLOOR MAINTENANCE. Floor maintenance includes sweeping, mopping, dry buffing and spray buffing. All public areas accessible to the floor machines shall receive floor maintenance. ➢ Chairs, trash receptacles, and easily moveable items shall be tilted or moved to maintain floor underneath. ➢ Areas under desks or other hard to move furniture shall receive floor maintenance by other methods if not accessible to the floor machines. ➢ The entire floor shall have a uniform, glossy appearance; free of scuffmarks, heel marks, gum and other stains and discoloration. All floors, unless having carpet, or having a specific floor finish, shall have a uniform coating of non-skid floor finish. ➢ All floor maintenance solutions shall be removed from baseboards, furniture, trash receptacles, and similar surfaces. ➢ After all cleaning operations have been completed, all office furniture or other items moved shall be replaced in their proper position, and the building shall be left in an orderly condition. Page 6 of 10 c. MOPPING. All mopped areas shall have a uniform, clean surface free of mop strand, litter, dust, streaks, swirl marks, detergent residue, or evidence of soil, stains, film, or water with no splash marks on furniture, walls, including baseboards, or other equipment or items. d. SWEEPING. All floors cleaned by sweeping shall be free of litter, dust, and foreign debris. Floors shall be swept with an approved, chemically treated dust mop; ceramic and concrete floors shall be swept with a push-type broom. 18. CARPET SHAMPOOING. Carpets shall be shampooed by the water extraction method and shall be reasonably dry with no stains, discoloration, or spots showing. Carpet shall have a clean, uniform appearance over the entire area. 19. STRIPPING, REWAXING, AND BUFFING. All waxed floors shall have a uniform glossy appearance, to include the floor underneath easily titled or moveable items. The floor shall be free of scuffmarks, heel marks, stains and discoloration, and have non-skid surface. Buildup of wax will not be acceptable. All floor maintenance solutions shall be removed from baseboards, furniture, or other furnishings, and equipment. 20. DOORMATS. Inside doormats will be removed daily for floor maintenance, included but not limited to: Vacuuming, shaking to dislodge particles and removal of stains. Outside doormats will be removed and shaken daily to remove debris. Mats will be replaced at the completion of cleaning actions. 21. EQUIPMENT MAINTENANCE. The contractor will ensure County furnished equipment is maintained in a high state of readiness at all times. The contractor will establish an equipment maintenance policy and provide a copy to the Contractor Representative, the Building Manager. 22. CLEANING SPECIFICATIONS: SCHEDULE OF WORK Monday – Friday, from 5pm until completion. GENERAL CLEANING & FREQUENCY a. Empty all wastebaskets, trash containers, and install appropriate size liner, remove trash from building to outside dumpsite. (DAILY) b. Dust all wall mounted objects, such as pictures and clocks. (1X/WEEK) c. Dust and polish, as needed all fixed furniture, including tabletops in lobby, waiting area, admin reception, and conference room tables. (DAILY) d. Power vacuum all doormats inside and outside front doors, to include dusting baseboards to prevent unsightly build up of dust and debris. (1X/WEEK) e. Clean all mirrors in restrooms, all glass doors in hallways, front lobby, and between hallways and admin areas w/ glass cleaner. (DAILY) f. Wipe down kitchenette units including the exterior of all appliances and tables in both employee break rooms; refill towel dispensers. (DAILY) g. Remove fingerprints from light switches. h. Power vacuum all carpeted areas throughout the building, including conference room, admin offices, and staff offices. (DAILY) i. Damp mop all VCT surfaces areas, break rooms, and staff offices with microfiber mop. (DAILY) j. Spot clean carpets as required, to remove spills and stains. (DAILY) k. Damp wipe windows sills and windows in offices, conference room, break rooms and main hallway. (1X/WEEK) l. Damp wipe walls, doors, and doorframes for stains and marks. (1X/WEEK) Page 7 of 10 m. Clean and sanitize all water fountains in hallways with hospital grade disinfectant-detergent registered by the EPA, and able to kill T.B. germs. (DAILY) RESTROOMS, a. Wash, scrub, and disinfect commode, and both sides of toilet seat, wash basin, urinal, and partition walls. Cleaner to be used will be a hospital grade disinfectant-detergent registered by the EPA, and able to kill T.B. germs. (DAILY) b. Empty waste paper and sanitary napkins containers. (DAILY) c. Clean all mirrors. (DAILY) d. Clean and polish chrome fittings and fixtures. (DAILY) e. Wet mop hard surface floors with germicidal solution. (DAILY) f. Refill soap and towel dispensers, toilet tissue holders, and seat cover dispensers . (AS NEEDED) g. Clean piping under basin and commode as required. (1X/MONTH) OTHER SPECIFIED MAINTENANCE a. Every 1 month all interior window glasses and frames shall be cleaned and blinds wiped free of dust and debris. b. Every 6 months clean debris from light fixture panels and wipe clean. c. 3X per year: High dusting (above 6 feet up to ceiling) of all windows and walls throughout publicly accessible areas. AREA OF SERVICE ALL INTERIOR SPACES OF THE FACILITY ALONG WITH FRONT ENTRANCE TRASH RECEPTACLES. 23. PERFORMANCE STANDARDS FOR ROUTINE WORK • TRASH REMOVAL: All wastebaskets, cigarette butt receptacles, and other trash containers within the area shall be emptied and returned to their previous location. Boxes, cans, and paper placed near trash receptacles and marked "TRASH" should be removed. Any obviously soiled or torn plastic trash receptacle liners shall be replaced. Trash shall be disposed of in plastic bags. TRASH MUST AND WILL BE REMOVED EACH NIGHT FROM THE BUILDING. • CARPET: The carpeted floor shall be free of all visible litter and soil. All spots or stains are to be removed as soon as noticed or brought to the attention of the contractor. The carpeted floor must and shall be vacuumed daily. ** (Spot cleaning, the contractor will be responsible for any and all spots up to two square inches). • FLOOR MAINTENANCE: All areas not carpeted and accessible to the floor polishing machines shall receive total maintenance care. Chairs, trash receptacles, and easily movable items shall be tilted or moved to maintain floors underneath. Areas under desks or other hard to move furniture shall receive floor maintenance by other methods if not accessible to the floor machines. The entire floor shall have a uniform, glossy appearance, free of scuffmarks, heel marks, gum, and other stains and discolorations. All floors, unless carpeted, or having a specific floor finish, shall have a uniform coating of non-skid floor finish. All floor maintenance solutions shall be removed from baseboards, furniture, trash receptacles, etc. After all cleaning operations have been completed, all office furniture, trash receptacles or other items moved shall be placed in their proper position and the building shall be left in an orderly condition. Floor maintenance includes but not limited to: Sweeping, Dust Mopping, Damp Mopping, (Waxing, both mop and spray), Spray Buffing, Buffing, and High Speed Buffing. • DOORMATS: All floor mats, including door and walk-off mats where used shall be vacuumed to remove soil and grit and to restore resiliency of the carpet pile. Rubber or polyester entrance mats shall Page 8 of 10 be swept, vacuumed, or hosed-down outside when appropriate to remove soil and grit. Doormats shall be removed and soil, grit and moisture are to be removed and mats are returned to their normal location. • DUSTING: All dust, lint, litter, dry soil, etc. shall be removed from the horizontal surfaces of desks, charts, file cabinets, display counter and other types of office furniture and equipment and from horizontal ledges, window sills, hand rails, etc, to a line no less than 8 feet above floor level after dusting. Venetian blinds will be included in daily dusting. (DUSTING OF DISPLAYS ABOVE 6 FEET WILL BE COORDINATED WITH MANAGEMENT). • SPOT CLEANING: Remove smudges, fingerprints, marks, streaks, watermarks, etc., from washable surfaces of wall, partitions, door, and fixtures. Germicidal detergent shall be used in restrooms, break rooms, kitchen areas, and drinking fountains. Metal hardware, aluminum bars, and other metal on doors shall be polished with a polishing compound. The surface shall have a clean, uniform appearance, free of streaks, spots, and .other evidence of removed soil. • WATER FOUNTAINS: Disinfect all polished metal surfaces, including the orifices and drain. The entire drinking fountain shall be free from streaks, stains, water spots, scale, smudges, and other obvious soil. • GLASS CLEANING INTERIOR: Includes all glasses, glass installed in passage and entrance doors, display cases, directory boards, draft shields on windows, mirrors and adjacent trim. There shall be no traces of film, dirt, smudges, water, and any other foreign matter on glass surface. • ENTRANCE DOORS AND LARGE WINDOWS: Front entrance doors, inside and outside to be cleaned daily, be free of smudges and fingerprints. Inside large windowpanes are free of smudges and marks. Clean when necessary to ensure no marks or smudges are present. Outside windows will be cleaned to ensure finger marks, smudges, and other foreign matter is removed. • CLEANING AND SUPPLYING RESTROOMS: The cleaning and supplying of restrooms is a part of basic cleaning, restrooms shall receive the following services in addition to basic cleaning. ➢ Completely clean and disinfect all surfaces of toilet bowls, urinals, lavatories, dispensers, and other such surfaces using a germicidal detergent. ➢ Clean mirrors and chrome fixtures. ➢ Disinfect all surfaces of partitions, stalls, stall doors, and wall area adjacent to wall mounted lavatories, urinals, and toilets. ➢ Descale toilet bowls and urinals. The entire surface shall be free from streaks, stains, scale, scum, urine deposits, rust stains, and other foreign matter. ➢ Restrooms shall be stocked with appropriate supplies at all times, as a minimum, liquid hand soap, paper towels, toilet paper, hygiene bags, and toilet seat cover (when dispensers are installed). • JANITOR CLOSET: Will be maintained in a high state of police at all times. The specifications included in this package describe the services that the County feels are necessary to meet the performance requirements of this RFP and shall be considered the minimum standards expected of the proposer. However, the specifications are not intended to purposefully exclude potential bidders. If the vendor is unable to meet any of the specifications as outlined therein, vendors are advised to submit questions and concerns regarding the specifications during the question and answer period described above. If the vendor does not submit questions or concerns regarding the specifications, the County shall assume it is able to fully comply with these specifications. The County shall be the sole and final judge of compliance with all specifications. The County further reserves the right to determine the acceptability or unacceptability of any and all alternatives or deviations. Page 9 of 10 VENDOR’S RESPONSE REQUIREMENTS Vendors must include the following in their proposal: • Cost of service including any applicable fees (i.e. – mileage/travel) • Any applicable terms – options for renewal or price lock should be included • Quote must be signed • Certificate of Insurance The Execution of Proposal (Attachment A) must be completed, signed and submitted with proposals. List all other terms and conditions, considerations and fees. Please be sure to note any minimum requirements per service year. Please attach additional sheets, if necessary. Vendors may attach on a separate sheet with any other type of discounts that are available. List sales tax separately in your proposal and list/identify any other charges. If discount is available for prompt payment or bulk order, identify terms so it may be considered in analyzing proposal. TERMS AND CONDITIONS IRAN DIVESTMENT ACT: As provided in N.C.G.S. 147-86.55-69, any person identified as engaging in investment activities in Iran, determined by appearing on the Final Divestment List created by the North Carolina State Treasurer pursuant to G.S. 147-86.57(6) c, is ineligible to contract with the County of North Carolina or any political subdivision of the COUNTY. E-VERIFY: CONTRACTOR shall comply with the requirements of Article 2 of Chapter 64 of the General Statutes. Further, if Contractor utilizes a subcontractor, CONTRACTOR shall require the subcontractor to comply with the requirements of Article 2 of Chapter 64 of the General Statutes.” DIVESTMENT FROM COMPANIES THAT BOYCOTT ISRAEL: The CONTRACTOR certifies that it has not been designated by the North Carolina State Treasurer as a company engaged in the boycott of Israel pursuant to N.C.G.S. 147-86.81. It is the responsibility of each CONTRACTOR to monitor compliance with this restriction. Contracts valued at less than $1,000.00 are exempt from this restriction. INSURANCE REQUIREMENTS: Providing and maintaining adequate insurance coverage is a material obligation of the CONTRACTOR and is of the essence of this contract. All such insurance shall meet all laws of the County of North Carolina. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage and that are authorized by the Commissioner of Insurance to do business in North Carolina. The CONTRACTOR shall at all times comply with the terms of such insurance policies, and all requirements of the insurer under any such insurance policies, except as they may conflict with existing North Carolina laws or this contract. The limits of coverage under each insurance policy maintained by the CONTRACTOR shall not be interpreted as limiting the CONTRACTOR’S liability and obligations under the contract. During the term of the contract, the CONTRACTOR at its sole cost and expense shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the contract. Page 10 of 10 ATTACHMENT A: EXECUTION OF PROPOSAL EXECUTION In compliance with this Request for Proposals (RFP), and subject to all the conditions herein, the undersigned vendor offers and agrees to furnish and deliver any or all items/services upon which prices are proposed. By executing this proposal, the undersigned vendor certifies that this proposal is submitted competitively and without collusion, that it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible from covered transactions by any Federal or State department or agency. Furthermore, the undersigned vendor certifies that it and its principals are not presently listed on the Department of State Treasurer’s Final Divestment List as per N.C.G.S 147- 86.55-69. The potential Contractor certifies and/or understands the following by placing an "X" in all blank spaces: _______ The County has the right to reject any and all proposals or reject specific proposals with deviated/omitted information, based on the County’s discretion if the omitted information is considered a minor deviation or omission. The County will not contact vendors to request required information/documentation that is missing from a proposal packet. Additionally, if the County determines it is in its best interest to do so, the County reserves the right to award to one or more vendors and/or to award only a part of the services specified in the RFP. _______ This proposal was signed by an authorized representative of the Contractor. _______ The potential Contractor has determined the cost and availability of all materials and supplies associated with performing the services outlined herein. _______ All labor costs associated with this project have been determined, including all direct and indirect costs. _______ The potential Contractor agrees to the conditions as set forth in this RFP with no exceptions. _______ Selection of a contract represents a preliminary determination as to the qualifications of the vendor. Vendor understands and agrees that no legally binding acceptance offer occurs until the Cumberland County Board of Commissioners, or its designee, executes a formal contract and/or purchase order. Therefore, in compliance with the foregoing RFP, and subject to all terms and conditions thereof, the undersigned offers and agrees to furnish the services for the prices quoted within the timeframe required. Vendor agrees to hold firm offer through contract execution. Failure to complete, execute/sign (E-signature or handwritten) proposal prior to submittal shall render the proposal invalid and it WILL BE REJECTED. VENDOR: STREET ADDRESS: P.O. BOX: ZIP: CITY & COUNTY & ZIP: TELEPHONE NUMBER: TOLL FREE TEL. NO: PRINCIPAL PLACE OF BUSINESS ADDRESS IF DIFFERENT FROM ABOVE (SEE INSTRUCTIONS TO VENDORS ITEM #10): PRINT NAME & TITLE OF PERSON SIGNING ON BEHALF OF VENDOR: FAX NUMBER: VENDOR’S AUTHORIZED SIGNATURE: DATE: EMAIL:

2 W Edenton St, Raleigh, NC 27601, USALocation

Address: 2 W Edenton St, Raleigh, NC 27601, USA

Country : United StatesState : North Carolina

You may also like

ASDB Janitorial Services

Due: 01 Jul, 2024 (in 2 months)Agency: School for the Deaf and Blind

JANITORIAL SERVICES

Due: 31 Dec, 2024 (in 8 months)Agency: U.S. CUSTOMS AND BORDER PROTECTION

JANITORIAL SERVICES

Due: 23 May, 2024 (in 27 days)Agency: Manatee County - Purchasing Division

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.