Janitorial Contract for the City of Greensboro GTA Admin Bldg

expired opportunity(Expired)
From: Greensboro(City)
324-9948

Basic Details

started - 25 Aug, 2020 (about 3 years ago)

Start Date

25 Aug, 2020 (about 3 years ago)
due - 25 Sep, 2020 (about 3 years ago)

Due Date

25 Sep, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
324-9948

Identifier

324-9948
City of Greensboro

Customer / Agency

City of Greensboro
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.

Financial & Administrative Services Procurement Services Division City of Greensboro NC IPS & HUB Solicitation Notification The following pages represent an opportunity to do business with the City of Greensboro. In ALL instances it will be a Request in which the solicitation response will need to be entered into the City of Greensboro's Electronic Procurement System (GePS). Excluding this initial notification, all information, addendums, etc. regarding any solicitation will be issued ONLY through the City’s GePS. It is the Bidder’s responsibility to register in GePS to be able submit a bid and to receive any/all solicitation information. The City reserves the right to reject any and all bids. How to Register: Go to: www.greensboro-nc.gov 1. Click “I Want To……” – located in the top right banner 2. Click “Bid On” – on the drop down menu (1st column on the left) 3. Click “Procurement Services Contracts”
– located in the center of the page 4. Read information about GePS 5. Click “Go to the Greensboro e-Procurement System to register and find bid opportunities” link – in the middle of the screen 6. Click “Register” – to start the registration process 7. You will then be asked to: a. Create your account b. Enter you/your company information c. Answer supplier questions d. Select your commodity codes To register you must have: 1. Desktop OS Requirements: a. Windows 7 b. Windows 8, or c. Windows 10 (64bit) 2. Browser Requirements: a. Microsoft Internet Explorer 11 (or higher) b. Google Chrome (latest version) c. Firefox (latest version) d. Safari 5.1+ 3. Required 3rd Party Products a. Perl 5.10.x (or higher) 4. An Official Business Name as registered with the IRS 5. A Supplier dba (doing business as) name, if applicable 6. Tax ID Number (TIN) 7. Mailing and Remittance Addresses Please contact the Procurement Services Division at the numbers below with any questions: City of Greensboro Procurement Services Division PO Box 3136, Greensboro, NC 27402 Phone: 336-373-2192 Fax: 336-373-2544 ProcurementServices@greensboro-nc.gov http://www.greensboro-nc.gov/ mailto:ProcurementServices@greensboro-nc.gov Event # 9948-0 Name: Janitorial Contract for the GTA Admin Facility Reference: Transportation Description: This event is to secure a firm price for the Janitorial Contract for the GTA Administrative Facility, per the attached specifications.Although the City tries to maintain continuous access to the GePS website, service may be interrupted. Therefore, suppliers are encouraged to submit bids 24 hours before the event closes. Buyer: Carol Pyrtle Status: Open Event Type: REQUEST FOR PROPOSAL Currency: USD Category: SERVICES OTHER Sealed Bid: Yes Respond To All Lines: Yes Q & A Allowed: Yes Number Of Amendments: 0 Event Dates Preview: Q & A Open: 08/25/2020 08:05:00 AM Open: 08/25/2020 08:00:00 AM Q & A Close: 09/18/2020 02:00:00 PM Close: 09/25/2020 02:00:00 PM Dispute Close: Questions Question Response Type Attachment Are you consider a “local bidder” per the attached local preference policy? Yes No Greensboro Local Preference Policy.pdf Did you upload your required M/WBE affidavit per the attached specifications? Please attach here as well. Yes No Are you a certified M/WBE or HUB with the State of North Carolina? If yes, please upload proof of your certification. Yes No August 25, 2020 Page 1 8:02:15 AM Terms And Conditions PSD T&C's for Goods & Services PSD T&C's for Goods & Services Terms and conditions for goods and services. com.lawson.rdtech.type.BinaryDocument@1 Attachments Attachment GTA RFP Janitorial Service Specs 8.24.2020.pdf MWBE Affidavit C1.pdf MWBE Affidavit E1 (Rev).pdf Contacts Type Name Title Phone Number Email Address CONTRACT ANALYST Carol Pyrtle Contract Analyst 336-373-2190 carol.pyrtle@greensboro- nc.gov Commodity Codes Commodity Code Description 910-39 Janitorial/Custodial Services Line Details Line 1: JANITORIAL SVC AT GTA ADMIN FACILITY Description: This event line is to secure a firm monthly price per month for a three year contract for janitorial services at the Event # 9948-0: Janitorial Contract for the GTA Admin Facility August 25, 2020 Page 2 8:02:15 AM GTA Administrative Facility per the attached specifications. Item: JANITORIAL SVC GTA ADMIN JANITORIAL SVC GTA ADMIN Commodity Code: 910-39 Janitorial/Custodial Services Quantity: 1.0000 UOM: MTH Require Response: Yes Price Breaks Allowed: No Alternate Items Allowed: No Add On Charges Allowed: No Event # 9948-0: Janitorial Contract for the GTA Admin Facility August 25, 2020 Page 3 8:02:15 AM 1 REQUEST FOR BIDS Event # 9948 Janitorial Services Proposal Submission Deadline September 25, 2020 Greensboro Transportation Agency Administrative Facility Greensboro Transportation Department 2 SECTION 1 OVERVIEW Request for Bids (“RFP” or “Event”): The City of Greensboro (“City”) hereby solicits bids from qualified corporations and businesses (“Contractor”) to provide cleaning services for the Greensboro Transportation Department. Janitorial Services will be needed for the Greensboro Transit Agency Administrative, Operations, and Maintenance Facility located at 223 West Meadowview Road, Greensboro, NC. The selected vendor will be required to provide cleaning for the entire building which consist of three (3) levels. The intent of this request is to receive firm pricing for Janitorial Services to be performed in a manner that is consistent with the duties outlined in this specification. Period and Terms of Contractual Agreement: The selected company will enter into a service contract with the City of Greensboro to cover the proposed scope of work outlined below in Section 2. The service contract will occur from approximately October 1, 2020 through September 30, 2023. Selection Process: After the close of this RFP, Contractor proposals will be reviewed and evaluated for responsible and responsive submissions, and that all proposals have the required documents as outlined in the RFB (if required). Submissions that contain all the required documentation will be graded by a selection committee based on the following matrix criteria. Award Matrix Points Selection Criteria _35_ Lowest Bidder will receive all _35__ points while each subsequent bidder will receive _5__ points less than the previous based on pricing. (See below) Lowest Bid 35 points $500.00 - $1,000.00 higher than low bid 30 points $1001.00 - $1,500.00 higher than low bid 25 points $1,501.00 - $2,000.00 higher than low bid 20 points $2001.00 - $2,500.00 higher than low bid 15 points $2,501.00 - $3,000.00 higher than low bid 10 points $3,001.00 or higher than low bid 5 points _20_ References: Provide a minimum of 3 references with current contact information to whom contractor has provided requested services for. _30_ Qualifications to provide services needed, minimum of 3 years experience providing the requested services. 10 M/WBE Contractor = 10 points Subcontracting with an MWBE = 5 points 5 Meets Local Preference Policy = 5 points 3 Minimum Requirements: Contractors must meet the minimum specifications and requirements contained in the RFP. Contractors are required to acknowledge all exceptions to the minimum specifications, terms and conditions in their proposals. Failure to do so may result in the response being deemed nonresponsive. Contractor must meet the following:  A minimum of three (3) years experience in providing Janitorial Services  Able to provide at least three satisfactory references with current contact information  Able to provide all required insurance documentation as specified in the Terms and Conditions of this solicitation event, at time of contract award. RFP Questions: Questions regarding this event must be submitted through the Greensboro Electronic Procurement System (“GePS”). Rights of the City: As a result of this RFP, the City reserves the right to accept or reject any and all proposals received in whole or in part, to waive minor technicalities, or to negotiate with all bidders. Mandatory Site Visit: There will be a Mandatory Site Visit that will be held by appointments only. The available dates for the site visits are September 3rd, September 8th and September 10th, between 10:00 am to 3:00 pm. Scheduling is to be made by contacting Candyce Brown by email, at candyce.brown@greensboro-nc.gov The location of the facility is at the Greensboro Transit Agency Administrative Facility at 223 West Meadowview Road, Greensboro, North Carolina The purpose of the walk through is to assess the scope of the requested service. All visitors are expected to comply with Covid19 guidelines and wear face masks. The City will only allow one visitor per appointment. Visitors are to make notes of questions and submit those through the Greensboro E-Procurement System. Any questions and answers posed outside of the Greensboro E-Procurement System will not be considered or acknowledged as valid. All visitors will be required to sign in with the requested information, as proof of attendance. Interested firms are required to perform the mandatory site visit if they are planning on submitting a bid for these services. Any bid submitted without the mandatory site visit will be deemed non- responsive. Due Date: Submittals in response to this RFP are due to the City’s Procurement Services Division through GePS no later than September 25, 2020 by 2:00 PM EST by the City’s server for electronic submittal. Although the City tries to maintain continuous access to the GePS website, service may be interrupted. Therefore, suppliers are encouraged to submit proposals 24 hours prior to the bid closing. An unsubmitted bid is not acceptable. 100 Average Total Score (rounded to nearest whole number) mailto:candyce.brown@greensboro-nc.gov 4 Submission and Response Schedule RFP Issuance August 25, 2020 Question and Answer Period Opens August 25, 2020 Mandatory Site Visit will be held at the Greensboro Transit Agency Facility located at 223 West Meadowview Road, Greensboro, NC Per the scheduled dates provided in the Mandatory Site Visit section. Question and Answer Period Closes September 18, 2020 2:00PM Proposals Submission Period Ends September 25, 2020 2:00PM by the City’s Server Estimated Contract Start Date October 1, 2020 Submittal Requirements: Contractors submitting a proposal must meet the minimum requirements and submit the following information with their response. 1. Contractor must answer all questions related to the RFP that are on the bid event in “GePs” 2. Contractor must submit a price per month. 3. Contractor must complete the appropriate M/WBE Forms (see attached and incorporated herein by reference affidavits) and submit with their response. 4. Contractor must submit the Service Form and Work Plan with their bid. 5. Must do a mandatory walk through of the facility per the instructions provided M/WBE OPPORTUNITIES M/WBE Policy Statement: It is the policy of the City of Greensboro to ensure that all businesses, including M/WBEs, are afforded the maximum practical opportunity to participate in the City’s purchasing and contracting processes. Therefore, the City will not enter into a contract or be engaged in a business relationship with any business entity that has discriminated in the solicitation, selection, hiring or commercial treatment of vendors, suppliers, Subcontractors or commercial customers on the basis of race, color, religion, national origin, sex, age or on the basis of handicap or any otherwise unlawful use of characteristics regarding the vendor's, supplier's or commercial customer's employees or owners; provided that nothing in this policy shall be construed to prohibit or limit otherwise lawful efforts to remedy the effects of discrimination that have occurred or are occurring in the Relevant Marketplace, which includes the counties of Alamance, Caswell, Chatham, Davie, Davidson, Durham, Forsyth, Franklin, Granville, Guilford, Hoke, Lee, Montgomery, Moore, Orange, Person, Randolph, Richmond, Rockingham, Rowan, Scotland, Stokes, Surry, Vance, Wake, Warren, Yadkin. M/WBE Commercial Nondiscrimination Policy: The undersigned Respondent hereby certifies and agrees that the following information is correct: “In preparing its response, the Respondent has 5 considered all proposals submitted from qualified, potential Subcontractors and suppliers, and has not engaged in "discrimination" as defined in the City’s M/WBE Program Plan, Section V. A. 1.; to wit: discrimination in the solicitation, selection or commercial treatment of any Subcontractor, vendor, supplier or commercial customer on the basis of race, color, religion, ancestry or national origin, sex, age, marital status, sexual orientation or on the basis of disability or other unlawful forms of discrimination. Without limiting the foregoing, "discrimination" also includes retaliating against any person or other entity for reporting any incident of "discrimination". Without limiting any other provision of the solicitation for responses on this project, it is understood and agreed that, if this certification is false, such false certification will constitute grounds for the City to reject the response submitted by the Respondent on this project, and terminate any contract awarded based on the response. As part of its response, the Respondent shall provide to the City a list of all instances within the immediate past 4 years where there has been a final adjudicated determination in a legal or administrative proceeding in the State of North Carolina that the Respondent discriminated against its Subcontractors, vendors, suppliers or commercial customers, and a description of the status or resolution of that complaint, including any remedial action taken. As a condition of submitting a response to the City, the Respondent agrees to comply with the City’s Commercial Nondiscrimination Policy as described under its M/WBE Program Plan, Section V. A.1.” M/WBE Participation Scoring: Respondents that are certified M/WBE Prime Bidders will be awarded 10 (ten) evaluation points or Respondents that use certified M/WBE firms on their teams will be awarded 5 (five) evaluation points on a sliding scale based upon the level of M/WBE participation it has on the team. A maximum of ten Points may be received for this criteria. The following certified Minority Group Members and/or women: African-American, Hispanic American, Native American, Asian American and non-Minority females are eligible to be counted for M/WBE participation in the contract. For purposes of certification, the City accepts minority and women owned firms that are certified by the State of North Carolina Department of Administration Historically Underutilized Business Office (HUB) https://ncadmin.nc.gov/businesses/hub/hub-certification or NC DOT North Carolina Department of Transportation https://connect.ncdot.gov/business/SmallBusiness/Pages/Become%20a%20Certified%20DBE%20Busine ss.aspx and satisfies the City’s eligibility requirements. If a Respondent subcontracts any portion of the contract to M/WBEs, the information must be reported on Affidavit C1, Subcontractor Utilization Commitment. If a Respondent would like to perform 100% of the work under a contract with its own workforce, it must submit Affidavit E1, Statement of Intent to Perform Work Without Subcontracting. For questions about the City’s eligibility requirements or the M/WBE Program, contact the M/WBE Office at (336) 373-2674 or via email at mwbegso@greensboro-nc.gov. https://ncadmin.nc.gov/businesses/hub/hub-certification https://connect.ncdot.gov/business/SmallBusiness/Pages/Become%20a%20Certified%20DBE%20Business.aspx https://connect.ncdot.gov/business/SmallBusiness/Pages/Become%20a%20Certified%20DBE%20Business.aspx mailto:mwbegso@greensboro-nc.gov 6 SECTION 2 SCOPE OF SERVICES The City of Greensboro is accepting bids for Janitorial/Cleaning Services for the Greensboro Transit Agency Administrative, Maintenance, and Operations Facility located at 223 West Meadowview Road in Greensboro, NC. The successful firm will provide various cleaning and clean-up functions which also includes floor work. The GTA Facility is approximate 21,400 square feet and the building has three (3) levels. The selected Contractor will be required to provide cleaning services throughout the year, seven (7) days a week, as well as some holidays and inclement weather days. Services will not be required on the following holidays: Thanksgiving Day, Christmas Day, and New Year’s Day due to the GTA Facility being closed. The selected Contractor will provide cleaning services that include but are not limited to the duties outlined below in this specification. Some services are to be performed daily (morning and night) or on a weekly, monthly, semi-annual or annual basis. The selected Contractor will be expected to perform all work to the highest quality standard. Pricing: Janitorial/Cleaning Services will be bid as a monthly fee that includes all three levels and takes into consideration the total square footage of the building. The fee should include the cost to provide the necessary personnel to perform the duties, any special charges, and all related costs to provide the services outlined below. Invoices are to be submitted monthly and based on completed work. Vendors are required to enter their fees into the Greensboro Electronic Procurement System (GePS). Time of Services: Janitorial Cleaning Services shall be performed during the hours, days, and times noted below. Contractor shall provide adequate staff to perform the required duties; however, the City requires that at a minimum one (1) person is present during the times listed below. It will be at the discretion of the Contractor as to the number of staff/personnel they will want to provide daily above the city’s required one employee. Monday - Friday 8:00 a.m.- 5:00 p.m. 6:00 p.m.- 10:00 p.m. Saturday 8:00 a.m. – 12:00 p.m. 4:00 p.m.- 8:00 p.m. Sunday 8:00 a.m.- 2:00 p.m. 7 GTA FLOOR AREA SQUARE FOOTAGE: The Greensboro Transit Administrative, Maintenance and Operations Facility consists of three levels. Listed below is an overview of the areas that will require cleaning services. 1. Maintenance Level- Approximately 2,016 SF a. Break Room b. Small Restroom c. Small Shower/Locker Room d. Female Shower/Locker Room e. Male Shower/Locker Room f. Maintenance Director Office g. Parts Director Office h. Administrative Clerk Office i. Parts Clerk Office j. Fares Room- (clean only on Thursday at 12 noon for mopping and dusting) k. Janitorial Supply Closet 2. Main Level- Approximately 13,617 SF a. All Offices b. Fitness Room c. Training Room d. Female Bathroom/Shower e. Male Bathroom/Shower f. Administrative Bathrooms g. ADA Assessment Room h. Entrance Area/Foyer i. Lobby j. Hallways k. Conference Room l. Driver’s Quiet Room m. Janitorial Supply Closet n. Hardwood interior stairwell in lobby o. All interior stairwells throughout the building (Maintenance Level, Ground Level and Upper Level) p. Administrative Breakroom q. 3. Upper Level- Approximately 5,767 a. All Offices b. Upper Level Conference Room c. Female Bathroom d. Male Bathroom e. Hallways f. Upper Level Open Conference Area g. Small Kitchenette h. Open Area Copy/Storage Area 8 GTA CLEANING SCOPE AND SCHEDULE OFFICES, CONFERENCE ROOMS, TRAINING ROOM, FITNESS CENTER, SCAT CALL CENTER, DISPATCH OFFICES, SCAT ADA ASSESSMENT CENTER OFFICES Daily Twice Per Week Weekly As Neede d Monthly 1 Gather all waste and dispose of in GTA dumpster or appropriate recycling receptacle 2 Refill and restock all soaps and paper goods dispensers 4 Thoroughly clean tables in Conference rooms and in Training Room 5 Clean chairs nightly as needed (pay special attention to Lobby, Training Room and hard surface chairs), to remove greasy handprints, crumbs, spills and smudges, etc. 6 Clean drinking fountains throughout the facility. Clean paper towel and soap dispensers ALL OFFICE SPACES, etc. continued Daily Twice Per Week Weekly As Needed Monthly 8 Clean light switch plate covers 9 Dust and clean countertops and work surfaces in common‐use workrooms. Dust exterior surfaces of office equipment such as copy machines, printers, fax machines, paper hole‐punch, paper cutter, etc. in workrooms 10 Dust and clean computer equipment, workstation surfaces (without moving items on desks). Remove dust from floor‐based computer equipment, remove dust from desktop computer hard drive cases as long as there are not too many personal user items posted or placed on them. Wipe dust from behind computer desktop equipment 11 Pick up items such as plants and magazines sitting on counters and window sills and tables, and remove dust and dirt from surfaces beneath 12 Dust and clean ledges, flat surfaces, wood and laminate trim work throughout the facility. Remove dust from wall hangings. Clean and remove dust from exposed shelving, office furniture cabinet doors and fronts of desk drawers, filing cabinets, table legs, etc. 13 Vacuum and spot clean as needed all fabric and laminate covered workstation partitions. Remove dust from tops of workstation cabinets and partitions. Clean exposed portions of shelves attached to workstations. As needed, clean vertical surfaces of desks and workstations such as sides, drawer fronts and handles, edge trim work, legs 15 Remove dirt and greasy fingerprints, smudges, marks from laminate covered workstation partition pieces and other office furnishings, including edge‐trim & countertops 9 16 Vacuum all flooring (incl. under desks, corners, and crevices) daily 17 Sweep and mop Training Room & ADA Assessment Center flooring, including under tables, chairs and other furniture. 18 Dust from behind window shades and from hard‐to‐reach spots behind workstations, under workstation partitions, etc. Move rolling office furniture to vacuum under. 19 Spot clean areas of spillage on carpet and upholstery 20 Vacuum chairs to remove dust etc. from upholstery. Clean chair pedestals, frames & hardware GTA BREAKROOMS & SMALL KITCHENETTE AREA Daily 3‐Times Per Week Weekly As Needed Monthly 1 Gather all waste and dispose of in GTA dumpster and appropriate recycling receptacles 2 Clean and refill all dispensers (hand towels, soaps, etc.). Re‐stock dish‐washing soap 3 Clean and disinfect tabletops, countertops, kitchen sinks & faucet fixtures. Remove paper and other debris from breakrooms and small kitchenette daily 4 Clean chairs in breakrooms nightly to remove crumbs, spills and smudges 5 Sweep and mop breakroom areas to include under tables, chairs, corners, crevices with a mild disinfectant cleaner 6 Spot clean areas of dirt and spillage on upholstery 7 Clean cupboard doors and fronts of kitchen drawers, exterior of refrigerators (including top), interior and exterior of microwave units, kitchen exposed shelving, paper towel dispensers and coffee makers 8 Clean with a mild disinfectant the interior and exterior of all refrigerators, microwaves toaster ovens, etc. 9 Clean, sweep and mop all restrooms with a mild disinfectant cleaner before 11:00 a.m., 2:00 p.m. and after 5p.m. or as needed in the event there is a need to address a specific GTA BREAKROOMS & SMALL KITCHENETTE AREA, continued Daily 3‐Times Per Week Weekly As Needed Monthly 10 Detail clean hard surface floors, which will include scrubbing, stripping, and applying fresh seal and finish coatings as needed 11 Thoroughly clean all chairs, chair pedestals, frames & hardware. Some are hard surface chairs and some are upholstered chairs 12 Clean walls near trash containers 13 Clean walls to remove dust, marks, smudges, dirt build‐up, etc. 14 Neatly arrange furniture after cleaning 10 ENTRANCES, HALLWAYS, STAIRWELLS, ELEVATOR Daily Twice Per Week Weekly As Needed Monthly 1 Spot clean fingerprints, smudges, etc. off of entry doors daily, including door glass & handles 2 Vacuum/sweep/mop all entries and hallway flooring and spot clean as needed 3 Clean interior and exteriors of all entries, to include all window glass, doors, handles, hardware, framework, and thresholds. 4 Sweep/mop stairs and elevator flooring and spot clean 5 Clean handrails and dust/clean wire along all stairs 6 Clean elevator interior and exterior walls, doors base and trim with stainless steel cleaner 7 Detail and clean concrete floors, which will include scrubbing, stripping, and applying fresh seal and finish coatings 8 Clean fingerprints, dust and smudges, etc. off walls, off of objects mounted on walls, light switch cover plates, etc. RESTROOMS/SHOWERS & LOCKER ROOMS Daily Twice Per Week Weekly As Needed Monthly 1 Gather all waste and dispose of in GTA dumpster 2 Clean and refill all dispensers (toilet tissue, hand towels, soap, toilet seat covers, trash can liners, etc.) 3 Clean and sanitize mirrors, fixtures, fittings, sinks, counters, waste containers 4 Clean and sanitize toilets and urinals, and associated plumbing fittings. Clean and disinfect tiled walls and partitions around urinals 5 Clean and sanitize restroom doors and door handles 6 Thoroughly clean & disinfect floors nightly 7 Clean walls beneath all hand towel dispensers and near trash containers twice weekly minimum, more often as needed 8 Dust/clean all high surfaces, tops of lockers, and ceiling air vent covers as needed 9 Thoroughly clean and sanitize all restroom surfaces including walls and cove base 10 Clean and disinfect shower floors and fixtures 11 Clean and disinfect shower walls 12 Clean and disinfect shower curtains 13 Clean benches and bench framework, in showers and locker rooms 11 14 Report clogged toilets, sinks, drains, burned out lighting or any other facility related to issues to City staff JANITORIAL CLOSETS Daily Twice Per Week Weekly As Needed Monthly 1 Gather all waste and dispose of in GTA dumpster or appropriate recycling receptacle 2 Clean areas of dirt, spillage and smudges 3 Clean and sanitize room, sinks and shelving areas whereby cleaning agents used and /supplies are stored 4 Detail clean hard surface floors 5 Dust and clean all high surfaces areas 6 Restock shelves as needed by notifying the City’s Project Manager 7 Keep janitor closets clean and orderly, to ensure inventory is stocked and well organized 8 Neatly store all brooms, mops and other cleaning supplies in janitorial closet/assigned areas PROFESSIONAL CARPET AND UPHOLSTERY CLEANING Daily Twice Per Week Weekly Once Every Four Months Once Every Six Months 1 Deep clean and deodorize all carpeted areas of the Main and Upper Levels of the building 37 Contractor Responsibilities: The selected vendor will be required to provide the following services: Employees - It will be the Contractor’s responsibility to ensure they provide the city capable and respectable employees who are trained and qualified in custodial type work. The Contractor shall make every effort to provide staff that are trustworthy and reliable and shall make a good faith effort to retain the same employees on the same schedule in the same area for as long as possible. The Contractor will be required to provide a background check on any employee working on this contract when requested by the City. The Contractor’s Employees should be: a) Well trained in cleaning, basic sanitation, and cleanup of possible hazardous incidents. b) Contractor staff should be neat and clean in appearance. Poor grooming is subject to dismissal for the day. Cleaning company will need to provide shirts for cleaning personnel. c) Have the necessary public relations skills to deal with tenants, employees, and customers in a professional, courteous, and businesslike manner. Maintain poise, self-control, tact, diplomacy, and mature judgment under stress. d) Employees shall be a minimum of eighteen years old. e) Contractor employees will be required to wear a Company identification card that will be provided by the City of Greensboro. These badges will clearly identify that staff are employees of the contractor. This ID must be worn at all times while on duty and are required to be picked up from Security upon entering the facility. These badges can be turned in to security at completion of shift. g) It will be the Contractor’s responsibility to provide a sufficient number of Staff to perform the required services in an efficient and satisfactory manner to the City. h) Contractor will be responsible for submitting a listing of the employees who will be assigned to work in this facility. i) Any long distance phone calls found to be made by Contractor personnel during the hours of the cleaning will be the responsibility of the Contractor. City of Greensboro prohibits the use of office telephones. j) All doors and windows shall be closed and locked upon completion of cleaning operations in an area. Contractor and his/her employees shall not disturb papers or 38 personal effects on desks and shall not open drawers or cabinets or use any office equipment including, but not limited to, telephones, computers, radios, or televisions. k) Contractor shall be responsible for all keys issued to their company. The Contractor will also be responsible for any lost keys and any inherent damages (i.e., re-keying of facility or tenants offices). All costs occurred from these conditions will be withheld from Contractor’s payment(s). l) Iran Divestment m) E-Verify Contractor’s Project Manager- The Contractor shall provide the name and phone number of one (1) Contact Person to serve as the Project Manager. The selected individual will serve as a daily point of contact with the City of Greensboro for services being rendered. This individual will be responsible for overseeing the quality of work being performed daily by their employees and ensuring that staff arrives on time during any shift change. The Project Manager should have the authority to handle all personnel matters on behalf of the company. The Project Manager Responsibilities Shall Be: a) Contract Project Manager will be required to immediately notify the City of any employee who has been terminated and no longer working at the assigned facility. b) Contract Project Manager must notify the City’s Project Manager at least one week prior to assigning any new employee whose information has not been previously provided to the City for this contract. c) If the City’s Project Manager notifies the Contractor’s Supervisor in writing that the city prefers not to utilize a certain employee due to disorderly conduct, such person shall not be assigned to work in this city facility for the duration of the contract. d) Contract Project Manager must have prior notice from their employee in regards to any scheduled appointments and should have an alternate on site to meet the minimum one (1) individual on site at all times. e) If an employee should become ill during work hours, the Contract Project Manager shall obtain a replacement within one (1) hour from time notified. f) In the event of an injury, the Contractor Project Manager will be notified and should report to the medical facility of their choice to handle all paper work. 39 g) Contractor Project Manager will be required to be handled personnel issues off City property or at the end of the work day for that employee. h) The Contractor Project Manager and City’s Project Manager shall, at a minimum, meet quarterly to evaluate and review the quality of services being received and any concerns or issues. i) The Contract Project Manager must be available on a 24-hour basis in case of inclement weather, so he/she can be notified by city staff of work intentions. This enables the Contract Project Manager to notify all employees prior to the start of the shift. City of Greensboro Contract Contact(s) – The City of Greensboro Project Manager and the GDOT Central Contracting Specialist will be responsible for overseeing and ensuring that the duties and responsibilities of this contract are adhered too. The Contractor and City’s Project Manager shall establish a routine form of communication to address any concerns or issues that may arise. Time and frequency of direct meetings may vary and may be determined by both parties. The Contractor shall provide a method of communication to be used for work-related messages. The Project Manager will be the liaison between the Contractor and the City’s Central Contracting Specialist. The Project Manager will meet with the Central Contracting Specialist periodically to review overall performance. Unsatisfactory Performance - The Project Manager and representative from GDOT may, from time to time, inspect the building to ensure services being performed are in compliance with the Scope of Services outlined in this contract. If any deficiencies are noted from the inspection, the Project Manager will email and meet with the Contractor’s Project Manager regarding issues and/or concerns. Should the Contractor’s Project Manager have any concerns, they shall email the City’s Project Manager and the two will meet regarding the concerns. The purpose of the meeting is to discuss and all concerns to determine a workable resolution. Unsatisfactory performance includes, but is not limited to, the following: a) Job performance of personnel provided consistently does not meet the standards as spelled out in this document. b) Misuse and/or abuse of equipment or facility. c) Not monitoring staff's performance or permitting unacceptable behavior. d) Taking of equipment and/or supplies from the buildings. e) Any other reason deemed reasonable and prudent. 40 Safety - Workers must be able to understand the dangers of cleaning chemicals and take any and all necessary precautions in regard to such materials. It will be the responsibility of the Contractor to ensure that his employees are working safely and adhering to all OSHA safety rules and regulations while performing these services. Contractor may be called upon to clean areas that have been exposed to bio hazard waste. It will be the Contractor’s responsibility to ensure that their workers adhere and comply with Federal Regulations of OSHA 29CFR1910.1030 Standard. The Contractor must provide the city proof that the individual conducting this work has completed the blood borne pathogen exposure control program. The City will provide the Contactor all necessary equipment and materials to clean up blood spills and/or any other potentially infectious materials. Equipment and Supplies: All equipment required to carry out operations within the scope of this contract shall be provided by the City of Greensboro. This includes, but is not limited to, scrubbing machines, buffers, industrial type vacuum cleaners, carpet cleaners, dust mops, wet and dry mops, brooms, rags, dust cloths, squeegees, and brushes. All equipment must be maintained in good operating condition and must conform to OSHA and any other safety standards in effect at the time of use. In addition, the City will supply all janitorial materials necessary to perform the janitorial services. This includes but is not limited to liquid and powder detergents, disinfectants, glass cleaner, floor polish, waxes, stripper, metal and furniture polish, and any other compounds necessary to properly maintain the premises. The City will supply all paper products, plastic waste container liners and trash bags, hand soaps for dispensers, lotions, and feminine hygiene products as needed As required by OSHA, proper equipment, materials, and training necessary to clean up blood spills or other potentially infectious materials will be made available by the Contractor. The Contractor shall not use any material or supplies that have not been approved by the City for usage. It will be the responsibility of the Contractor to notify the City in a timely manner for the delivery and replenishment of the above supplies and materials. Responsibility for Equipment – The City will be responsible for normal wear and tear of the provided equipment. The Contractor will be responsible for notifying the City Project Manager when any equipment is not operable or may need to be repaired. SUBMITTAL OF PRICING Fees shall be submitted for services based on the square footage and all other costs associated with providing services. Vendor will provide a monthly fee to clean all three levels. The monthly amount 41 should take into account the square footage for each level and must include the cost to provide staff to clean designated areas, any overhead cost, floor work, etc. All bids must be entered into the Greensboro Electronic Procurement System, under the Lines Tab. 42 INTENTIONALLY LEFT BLANK 43 SERVICE FORM All interested Vendors submitting a bid to the City of Greensboro for the Janitorial Services at the Greensboro Transit Agency Building will be required to submit this Service Form with their bid. The form should be completed by an individual who has the authority to enter the business into contract. The Proposer should include they type of employees they will provide (fulltime/part time), the working shifts, the method in which the services will be performed, and a description. This information should clearly explain and demonstrate the Proposer’s ability to provide the services in a safe, efficient, timely, and professional manner. OWNER AND BUSINESS IN INFORMATION 1. Owner’s Name: ____________________________________________________________ 2. Legal Business or Trade Name: _______________________________________________________ 3. Business Address: _____________________________________________________________ 4. Business Phone: ______________________________________________________________ 5. Email Address: ______________________________________________________________ 6. My firm currently employs_________________________________________ 7. The number of employees designated to this project is__________________ 8. We have been in Janitorial Business for ___________________ years. 9. Provide name, valid phone number and/or email address for three references: 1.___________________________________________________________ 2.___________________________________________________________ 3.___________________________________________________________ 44 WORK PLAN Provide below your company’s work plan of how you will provide the requested and cover the Requested Cleaning Services. You may complete this section or add an additional document when uploading the Service Form. End of Request for Bids Terms and Conditions for Goods & Services 1. The City of Greensboro (the “City”) reserves the right to evaluate all Bids or Proposals (“Bids”), especially where there is a wide range in specifications and to make the award in the best interest of the City of Greensboro. The City also reserves the right to award in whole or in part. 2. Bids are due at the close time designated in the Bid event (Eastern Standard Time). 3. The City reserves the right to reject any and all Bids. 4. Upon request, information concerning award can be obtained from the Procurement Services Division at 336.373.2192. 5. All request for electronic responses must be submitted electronically, if required, via the City of Greensboro e- Procurement system (GePS). The system is accessible at the City of Greensboro Website: Greensboro e- Procurement Site Bidder shall state in the Bid response: the delivery time for supplies and materials and/or completion date for services or construction. To be considered, the Bids shall be submitted electronically by the specified close time (EST) stated in the Bid. If a Bidder does not wish to submit a Bid but desires acknowledgement of receipt for the request, the Bidder shall submit a “no Bid” response utilizing the City’s GePS. Request for Bids may be requested through the mail or hand delivery. This information will be detailed in the specifications provided. The City assumes no responsibility or liability if and when providing technical assistance to a Bidder. Bidder agrees and assumes full responsibility for their response and the response submission. No technical assistance shall be provided by the City after 5:00 PM (EST) of the day prior to the submittal date. Bidder registration assistance however, will always be provided. 6. The City of Greensboro is not exempt from North Carolina State Sales Tax. Bidder assumes full responsibility for the payment of all assessments, payroll taxes, or contributions, whether State or Federal, as to all employees engaged in the performance of work under this contract. Bidder shall pay any and all gross receipts, compensation, transaction, sales, use, or other taxes that are or become due in connection with any products or services provided hereunder, and shall indemnify and save harmless the City from any damages, costs, fees, expenses, or penalties on account of such taxes. Bidder may charge the City only for those taxes that are set forth as a separate line item or on the face of a purchase order. The City is exempt from Federal Excise Tax. If the invoice contains FET, it must be shown as a separate line item on the invoice. Tax Exemption Certificates will be furnished upon request. SALES TAX: North Carolina state sales tax and Guilford County sales tax. Purchases for resale will be made using Sales Tax Exemption No. 703-2-041- 20564. 7. Handicapped Accommodations: If a person with a handicap, including vision or hearing impairment or a person needing handicap or any special type of accommodations, desires to attend a pre-Bid conference, public Bid opening, or desires to meet with the Procurement Services Division (336.373.2192), Procurement Services should be notified at least two (2) business days in advance. Reasonable accommodations for that person will be arranged. 8. Bidder agrees to not discriminate against any member of the public in the use of City facilities or in the delivery of City programs, services or activities on the basis of sex, race, gender, color, ethnicity, national origin, age, familial status, marital status, military status, political affiliation, religion, physical or mental disability, genetic information, sexual orientation, gender expression, or gender identity. 9. The City promotes equal opportunity through the Greensboro Minority and Women Business Enterprise Program and encourages Minority and Women Business Enterprises (“M/WBEs”) to participate in City contracting and sub-contracting opportunities through the North Carolina Historically Underutilized Business (“HUB”) Certification Program. Bidder may read about the HUB Certification program at the HUB Certification web site. Bidders must also register in the North Carolina State online Interactive Purchasing System Electronic Vendor Registration system. An e-mail address is required to register. Completion of the HUB Statewide Uniform Certification Application is required to become a HUB Certified Business. The online application must be printed out, completed and submitted by postal mail to the HUB office with additional required documents. For assistance with the HUB Certification process, please contact the NC HUB Office at 919-807-2425. 10. The acceptance of these terms by the Bidder is held to be a mutual agreement as to each and every clause of this Bid and the terms hereof and certifies that the Bid is not the result of or affected by any unlawful act of collusion with another person or company engaged in the same line of business or commerce, or any act of fraud punishable by any law of the State of North Carolina. The Bidder also certifies that the Bid made herein is without any connections with any other person or persons connected in any official capacity with the City of Greensboro, and that no person or persons acting in such capacity are directly or indirectly interested herein or in any of the profit arising or anticipated from this transaction. 11. In making this Bid, it is understood and agreed that the conditions set forth in the advertisement for Bids, instructions to Bidders, terms and conditions, and specifications together with the Bid shall form a part of and be construed with the contract made under the same. By virtue of submitting a Bid, Bidder agrees to all terms and conditions. https://www.greensboro-nc.gov/departments/financial-administrative-services/administrative-services/purchasing/greensboro-e-procurement-system-geps https://www.greensboro-nc.gov/departments/financial-administrative-services/administrative-services/purchasing/greensboro-e-procurement-system-geps http://www.doa.nc.gov/hub/programs.aspx?pid=certification http://www.doa.nc.gov/hub/programs.aspx?pid=certification https://www.ips.state.nc.us/IPS/Default.aspx https://www.ips.state.nc.us/IPS/Default.aspx https://ncadmin.nc.gov/businesses/hub/hub-certification 12. The City’s Procurement Services Division only solicits Bids through GePS and the NC State IPS site. The City will be held harmless to any solicitation by any other form of media. 13. It is the Bidder’s responsibility to make sure that their Bid is thoroughly completed and properly “Submitted” through the e-procurement system. A Bid that is in “Draft” status does not constitute a viable Bid. Bidders can check the status of their Bid through the “My Responses” tab at the sign-on screen. Each event’s status is located to the far right of the event number. If an event is in “Draft” status it must be changed to a “Submitted” status or it will not show, or be considered, a received Bid by the City. 14. Purchase Order and/or Contract number must appear on all invoices. 15. Formal Bids apply to purchases of equipment, supplies, and material $90,000.00 and above. Bids are due at the close time designated in the Bid event (Eastern Standard Time). 16. Informal Bids apply to purchases of equipment, supplies and material $30,000.00 to under $90,000.00. Bids are due at the close time designated in the Bid event (Eastern Standard Time). Informal Bids submitted are not subject to public inspection until a contract is awarded. 17. Quick Events apply to purchases of equipment, supplies and material under $30,000.00. Quick Events are typically awarded in an expeditious manner. Award will be made at the time and in the best interest of the City of Greensboro, not necessarily on the basis of lowest, responsible, responsive bidder. 18. Standards of award for goods: According to North Carolina General Statute 143-131 (informal) and 143-129 (formal), the award of the Bid shall be made to the lowest, responsible, responsive Bidder or Bidders taking into consideration quality, performance, and the time specified in the Bid for the performance of a contract or delivery of supplies and materials. 19. Standards of award for services: the award of the Bid may be made to the lowest, responsible, responsive Bidder or Bidders taking into consideration quality, performance, and the time specified in the Bid for the performance of a contract or delivery of supplies and materials, or the award of the Bid may be made based on best value. The standard of awards for services will be stated within the Bid. 20. If this request for Bid is for a Service, the contract term, and/or option year(s) if any, will be provided within the Bid specifications. If this request for Bid is for a Good, additional units of the same description can be purchased by the City at the same price as the original Bid if both the Bidder and the City agree in writing. 21. If this request for Bid is for a service the Bidder shall secure, before delivery of any services hereunder, Commercial General Liability insurance in an amount not less than $1,000,000 bodily injury each occurrence/aggregate and $1,000,000 property damage each occurrence/aggregate, or $1,000,000 bodily injury and property damage combined single limits each occurrence/aggregate, with the City listed as additional insured. Bidder shall produce an insurance certificate evidencing such coverage upon request by the City. Bidder shall provide the City with a Certificate of Insurance for review prior to the issuance of any contract or Purchase Order. This should be an ACORD form (example available). All Certificates of Insurance will require thirty (30) days written notice by the insurer or Bidder’s agent in the event of cancellation, reduction or other modifications of coverage. In addition to the notice requirement above, Bidder shall provide the City with immediate written notice of cancellation, reduction, or other modification of coverage of insurance. Upon failure of the Bidder to provide such notice, Bidder assumes sole responsibility for all loses incurred by the City for which insurance would have provided coverage. The insurance certificate shall be for the initial contract period of one (1) year and shall be renewed by the Bidder for each subsequent renewal period of the contract. The City shall be named as an additional insured on the Bidder’s general liability insurance policy, which shall be primary and not contributory to any other insurance that may be available to the City. The Bidder will also secure its general liability insurance from an “A” rated insurance company licensed by the North Carolina Department of Insurance and acceptable to the City. The Bidder will provide a Certificate of Liability statement that states, “City of Greensboro is added as an additional insured as evidenced by an endorsement attached to this certificate.” In the event the Bidder fails to maintain and keep in force for the duration of this Contract the insurance required herein, the City may cancel and terminate this contract without notice. 22. In addition to the insurance required in the preceding paragraph (#21), if Bidder performs services hereunder, Bidder shall secure, before delivery of such services (1) Workers' Compensation Insurance meeting State of North Carolina statutory requirements; and (2) Commercial Automobile Liability Insurance with limits of no less than $1,000,000 bodily injury each person, each accident and $1,000,000 property damage, or $1,000,000 combined single limit each occurrence/aggregate, with the City listed as additional insured. Evidence of commercial automobile coverage is necessary only if vehicles are used in the provision of services under this Purchase Order. Bidder shall produce an insurance certificate evidencing such coverage upon request by the City. 23. In the event that the performance of work under this contract requires driving of City vehicle, Bidder must maintain bodily injury and property damage insurance for any owned, hired and/or non-owned vehicles used in the performance of this agreement. The policy shall be endorsed to include the following additional insured language: The City shall be named "Designated Insured" on the Bidder’s Automobile Liability insurance policy. 24. If any items in any invoices submitted by the Bidder are disputed by the City for any reason, including the lack of supporting documentation, City shall temporarily delete the items and shall promptly notify the Bidder of dispute and request clarification and/or remedial action. After the dispute has been settled, the Bidder shall include the disputed item on a subsequent regularly scheduled invoice or on a special invoice for the disputed item only. The undisputed portion of the invoices shall, however, be paid within the normal 30 day period. 25. In the event that this contract shall be funded from multiple years, the automatic renewal clause shall not apply to this contract should the Greensboro City Council fail to appropriate funds for the additional term of the contract for the ensuing fiscal year. If this non-appropriation occurs the contract shall automatically expire without penalty to the City. 26. This Contract is made under, and in all respects, shall be interpreted, construed, and governed by and in accordance with, the laws of the State of North Carolina. Venue for any legal action resulting from this Contract shall lie in Guilford County, North Carolina. 27. Any term or condition of the Contract which by operation or existence is in conflict with applicable local, state, or federal law shall be rendered void and inoperative. City and Bidder agree to accept the remaining terms and conditions. 28. Bidder does hereby agree to indemnify and save harmless the City of Greensboro, its officers, agents and employees against all claims, actions, lawsuits and demands, including reasonable attorney fees, made by anyone for any damages, loss or injury of any kind, including environmental, which may arise as a result of the Bidder's sole negligence in performing, its agents or employees or as a result of, work performed pursuant to this Contract. 29. Terms of Payment: The City’s standard payment terms are Net 30 days unless otherwise agreed upon. In performance of the duties and responsibilities, and the scope of work as defined in this Contract, invoices for payment of services or commodities shall be based on fees as provided for in the attached documentation. Payments will be based on services completed or product delivered. 30. The City retains the exclusive rights to cancel, stop or reschedule any or all services associated with the Contract. 31. Prior to the performance of any work not detailed by the City’s Bids, the City and Bidder will establish a fair market rate for the performance of such services prior to the performance of such services. This Contract will be amended at such time to reflect the additional rate and shall herein be deemed to be included as a term of the Contract. 32. Should any part of these terms and conditions or Contract be declared unenforceable, all remaining sections remain in force to the maximum extent practicable. 33. The City may terminate this Purchase Order or Contract for convenience at any time by providing one (1) day written notice to Bidder. The City may terminate this Purchase Order or Contract or any part thereof effective immediately upon the giving of written notice of termination for cause if Bidder violates or fails to deliver or perform any covenant, provision, obligation, term, or condition contained in this Purchase Order or Contract, or if the City determines that Bidder will not be able to deliver or perform due to insolvency or other reason. 34. Should Bidder fail to comply with the terms of this contract, Bidder, upon actual or constructive notice of the default, may be given a remedial period for a specified number of days to remedy the default. Should Bidder fail to remedy the default, the Contract shall be terminated immediately upon the expiration of the remedial period. 35. The City requires all Bidders providing supplies and/or service to the City to maintain a drug-free workplace. Upon request the Bidder shall provide documentation to support this certification. 36. Bidder agrees to have no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of services hereunder. Bidder further agrees that in the performance of this Contract, no person having any such interest shall be employed. 37. No person associated or in conjunction with this Bid may obtain a personal or financial interest or benefit from the activity, or have an interest in any contract, subcontract or Contract with respect thereto, or the proceeds there under, either for him or herself or for those with whom he or she has family or thereafter: I. Who is an employee, an agent, a Bidder, an officer, or elected or appointed official of the City of Greensboro or any designated public agency, or sub recipients and; II. Who exercises or has exercised any function or responsibilities with respect to assisted activities; or III. Who is in a position to participate in a decision making process or gain inside information with regard to such activities. 38. This Agreement is intended by the parties hereto to be the final expression of their Agreement and it constitutes the full and entire understanding between the parties with respect to the subject hereof, notwithstanding any representations, statements, or agreements to the contrary heretofore made. The terms of this agreement shall not be waived, altered, modified, supplemented, or amended, in any manner whatsoever, except by written instrument signed by the parties. 39. Except as otherwise required by law, the City will exempt from disclosure proprietary information, trade secrets and confidential commercial and financial information submitted pursuant to this contract. Any such proprietary information, trade secrets or confidential commercial and financial information which Bidder believes should be exempted from disclosure shall be specifically identified and marked as such before submitting it to the City. Blanket-type identification by designating whole pages or sections as containing proprietary information, trade secrets or confidential commercial and financial information will not assure confidentiality. The specific proprietary information, trade secrets or confidential commercial and financial information must be clearly identified as such. The Bidder shall be responsible for ensuring that confidential commercial or financial information, trade secrets or proprietary information bears appropriate notices relating to its confidential character. Pursuant to the North Carolina Public Records Act, trade secrets or confidential information as defined by the North Carolina Public Records Act that are identified as such prior to disclosure to the City is not public information and will not be released to the public by the City. The City will notify Proposer of any public records request for any confidential commercial or financial information, trade secrets, or proprietary information which Proposer has previously marked “Confidential”, and if Proposer objects to the disclosure of any of the records responsive to the request, Proposer will notify the City in writing within forty- eight (48) hours. If so notified, the City will not disclose the records until ordered to do so by a court of competent jurisdiction, and Bidder will enter an appearance as a party in- interest and defend the City in any claim, suit, mediation, litigation, or arbitration proceeding concerning the release of the records to which Bidder objected. Bidder will indemnify, save harmless, and pay any and all attorney’s fees incurred by the City and any attorney’s fees it is ordered to pay to any person(s) or organization(s) as a result of Bidder’s objection to the release of the public records. Bidder will also indemnify, save harmless, and pay any and all claims for damages, court costs, or other fees the City incurs as a result of Bidder’s objection to the release of the records requested pursuant to the North Carolina Public Records Act. 40. In the event that subcontracting is allowed by the City, Bidder shall ensure that steps are taken in accordance with the City's M/WBE Program to assure equal opportunity to subcontractors. 41. Bidder shall not assign or transfer any interest in this Contract without the prior written approval of the City. 42. The Parties in this Contract agree that Bidder is a Business Enterprise and that the relationship created by this contract is that of client and independent contractor. Bidder is not an employee of the City of Greensboro, and is not entitled to the benefits provided by employer to its employees, including, but not limited to, group insurance and pension plan. 43. In the performance of the work contemplated in this Contract, Bidder is an independent contractor with the authority to control and direct the performance of the details of the services that are the subject of this contract. However, the work contemplated in this Contract must meet the approval of the City (which shall not be unreasonably withheld) and shall be subject to City's general rights of inspection and direction to secure the satisfactory completion thereof. 44. Bidder agrees to maintain as current all applicable insurance, licenses and certifications required by law and any additional requirements specified by the City. Evidence of Insurance, license, and certification requirements shall be provided to the City's Procurement Services Division upon contract award and subsequently made available to the City for inspection at any time upon request of the City. 45. The Bidder certifies that it currently complies with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes, and that at all times during the term of this Contract, it will continue to comply with these requirements. The Bidder also certifies that it will require that all of its subcontractors that perform any work pursuant to this Contract to comply with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes. Violation of this section shall be deemed a material breach of this Contract. 46. As of the date of this Contract, Bidder certifies that it is not listed on the Final Divestment List created by the State Treasurer pursuant to N.C.G.S. 147-86.58 et. seq. and that Bidder will not utilize any subcontractor found on the State Treasurer’s Final Divestment List. All individuals signing this Contract on behalf of Bidder certify that they are authorized by Bidder to make this certification. Contracts entered into in violation of this requirement will be void. 47. As of the date of this Contract, Bidder certifies that it is not listed on the Final Divestment and Do-Not- Contract List – Restricted Companies Boycotting Israel created by the State Treasurer pursuant to N.C.G.S. 147-86.81 and that Bidder will not utilize any subcontractor found on the State Treasurer’s Final Divestment and Do-Not-Contract List. All individuals signing this Contract on behalf of Bidder certify that they are authorized by the Bidder to make this certification. Contracts entered into in violation of this requirement will be void. 48. In making this Bid, Bidder understands and agrees to be subject to and bound by the policy, rules, and conditions set forth in the City’s Local Preference Policy. This space is left blank intentionally.

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

Janitorial Services_District 1

Due: 30 Jun, 2025 (in 14 months)Agency: DPS-Dept of Public Safety

JANITORIAL SERVICES AT HINES VAMC BLDG 200. BASE YEAR ONLY

Due: 31 Jan, 2025 (in 9 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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